Inactive
Notice ID:N4008422R0051
PRE-SOLICITATION NOTICE: Subject: INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) PREVENTATIVE MAINTENANCE AND REPAIR SERVICES FOR U.S. FIRE APPARATUS AND TRUCKS AT U.S. NAVY REGION, JAPAN Solicitation...
PRE-SOLICITATION NOTICE: Subject: INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) PREVENTATIVE MAINTENANCE AND REPAIR SERVICES FOR U.S. FIRE APPARATUS AND TRUCKS AT U.S. NAVY REGION, JAPAN Solicitation Number: N40084-22-R-0051 Product Service Code (PSC): J042 – Fire/Rescue/Safety/Environmental Protection Equipment NAICS: 811111 – General Automotive Repair, and 811198 – All Other Automotive Repair and Maintenance Point of Contact: Ms. Amanda Jo, Contract Specialist, +81-46-816-2047, amanda.jo@fe.navy.mil Naval Facilities Engineering Systems Command Far East (NAVFAC FE) is issuing this Pre-solicitation Notice in accordance with Federal Acquisition Regulation (FAR) 5.207. DESCRIPTION OF PROPOSED WORK This acquisition is for an Indefinite Delivery/ Indefinite Quantity (IDIQ) Contract for Preventative Maintenance and Repair Services for U.S. Fire Apparatus and Trucks at U.S. Navy Region, Japan. The offeror shall provide all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide preventative maintenance and repair services for U.S. Fire Apparatus and Trucks at U.S. Navy Region Japan. Work will include, but is not limited to maintenance, preventive maintenance inspections, and repair to ensure Fire Apparatus and Fire Engines are in fully operational condition. The Government intends to award a single IDIQ contract with Firm-Fixed Price (FFP) pre-priced line items. The contract will be for a base period of one (1) year, with four (4) options each for a one (1) year period, a total of sixty (60) months, comprised of recurring and non-recurring services. The Government will carry over/realign all remaining non-recurring work capacity from the current year to the next option year at exercise of the option. This acquisition will be issued unrestricted. Award will be made using the “Lowest Price Technically Acceptable” source selection process. CLIN 0001 Base Recurring Work as proposed and/or negotiated will obligated at time of award in US Dollars or its Japanese Yen equivalent (based on Budget Exchange Rate of ¥106.4531 = $1). LOCATION OF WORK The following is a list of installations served under this contract, which includes, but is not limited to: Command Fleet Activities Yokosuka (CFAY) and Naval Air Facility Atsugi (NAFA), Command Fleet Activities Sasebo (CFAS), and Command Fleet Activities Okinawa (CFAO). TENTATIVE DATE(S) FOR THIS ACQUISITION Request for Proposal Issuance: 01 April 2022 Proposal Due Date: 01 May 2022 AVAILABILITY OF SPECIFICATIONS Performance Work Statement (PWS) is NOT included with this pre-solicitation notice. Interested offerors can view the solicitation and any attachments (e.g., PWS), at the Department of Defense (DoD) Solicitation Module in the Procurement Integrated Enterprise Environment (PIEE) website at https://piee.eb.mil/sol/xhtml/unauth/index.xhtml and/or Contract Opportunities on the System for Award Management (SAM) website at https://sam.gov/ when it becomes available. Unless otherwise indicated in the solicitation, this is an Internet-only solicitation. Hard copies of the solicitation will not be provided. It is the offeror’s responsibility to check the websites daily for any postings or amendments to the solicitation. CONDITIONS AND REQUIREMENTS CONTRACTOR LICENSING REQUIREMENTS 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. 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; however, the U.S. Government may consider designating eligible employee(s) as “Members of the Civilian Component” under Article I(b) of the SOFA. SAM REGISTRATION All offerors (i.e., whether individually or as a joint venture, etc.) responding to this solicitation must be registered in the System for Award Management (SAM) database to be eligible for award. To register, the SAM internet address is https://sam.gov/content/entity-registraiton. Interested offerors are encouraged to register as soon as possible. For more information please go to https://www.sam.gov, or by calling 866-606-8220 or 334-206-7828 for international call and complete the provisions associated with the annual representations and certifications identified in the Federal Acquisition Regulation (FAR) Subpart 4.1202 and Defense FAR Supplement (DFARS) Subpart 204.1202. Any offeror that does not show in their representations and certifications that they do not provide covered telecommunications equipment or services per provision in FAR 52.204-26 will be considered ineligible for award. An Offeror is required to be registered in SAM when submitting it’s offer/quotation/bid, and shall continue to be registered at all relevant times, i.e., time of award, during contract performance, and through final payment of the contract resulting from this solicitation. CAUTION: Offerors with no active registration in SAM or an offeror whose SAM online Representations and Certifications are not current shall be considered ineligible for award. ELECTRONIC SUBMITTAL OF OFFER/QUOTATION/BID/PROPOSAL This solicitation will require electronic submittal of an offer/quotation/bid/proposal through the Department of Defense (DoD) Solicitation Module in the Procurement Integrated Enterprise Environment (PIEE) or via other methods, if specified by the Government. Prospective bidders are advised to register at https://piee.eb.mil, in order to receive notification of availability of solicitation documents. Notification of any changes to the solicitation (Amendments) shall be made only on the internet. It is the Contractor’s responsibility to check the above listed address daily for any posted changes to solicitation’s plans and specifications. Proposals shall be submitted via Solicitation Module in PIEE. In order to submit a proposal through solicitation module offerors must have an active Proposal Manager role in PIEE at https://piee.eb.mil/ For additional information on PIEE Vendor Access Instructions or PIEE Solicitation Module Frequently Asked Questions visit: https://dodprocurementtoolbox.com/site-pages/solicitation-module For additional instructions on how to post an offer, please refer to the posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf The information being requested does not constitute a Request for Proposal or a commitment on the part of the government to award a contract, nor, to pay for any costs incurred as a result in replying to this notice. This notice shall not be construed as a commitment by the Government for any purpose. The point of contact for this solicitation is Ms. Amanda Jo, Contract Specialist at 315-243-2047, or Amanda.jo@fe.navy.mil.