Preventive Maintenance and Inspection Services Orders for Fire Protection and Intrusion Detection System at Various Locations in the U.S. Commander Fleet Activities, Yokosuka, Ikego, Urago, Azuma, Negishi, North Dock, Tsurumi and Nagai in 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: Sources Sought (Original)
- Original Published Date: Jan 27, 2025 03:26 pm JST
- Original Response Date: Feb 11, 2025 10:30 am JST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Feb 26, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- 561210 - Facilities Support Services
- Place of Performance: JPN
Description
The intent of this notice is to identify qualified and interested Offerors for information and planning purposes. The information received will be utilized within the Navy to facilitate the decision making process 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 announcement or any follow-up information requests. In accordance with 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.
Naval Facilities Engineering Systems Command, Far East (NAVFAC FE) Facilities Engineering Acquisition Division (FEAD) Yokosuka is seeking potential sources to Preventive Maintenance and Inspection Services for Fire Protection and Intrusion Detection Systems by Recurring and Non-Recurring Items at Commander Fleet Activities Yokosuka, Japan.
The anticipated scope of work may include the following efforts: The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Facility Investment (FI) services for Fire Protection System and Intrusion Detection Systems (IDS) at Navy Region Japan to include the U.S. Naval Installations in Kanto Plain, Japan.
All maintenance and repair shall be performed by personnel trained and certified by the Original Equipment manufacturer (OEM) and by personnel who possess appropriate license or certification.
The Contractor shall maintain, repair, and alter Building Systems to ensure they are fully functional and in normal working condition.
Examples of work include, but not limited to: repair sprinkler systems, replace FACP (Fire Alarm Control Panel), replace auxiliary tank gate and check valves, replace end devices such as detectors with new ones, replace fire protection system end test valve and sus jacket, replace water motor gong.
The North American Industry Classification System (NAICS) code for this procurement is 561210, Facilities Support Services, with an annual size standard of $47.0M.
TENTATIVE DATES FOR THIS ACQUISITION (subject to change):
Request for Proposal Issuance: On or about February 28, 2025.
CONTRACTOR REQUIREMENTS: Any contract resulting from this solicitation will be awarded and performed in its entirety in the country of Japan. Contractors are required to provide the following information prior to award of contract:
1. 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. Prior to award of any contract, non-Japanese contractors must provide proof of eligibility to do work in Japan, i.e. license, government documentation, etc.
STATUS OF FORCES AGREEMENT: The U.S. Government will consider designating eligible employee(s) as "Members of the Civilian Component" under Article I(b) of the SOFA.
SUBMISSION REQUIREMENTS: Interested firms should submit a brief capabilities statement package using Enclosure (1), Market Survey Questionnaire, to demonstrate capabilities, capacity and experience.
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 Sources Sought Notice marked or designated, as corporate or proprietary information will be fully protected from release outside the Government.
Please respond to this Sources Sought announcement electronically to Junko MIYACHI at junko.miyachi.ln@us.navy.mil no later than 10:30 hours, Japan Standard Time (JST) on 11 February 2025. NO TELEPHONE CALLS OR FACSIMILES WILL BE ACCEPTED.
Responses received after the deadline or without the required information will not be considered. Since this is a Sources Sought announcement only, evaluation letters will not be issued to any respondent.
Attachments/Links
Contact Information
Contracting Office Address
- PSC 473 BOX 13
- FPO , AP 96349-0013
- USA
Primary Point of Contact
- Junko Miyachi
- junko.miyachi.In@us.navy.mil
- Phone Number 0468166956
Secondary Point of Contact
- Toshiki Hisasue
- toshiki.hisasue.In@us.navy.mil
- Phone Number 0468164097
History
- Feb 26, 2025 01:55 pm JSTSources Sought (Original)