Inactive
Notice ID:N4008421B5401
1. THIS IS A PRESOLICITATION NOTICE ONLY. THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BIDS. NO SOLICITATION OR SPECIFICATIONS ARE AVAILABLE AT THIS TIM...
1. THIS IS A PRESOLICITATION NOTICE ONLY. THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BIDS. NO SOLICITATION OR SPECIFICATIONS ARE AVAILABLE AT THIS TIME. 2. Proposed Solicitation Number: N4008421B5401, FSC Code: Z1ND, NAICS Code: 562998 3. CONTRACT TYPE: The anticipated contract type is a single award, performance-based, Indefinite Delivery / Indefinite Quantity (IDIQ) Contract comprised of Recurring and Non-Recurring Work Items. 4. CONTRACT PERIOD: The anticipated contract period will be for a Basic Period of 12 months and four (4) 12-month Option Periods with a planned start date of 01 APR 2021. 5. CONTRACTOR LICENSING REQUIREMENTS. Prior to award of contract, bidders must be registered to do business in Japan and possess all valid permits and licenses as required by the contract. Bidders will be required to provide verification of such permits and licenses prior to award of the contract to the contracting officer if such information is not already on file with or available to the contracting officer. 6. STATUS OF FORCES AGREEMENT. The U.S. Government will 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 under this solicitation; nor will the U.S. Government certify any employees of a contractor as “Members of the Civilian Component” under Article I(b) of the SOFA. 7. SYSTEM FOR AWARD MANAGEMENT REGISTRATION. Bidders must be ACTIVELY registered in the System for Award Management (SAM) database to be eligible for award. For more information please go to https://www.sam.gov. Interested contractors are encouraged to register as soon as possible. 8. PLANNED SOLICITATION ISSUING DATE. On or about 02 Nov 2020. The Government does not intend to issue amendment(s) to this Presolicitation Notice if/when the planned solicitation issuing date is changed. Interested contractors can view and/or download the solicitation at https://beta.sam.gov/ when it becomes available. 9. Hard copies of the solicitation will not be provided. It is the Contractor’s responsibility to check the websites periodically for any amendments to this solicitation. All interested contractors should register at the website https://beta.sam.gov/. 10. Interested firms are requested to provide FEAD Iwakuni with capability statements including at a minimum: 1. Company Name, DUNS Number and NCAGE Code, 2. Mailing Address, and 3. Point of Contact Information including phone/fax numbers and email address. Capabilities statement should be submitted via email to Reiko Nishimoto at reiko.nishimoto.ja@usmc.mil. However, any information submitted by respondents to this notice is strictly voluntary. 11. The information being provided does not constitute a Request for Proposal, Request for Quote, Invitation for Bids, or a commitment of the part of the Government neither to award a contract, nor to pay for any costs responding to this notice and / or to the solicitation. This notice shall not be construed as a commitment by the Government for any purpose. The point of contact for this notice is Ms. Reiko Nishimoto, Purchasing &Contract Specialist, at telephone 0827-79-6524, email: reiko.nishimoto.ja@usmc.mil Contracting Office Address: PSC 561 Box 1871, FPO AP 96310-0019 U.S. Marine Corps Air Station Iwakuni, Japan Building 100, Misumi-cho, Iwakuni Yamaguchi, Japan, 740-0025 Place of Performance: PSC 561 Box 1871, FPO AP 96310-0019 U.S. Marine Corps Air Station Iwakuni, Japan Building 100, Misumi-cho, Iwakuni Yamaguchi, Japan, 740-0025 Primary Point of Contact: Reiko Nishimoto Purchasing & Contract Specialist reiko.nishimoto.ja@usmc.mil Phone: 0827-79-6524 Secondary Point of Contact: Masayo Inoue Purchasing & Contract Specialist masayo.inoue.ja@usmc.mil Phone: 0827-79-3584