Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 13, 2025 SAM #8783
SOLICITATION NOTICE

S -- Integrated Solid Waste Management Bulk Waste AT MARINE CORPS INSTALLATIONS PACIFIC (MCI-PAC) CAMP SMEDLEY D. BUTLER, OKINAWA JAPAN

Notice Date
12/11/2025 2:55:10 PM
 
Notice Type
Presolicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
NAVFACSYSCOM FAR EAST FPO AP 96349-0013 USA
 
ZIP Code
96349-0013
 
Solicitation Number
N4008426R2001
 
Archive Date
01/12/2026
 
Point of Contact
Akiko Hilderbrand, Marina Porter
 
E-Mail Address
akiko.hilderbrand2.ln@us.navy.mil, marina.p.porter.civ@us.navy.mil
(akiko.hilderbrand2.ln@us.navy.mil, marina.p.porter.civ@us.navy.mil)
 
Description
***This is only Pre-Solicitation notice*** This notice does NOT constitute a request for proposal, request for quote or invitation for bid. This notice shall NOT be constructed as a commitment by the Government for any purpose. Interested parties can view and/or download the solicitation when it becomes available. NO HARD COPIES WILL BE PROVIDED. GENERAL INFORMATION In accordance with the Federal Acquisition Regulation (FAR) 5.207, Naval Facilities Engineering Systems Command Far East (NAVFAC FE) FEAD Camp Butler intends to solicit proposals for Integrated Solid Waste Management Bulk Waste AT MARINE CORPS INSTALLATIONS PACIFIC (MCI-PAC) CAMP SMEDLEY D. BUTLER, OKINAWA JAPAN. The scope of work includes, but is not limited to, provision of all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide the collection and disposal of bulk waste at Marine Corps Base Camp Smedley D. Butler, Okinawa, Japan to include but not limited to Camp Foster, Camp Kinser, MCAS Futenma, Camp Hansen, Camp Courtney and Camp Schwab. The anticipated contract type is a single award, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with Recurring and Non-Recurring work items. The anticipated period of performance is a twelve-month base period with seven (7) one-year option periods. Option periods are for the continuation of services as stated above and are not guaranteed. Exercise of options are subject to determination that it is in the best interest of the Government. The Government intends to utilize the Lowest Price Technically Acceptable (LPTA) source selection process in accordance with FAR 15.101-2. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost/price factors. 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. Contractors must be registered to do business in Japan and possess all valid permits and licenses as required by the contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/795b5088c27648eba313672a6d05e17c/view)
 
Place of Performance
Address: JP-47, JPN
Country: JPN
 
Record
SN07663194-F 20251213/251211230033 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.