Skip to main content

An official website of the United States government

You have 2 new alerts

Sources Sought - Iwakuni 3

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Sources Sought (Original)
  • Original Published Date: Jul 26, 2024 07:43 am JST
  • Original Response Date: Aug 12, 2024 02:00 pm JST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 27, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: F999 - OTHER ENVIRONMENTAL SERVICES
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Iwakuni , JP-35 96310
    JPN

Description

BASE OPERATIONS SUPPORT SERVICES AT MARINE CORPS AIR STATION IWAKUNI, JAPAN

ENVIRONMENTAL

***THIS IS A SOURCES SOUGHT NOTICE ONLY***
This is a Sources Sought announcement for THE PURPOSES OF MARKET RESEARCH ONLY in
support of “BASE OPERATING SUPPORT SERVICES AT U.S. MARINE CORPS AIR STATION
IWAKUNI, JAPAN”. The information received will be utilized within the Navy to facilitate the
decision-making processes and will not be disclosed outside of the agency. No reimbursement will be
made for any costs associated with providing information in response to this notice or any follow-up
information requests. This notice does NOT constitute a request for proposal, request for quote, or
invitation for bid and is not construed as a commitment by the Government for any purpose other than
market research.
Naval Facilities Engineering Command Far East (NAVFAC FE) is seeking information on eligible
business firms capable of performing Base Operating Support Services (BOS) as described below.

GENERAL INFORMATION

Per Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be
accepted by the Government to form a binding contract.
The North American Industry Classification System (NAICS) code for this procurement is 561210,
Facilities Support Services and the Product and Service Code (PSC) is F999 - OTHER
ENVIRONMENTAL SERVICES, STUDIES, AND ANALYTICAL SUPPORT. The term of this project
is estimated to be one (1) - 12-month base period and seven (7) – 12 month option periods for both
recurring and non-recurring work.

CONTRACTOR LICENSE REQUIREMENT

Any contract resulting from this solicitation will be awarded and performed in its entirety in the country
of Japan. Contractors must be duly authorized to operate and conduct business in Japan and must fully
comply with all laws, decrees, labor standards, and regulations of Japan during the performance of the
contract.
The U.S. Government may or may not offer “United States Official Contractor” status under Article XIV
of the U.S.-Japan Status of Forces Agreement (SOFA) to any offeror awarded a contract for this
requirement. Furthermore, unless specifically provided, the U.S. Government shall not certify any
employees of a contractor as “Members of the Civilian Component” under Article I(b) of the SOFA.

 DESCRIPTION OF WORK

The Contractor shall provide all labor, management, supervision, tool, material, equipment and
transportation required to perform the following annexes:

 Annex 0100000 – General Information
 Annex 0200000 – Management and Administration
 Annex 1800000 – Environmental

Please see Enclosure (1) for more details.

 SUBMITTAL REQUIREMENTS
Interested firms should submit information as to the capabilities, capacity and experience to perform the
tasks set forth above, on Enclosure (2). The Statement of Capability (SOC) will determine the feasibility
and/or basis for the Navy’s decision to proceed with acquisition.
Interested firms must submit an SOC, which describes, in detail, the firm’s capability of providing
services for the annexes listed above. Your SOC shall include the following:
(1) Full name and address of the firm;
(2) Indicate if the firm is registered in the System for Award Management (SAM) database, include
Unique Entity ID and CAGE Code; and
(3) In addition to Enclosure (2). List up to five projects performed within the last three years from the
date of this notice that best demonstrates experience for the type of base operation support listed
above. For each project, provide the following as applicable:
a) Contract number and project title;
b) Name of contracting activity;
c) Administrative Contracting Officer’s name, current telephone number, and email address;
d) Contracting Officer’s Technical Representative or primary point of contact name, current
telephone number, and email address;
e) Contract type (e.g., cost plus, requirements, firm fixed-price, indefinite delivery/indefinite
quantity, or combination);
f) Period of performance (start and completion date);
g) Basic contract award amount and final contract value;
h) Summary of the scope of work to include the location of the area of interest;
Note: The PWS is a Controlled Unclassified Information (CUI) document. Anyone who requests this
document is subject to DFARS 252.204-7000 Disclosure of Information applies; FAR 52.204-21 Basic
Safeguarding of Covered Contractor Information Systems; DFARS 252.204-7008 Compliance with
Safeguarding Covered Defense Information Controls; 252.204-7009 Limitations on the Use or Disclosure
of Third-Party Contractor Reported Cyber Incident Information; and 252.204-7012 Safeguarding Covered
Defense Information and Cyber Incident Reporting.
Respondents will not be notified of the results of the Navy’s market research. NAVFAC FE will utilize
the information for acquisition planning purposes. All data received in response to this Source Sought
Notice marked or designated, as corporate or proprietary information will be fully protected from release
outside the Government.
Please submit complete information via email to Mr. Kristopher Bryant via electronic mail at
Kristopher.Bryant@usmc.mil and Mr. Ross Yamato at Ross.W.Yamato.civ@us.navy.mil no later than 09
August 2024 at 2:00 p.m. JST, using the subject line “Sources Sought for Custodial, Pest, and Grounds,
Iwakuni, Japan.”
Any information provided to the Government in response to this RFI will become U.S. Government
property and will not be returned. All proprietary or classified information will be treated appropriately.
No phone calls or facsimiles will be accepted.
Responses received after the deadline or without the required information may not be considered. The
Government will not provide a debriefing on the results of this notice.
Contracting Office Address
NAVFAC Far East
FEAD Iwakuni
PSC 561 Box 1871, FPO AP 96310-0019
Bldg. 100, Room. 128, Misumi-cho, Iwakuni-shi
Yamaguchi, Japan 740-0025
Product Service Code: F999 - OTHER ENVIRONMENTAL SERVICES, STUDIES, AND
ANALYTICAL SUPPORT
NAICS Code: 561210 - Facilities Support Services
Anticipated Contract Type: Firm Fixed Price, Indefinite Delivery Indefinite Quantity for Recurring and
Non-recurring Services (ordered on an as-needed basis). Task Orders will be issued off the basic contract.
Performance Period: The resultant contracts will be a one (1) Base Operating Support (BOS) contract
award with a Base Period of one (1) year, seven (7) Option Periods, and one (1) Six Month Extension
Option Period.
The period of performance is 1 July 2026 – 31 August 2034.
Rough Order of Magnitude:
Base Year Recurring and Non-Recurring: $413 thousand Base Year
Total Recurring and Non-Recurring (Base Period + 4 Option Periods + 6-month Extension): $4M
Total Estimated Contract Value: $4M
General Work Requirements: The Offeror shall furnish all labor, supervision, management, tools,
materials, equipment, facilities, transportation, incidental engineering, operators and other items
necessary to provide the services outlined below for various facilities services at MCAS Iwakuni, Japan.
This procurement will be a operations and maintenance (O&M), standalone service contract that will
include a combination of recurring and non-recurring work. The PWS Annex applicable to this Contract
include, but are not limited to:
Environmental
 Annex 0100000 – General Information
 Annex 0200000 – Management and Administration
 Annex 1800000 – Environmental
Enclosure (1) DRAFT IWAKUNI BOSC PWS
Enclosure (2) Statement of Capability

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact

History