Skip to main content

An official website of the United States government

You have 2 new alerts

Custodial Service at Marine Corps Installations Pacific (MCI-PAC), Camp Smedley D. Butler, Okinawa, Japan

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Jul 15, 2024 06:18 pm EDT
  • Original Published Date: Jul 11, 2024 10:07 pm EDT
  • Updated Response Date:
  • Original Response Date:
  • Inactive Policy: Manual
  • Updated Inactive Date: Jul 31, 2024
  • Original Inactive Date: Jul 31, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: S201 - HOUSEKEEPING- CUSTODIAL JANITORIAL
  • NAICS Code:
    • 561720 - Janitorial Services
  • Place of Performance:
    JPN

Description

1. The scope of work includes, but is not limited to, provision of all labor, management, supervision, tools, materials, and equipment necessary to provide Custodial Service at Marine Corps Installations Pacific (MCI-PAC), Camp Smedley D. Butler, Okinawa, Japan, namely: Camp Foster, Camp Kinser,Marine Corps Air Station (MCAS) Futenma, Camp Hansen, Camp Lester,Plaza, Henoko, Camp Courtney, Camp McTureous, Fort Buckner and Camp Schwab.

2. The resulting contract will include a single-award Indefinite Delivery / Indefinite Quantity (IDIQ) type performance-based service contract comprised of Recurring and Non-Recurring work requirements for a 12-month base period and six (6) one-year option periods.  

3. This acquisition will be solicited under full and open competition. All work under this acquisition will be performed in Japan. Accordingly, there is no restriction on foreign participation as long as offerors adhere to the requirements of the solicitation, are registered to conduct business in Japan, and comply with all regulatory, industry, and business requirements to perform the required work in the country of Japan. 

4. The Government intends to utilize the Lowest Price Technically Acceptable (LPTA) source selection process in accordance with FAR 15.101-2. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost/price factors that include: Management Approach, Technical Excellence, Safety and Past Performance.

5. The anticipated release date for the solicitation will be end of July or early Aug 2024.  The solicitation will be advertised for 30 days and proposals will be due for submission at NAVFAC Far East Camp Butler, Okinawa, Japan.

Contact Information

Contracting Office Address

  • PSC 473 BOX 13
  • FPO , AP 96349-0013
  • USA

Primary Point of Contact

Secondary Point of Contact

History