Inactive
Notice ID:N40084-22-S-8901
***THIS IS A SOURCES SOUGHT NOTICE ONLY*** This is a Sources Sought announcement for THE PURPOSES OF MARKET RESEARCH ONLY in support of “MAINTENANCE FOR VERTICAL TRANSPIRATION EQUIPMENT, AUTOMATIC DOO...
***THIS IS A SOURCES SOUGHT NOTICE ONLY*** This is a Sources Sought announcement for THE PURPOSES OF MARKET RESEARCH ONLY in support of “MAINTENANCE FOR VERTICAL TRANSPIRATION EQUIPMENT, AUTOMATIC DOORS AND MECHANICAL SYSTEMS FOR THE U.S. NAF ATSUGI AND THE U.S. FORCES JAPAN CONTROLLED AREAS IN KANTO PLAIN, 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), Public Works Department (PWD) Atsugi is seeking information on eligible business firms capable of performing wastewater treatment that meets all licensing requirements 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 811310: Other Nonhazardous Waste Treatment and Disposal. The term of this project is one (1) year and up to a total of eight (8) years. DESCRIPTION OF WORK The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to implement recurring services as follows: Develop, implement, and execute a Service Order, Maintenance program, and Inspection, Testing, and Certification program to maintain and repair installed equipment and systems. Maintain all maintenance, repair, and alternation data and warranty records, and shall provide all necessary test instruments, equipment and tools required to perform maintenance and repair. Maintain sufficient materials and equipment on hand to support service order work requirements. Lack of availability of material or equipment will not relieve the Contractor from the requirement to complete service order work within the time limits specified. Maintain, repair and alter installed equipment and systems to ensure they are fully functional and in normal working condition. 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. Contractors must be registered to do business and possess an appropriate license issued by the Ministry of Land, Infrastructure and Transport or prefectural government in order to perform work under this contract. The Contractor personnel performing inspections and tests on VTEs must have “Certificate of Qualified Inspector for Vertical Transportation Equipment (Syokouki Kensa Sikakusha) issued by Minister of Land and Infrastructure and Transportation of Japan. STATUS OF FORCES AGREEMENT (SOFA) The U.S. Government shall not offer “United States Official Contractor” status under Article XIV of the U.S.-Japan Status of Forces Agreement (SOFA) under this solicitation. Furthermore, unless specifically provided in the specific task order request for proposal, 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. SUBMITTAL REQUIREMENTS Interested firms should submit information as to the capabilities, capacity and experience to perform the tasks set forth above. 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 these services at various Military and other Federal facilities worldwide. Your SOC shall include the following: (1) Full name and address of the firm; (2) Indicate if the firm is registered in the Department of Defense (DOD) System for Award Management (SAM) database, include Unique Entity ID and CAGE Code; and (3) List up to five projects performed within the last five years. Provide information regarding experience of the work above. Provide the following information for each project as much as possible: a) Contract number and project title; b) Name of contracting activity; c) Administrative Contracting Officer’s name, current telephone number; d) Contracting Officer’s Technical Representative or primary point of contact name and current telephone number; 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 contract work; 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 electronically submit information to Miki Masuda via email at Miki.Masuda.JA@fe.navy.mil by 8 August 2022 at 15:00 (Japan Standard Time) using the email subject line “Sources Sought VTE/Auto Doors/Mech. Systems”. 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.