Inactive
Notice ID:N4008425B0402
SOURCES SOUGHT FOR N4008425B0402, PREVENTIVE MAINTENANCE AND INSPECTION SERVICE ORDERS FOR FIRE PROTECTION AND INTRUSION DETECTION SYSTEMS (IDS) AT VARIOUS LOCATIONS IN THE U.S. COMMANDER FLEET ACTIVI...
SOURCES SOUGHT FOR N4008425B0402, PREVENTIVE MAINTENANCE AND INSPECTION SERVICE ORDERS FOR FIRE PROTECTION AND INTRUSION DETECTION SYSTEMS (IDS) AT VARIOUS LOCATIONS IN THE U.S. COMMANDER FLEET ACTIVITIES, YOKOSUKA, IKEGO, URAGO, AZUMA, NEGISHI NORTH DOCK, TSURUMI AND NAGAI, IN JAPAN BY COMBINATION CONTRACT OF RECURRING & NON-RECURRING ITEMS, (PMI for Fire Protection and IDS at CFAY) eProjects#1793629 PSC Code: Z1AZ -- MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS The intent of this notice is to identify potential offerors for market research purposes and to determine if commercial sources are available. The information will be used within the U.S. Navy but will not be disclosed outside the agency. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Naval Facilities Engineering Systems Command, Far East (NAVFAC FE) Public Works Department (PWD) Facilities Engineering Acquisition Division (FEAD) Yokosuka is seeking potential sources to perform 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 services including 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. *This list is not all-inclusive and may or may not include additional work by the contractor. 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 approx. $18.0M. TENTATIVE DATES FOR THIS ACQUISITION (subject to change): Request for Proposal Issuance: On or about February 28, 2026. 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 Ryouhei Shindo at Ryouhei.Shindo.ln@us.navy.mil by the due date and time indicated in SAM.GOV. 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. 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.