DRAFT: ASBESTOS LEAD SAMPLING SERVICES CONTRACT AT VARIOUS U.S. NAVY, MARINE CORPS, ARMY AND AIR FORCE BASES AND FACILITIES THROUGHOUT JAPAN

Agency:
State: Federal
Type of Government: Federal
FSC Category:
  • F - Natural Resources and Conservation Services
NAICS Category:
  • 541380 - Testing Laboratories
Posted Date: Feb 7, 2024
Due Date: Mar 29, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
DRAFT: ASBESTOS LEAD SAMPLING SERVICES CONTRACT AT VARIOUS U.S. NAVY, MARINE CORPS, ARMY AND AIR FORCE BASES AND FACILITIES THROUGHOUT JAPAN
Active
Contract Opportunity
Notice ID
N4008424R0051
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC PACIFIC CMD
Sub Command 2
NAVFAC FAR EAST
Office
NAVFACSYSCOM FAR EAST
General Information
  • Contract Opportunity Type: Special Notice (Updated)
  • All Dates/Times are: (UTC+09:00) TOKYO, JAPAN
  • Updated Published Date: Feb 07, 2024 05:48 pm JST
  • Original Published Date: Feb 07, 2024 05:27 pm JST
  • Updated Response Date: Mar 29, 2024 02:30 pm JST
  • Original Response Date: Mar 29, 2024 02:30 pm JST
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 06, 2025
  • Original Inactive Date: Feb 06, 2025
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: F107 - ENVIRONMENTAL SYSTEMS PROTECTION- TOXIC AND HAZARDOUS SUBSTANCE ANALYSIS
  • NAICS Code:
    • 541380 - Testing Laboratories and Services
  • Place of Performance:
Description

Solicitation Number: N4008424R0051



Planned RFP Issue Date: 27 February 2024



Planned Due Date: 29 March 2024



Contact Points: Motoko Kawashima



Phone: 011-81-46-816-9767



E-mail: Motoko.Kawashima.ln@us.navy.mil



And



Samantha Tomisato



Phone: 011-81-46-816-3418



E-mail: Samantha.e.Tomisato.civ@us.navy.mil



NAICS Code: 541380 Testing Laboratories



Classification Code: F107 Toxic and Hazardous Substance Analysis





The Naval Facilities Engineering Systems Command, Far East (NAVFAC FE) is issuing this Pre-solicitation Notice in accordance with Federal Acquisition Regulation (FAR) Subpart 5.2.



This is a synopsis of pre-solicitation for asbestos and lead sampling services at various US Navy, Marine Corps, Army, and Air Force Bases and Facilities throughout Japan. The NAICS code is 541380 Testing Laboratories.



This notice does NOT constitute a Request for Proposal, Request for Proposal, or a commitment on the part of the Government to award a Contract, or 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.



(1) DESCRIPTION OF REQUIREMENT



In accordance with the Federal Acquisition Regulation (FAR) 5.203, the Naval Facilities Engineering Command, Far East (NAVFAC FE), intends to solicit competitive offers for an Indefinite Delivery-Indefinite Quantity (IDIQ) Contract for Regional Lead and Asbestos Sampling and Analysis at Commander Navy Region Japan.



The offeror shall provide all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide the services at all locations identified in the performance work statement (PWS).



The contract period of performance is anticipated for one (1) base period of 12-months and four (4) option periods of 12 months.



The Government intends to award a single IDIQ contract with Firm-Fixed-Price (FFP) pre-priced line items. Pre-priced line items may be ordered utilizing the Government-wide Commercial Purchase Card (GCPC) through FedMall or on a task order. The order will specify the exact locations and quantities to be provided and the delivery schedule.



(2) SERVICE LOCATIONS



Deliveries may be made to the following locations:



� U. S. Commander Fleet Activities Yokosuka (CFAY)



� U.S. Commander Fleet Activities Sasebo (CFAS)



� Naval Air Facility Atsugi (NAFA)



� Naval Air Facility Misawa (NAFM) and the surrounding Navy



� Marine Corps Air Station (MCAS) Iwakuni



� Marine Corps Community Services (MCCS) Camp Fuji and the surrounding Navy, Marine Corps and Air Force facilities



� Commander Fleet Activities Okinawa (CFAO)



� White Beach Naval Facility, Kadena Air Base



� Camp Shields



� Tengan Pier



� Awase Communication Site



� Marine Corps Base (MCB) Camp Butler, Camp Kinser, Camp Foster, Camp Courtney, Camp Hansen, Camp Schwab, Camp Gonsalves/Jungle Warfare Center, and the surrounding Navy, Marine Corps and Air Force facilities



Point of contact (POC) and delivery information will be specified on each order.



(3) TENTATIVE DATE(S) FOR THIS ACQUISITION:



The solicitation is estimated to be released on SAM on/or around the 27 February 2024 with closing on 29 March 2024.



Interested offerors can view the solicitation, and any attachments (e.g., specifications and Pre-price Line Item Schedule), at 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.



(4) CONDITIONS AND REQUIREMENTS



This acquisition will provide for full and open competition in accordance with FAR 6.1.



SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION.



All offerors (i.e., whether individually or as a joint venture, etc.) responding to this solicitation must be registered and have an active status in the SAM database prior to the closing date for receipt of proposals to be eligible for award and must have complete the provisions associated with the annual Representations and Certifications identified in the FAR Subpart 4.102 and Defense FAR Supplement (DFARS) Subpart 204.1202 in SAM.



An Offeror is required to be registered in SAM when submitting its proposal, 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 the solicitation. Offerors with no active registration in SAM or an Offeror whose SAM online Representations and Certifications are not current will not be eligible for award.



PROCUREMENT INTEGRATED ENTERPRISE ENVIRONMENT (PIEE) REGISTRATION



This solicitation will require electronic submittal of proposals through the DoD Solicitation Module in PIEE or via other methods, if specified by the Government. In order to submit a proposal through the Solicitation Module in PIEE, you must have an active Proposal Manager role in PIEE at https://piee.eb.mil . Interested Offerors are encouraged to register for the required role as soon as possible.



Information and training on PIEE Solicitation Module is available at:



https://dodprocurementtoolbox.com/site-pages/solicitation-module



Additional Web Based Training is available at:https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml



https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf



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. Prior to award of any contract, offerors must be registered to do business in Japan. Offerors will be required to provide verification of such registration prior to award of any contract to the contracting officer if such information is not already on file with or available to the contracting officer.



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.


Attachments/Links
Contact Information
Contracting Office Address
  • PSC 473 BOX 13
  • FPO , AP 96349-0013
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow Aquatic Herbicide Treatment for the Control of Milfoil, Hopkinton Lake, Hopkinton, NH

Federal Agency

Follow F--Notice of intent Active Contract Opportunity Notice ID DOIAFBO240087 Related Notice Department/Ind.

INTERIOR, DEPARTMENT OF THE

Bid Due: 5/01/2024

Follow FD2020-22-00094 Active Contract Opportunity Notice ID Related Notice Department/Ind. Agency DEPT OF

DEPT OF DEFENSE

Bid Due: 1/19/2027

Follow Willow Creek Fire Rehabilitation Seed Propagation Active Contract Opportunity Notice ID 140L0623Q0030

INTERIOR, DEPARTMENT OF THE

Bid Due: 8/20/2024