SOLID WASTE AT NAF ATUSGI, JAPAN
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THERE WILL NOT BE A SOLICITATION OR SPECIFICATIONS AVAILABLE AT THIS TIME. This is a market research tool to determine t... THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THERE WILL NOT BE A SOLICITATION OR SPECIFICATIONS AVAILABLE AT THIS TIME. This is a market research tool to determine the availability of sources prior to issuing the RFP. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command Far East (NAVFAC FE), implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. The Sources sought is intended for local sources in accordance with FAR 5.202(a) (12). Local sources are those persons or entities normally resident and licensed to conduct business in Japan. Offers from non-local sources will not be considered under this notice. 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 sources sought; 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. NAVFAC Far East is seeking eligible business firms capable of providing the Solid Waste at NAF Atsugi in Japan The Contractor shall provide all labor, management, supervision, tools, material, equipment, transportation, and other items necessary to provide a both non-regulated regulated waste collection, segregation, transportation, disposal, and recycling services at NAF Atsugi, Japan under a performance-based contract that is comprised of both Recurring and Non-Recurring Work Items. The NAICS code for this proposed procurement is 562111 DESCRIPTION OF WORK The Contractor shall provide the following services: Collect solid waste from the designated collection area within NAF Atsugi area Segregate, Transport, Recycle, and dispose solid waste properly in accordance with Installation regulations and programs; JEGS; Waste Disposal and Public Cleaning Act; ordinance of Kanagawa Prefecture and Yamato City, and all applicable Japanese, prefectural, and local laws and regulations. CONTRACTOR LICENSE REQUIREMENT The contractor MUST possess at least the following valid licenses. The licenses name shall be the contractor’s own company name. Unacceptable neither sub-contractor’s name, subsidiaries, parent company, nor affiliates. If Joint Venture situation, the licenses name shall be the JV company’s name. General Business Waste (???????) collection/Transportation license which is issued by Yamato city Following Industrial Waste(?????) collection/Transportation AND Disposal licenses which issued by the authority in accordance with Waste Disposal and Public Cleanliness regulation (????????????????) (1) Waste Sludge (2) Waste Plastic (3) Waste Rubber (4) Waste Metal (5) Waste Glass and pottery (6) Debris (7) Waste Wood Debris (8) Waste Oil (9) Waste Paper (10) Waste Clothes Addition, the Contractor shall be capable collection/transportation and disposal the following items Light bulbs (include contained mercury) Batteries (lithium, nickel cadmium, nickel metal hydride, and/or alkali manganese (include contained mercury)) The successful contractor to any forthcoming solicitation shall provide all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide the services at NAF Atsugi, Japan. The preponderance of the work under this contract shall involve the accomplishment of work in the major categories, included but not limited to in the Performance Work Statement (PWS). Statement of Capabilities 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 a 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) year firm was established; (3) name of two principals (including titles, telephone and fax numbers (4) indicate if the firm is registered in the Department of Defense (DOD) Central Contractor Registration (CCR) database, include DUNS Number and CAGE Code; and (5) provide information on recent past projects that best illustrate your qualifications for this contract. List up to five projects performed within the last five years. Provide information on experience of key personnel showing experience in providing inspection/assessment services. Provide the following information for each project listed: 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. I) If award fee or award term incentivized, average performance rating received. The Government reserves the right to request additional information as needed, from any and all respondents. Submitted information shall be UNCLASSFIED. The SOC must be complete and sufficiently detailed to allow for a determination of the firm’s qualifications to perform the defined work. The SOC must be on 8 by 11-inch standard paper, single spaced, 12 point font minimum and is limited to 20 single sided pages (including all attachments). Responses are due on 10 January 2022 at 01:00 PM local Japan standard time. Responses shall be submitted via e-mail. Questions or comments regarding this notice may be address to Chito Bong F. Carabeo via e-mail at chitobong.carabeo@fe.navy.mil or phone at +81-467-63-3143.
Data sourced from SAM.gov.
View Official Posting »