Kadena Air Base, Okinawa, Japan - Navy Exchange Services Command (NEXCOM) Navy Gateway Inns and Suites (NGIS) Central Lodging Project
ID: GNFR-FC-KAD-25-23130Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEARMY/AIR FORCE EXCHANGE SERVICEPZ - K OFC OF DIR-PROCU 1018572DALLAS, TX, 75236-1598, USA

NAICS

Construction of Buildings (236)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
    Description

    The Department of Defense, through the Army and Air Force Exchange Service, is soliciting proposals for the construction of a new seven-story lodging facility at Kadena Air Base in Okinawa, Japan, as part of the Navy Gateway Inns and Suites Central Lodging Project. This project aims to provide 201 guest rooms along with amenities such as a fitness center, conference room, and self-service laundry, while also including the demolition of existing building foundations on the site. The contract is valued between $110 million and $140 million, with an estimated completion timeline of 1,035 days, and proposals must be submitted electronically by 2:00 PM CST on July 23, 2025. Interested contractors should contact Christian Villamin at villaminc@aafes.com for further details and to ensure compliance with all submission requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document describes a contract for the Navy Exchange Services Command (NEXCOM) to provide construction services for the Navy Gateway Inns and Suites Central Lodging Project at Kadena Air Base, Okinawa, Japan. The agreement, overseen by Contracting Officer Christian Villamin, outlines the responsibilities of the Army and Air Force Exchange Service and the contractor, detailing the project's scope, general terms, and required specifications. Key components include the contract structure, which emphasizes the contractor's obligations regarding materials, labor breakdown, site investigation, and safety compliance. Importantly, the contractor cannot portray themselves as an agent of the Exchange and must operate under strict provisions regarding federal regulations and local laws. The contract specifies various guidelines regarding tax responsibilities, insurance requirements, performance metrics, and dispute resolution. A central theme throughout the document is the emphasis on accountability, lawful operation, and adherence to set deadlines to fulfill contractual obligations. Overall, this document serves as a foundation for structured enforcement of obligations within public construction contracts, ensuring that all parties understand the contractual expectations and regulatory compliance required to successfully complete the project.
    The document is a Request for Proposal (RFP) issued by the Army and Air Force Exchange Service for the Central Lodging Project at Kadena Air Base in Okinawa, Japan. The project entails the construction of a seven-story lodging facility costing between $110 million and $140 million, with an estimated completion period of 1,035 days. Prospective bidders must follow specific proposal submission guidelines, including a completed response form and financial capability data sheet, along with a proposal bond from a U.S. Treasury-approved surety. The document emphasizes compliance with the National Defense Authorization Act (NDAA) and prohibits procurements involving forced labor from the Xinjiang Uyghur Autonomous Region. Key evaluation criteria include relevant experience in similar hospitality projects, project management plans, and a detailed execution schedule. The proposal evaluation will prioritize technical merit over price, although price remains significant. Bid submissions must be emailed to the contracting officer by 2:00 PM CST on July 23, 2025. The document outlines all necessary legal and operational stipulations, ensuring that all parties acknowledge their obligations concerning the contract, including bond requirements and proposal integrity. This solicitation underscores the government's commitment to quality project delivery while adhering to legal and ethical standards.
    The document outlines the technical evaluation criteria for contractors submitting proposals related to a hospitality project, referenced as GNFR-FC-KAD-25-23130. It specifies the required documentation, including project experience, a project management execution plan, and a detailed project execution schedule. Proposals must be well-organized, complete, and submitted electronically or in a binder, with a focus on usability. Key evaluation areas include: 1. Previous experience with similar hospitality projects, particularly on military installations, detailing project scope, duration, and contact information. 2. Project Management Execution Plan addressing quality control, key personnel qualifications, and compliance with Unified Facilities Criteria (UFC). 3. A thorough project execution schedule highlighting the timeline and critical path. Non-compliance with submission requirements may lead to proposal disqualification. Overall, the document emphasizes the need for contractors to demonstrate capability and readiness for projects needing adherence to stringent military and regulatory standards in Japan. This RFP process aims to ensure that all contractors are thoroughly assessed for technical acceptability before contract award.
    The document outlines mandatory policies and procedures related to contractor performance under the Status of Forces Agreement (SOFA) for U.S. forces in Japan. It stipulates that contractor employees eligible for SOFA status must be U.S. nationals, not ordinarily residents in Japan, and present in Japan by official invitation from the U.S. government. Key updates include the integration of the Synchronized Pre-deployment and Operational Tracker (SPOT) and Joint Asset Movement Management System (JAMMS) for managing contractor personnel and logistics. Contractors must register employees in SPOT to obtain a Letter of Authorization (LOA), which serves as required documentation for entry into Japan and logistical support entitlements. The responsibility for recognizing contractor eligibility lies with U.S. government contracting officers, who must ensure employees meet legal status criteria. Additionally, it addresses the requirement for compliance with both U.S. and Japanese laws regarding employment and residency status, emphasizing that contractor employees must maintain valid LOAs and report any changes in their immigration status. Overall, this instruction ensures coordinated compliance with SOFA regulations, supporting operational effectiveness while maintaining legal and logistical oversight for contractor personnel in Japan.
    The document outlines the plans for constructing the NGIS Construct Central Lodging Facility at Kadena Air Base, Okinawa, Japan. The project aims to provide lodging with a total of 201 guest rooms, primarily configured as double and accessible rooms. It includes comprehensive architectural, structural, civil, mechanical, electrical, and telecommunication designs, all complying with relevant U.S. federal, state, and local regulations, specifically focusing on life safety and building codes established by the NFPA and IBC. The facility will incorporate systems for fire protection, plumbing, HVAC, and telecommunications, ensuring proper operations and compliance with environmental sustainability practices. Various teams of specialized engineers and consultants from Honolulu are designated to oversee different aspects of the project, from landscape design to mechanical engineering. Furthermore, the plans address essential life safety features, including egress, fire alarms, and emergency systems. This initiative reflects the commitment to enhancing military infrastructure while maintaining safety standards, an important consideration in government-funded projects like federal RFPs and grants.
    The document outlines the specifications and requirements for the construction of a Central Lodging Facility for the Navy Gateway Inn and Suites in Okinawa, Japan. It details the procurement processes, general contract requirements, schedule, and procedures for submissions, safety, sustainability, and quality control. Comprising multiple divisions, the specifications cover concrete, masonry, metals, woodwork, thermal protection, electrical, plumbing, and HVAC systems. Key personnel qualifications are emphasized, necessitating bilingual representatives to facilitate communication in English and Japanese. The contractor is responsible for routine safety and quality control meetings to ensure compliance. The document mandates adherence to U.S. testing standards for critical components, with alternative Japanese standards permitted under certain conditions. Construction must integrate a robust Indoor Air Quality Management Plan to mitigate contaminants and ensure worker safety. The plan must include specified procedures for protecting materials and adhering to strict protocols for air quality during construction phases. Overall, the document reflects the government’s commitment to maintaining high-performance standards and safety during the project’s execution, aligning with regulatory requirements for federal construction projects.
    The Army and Air Force Exchange Service (Exchange) is preparing to solicit proposals for the Navy Exchange Services Command (NEXCOM) Central Lodging Facility Project at Kadena Air Base, Okinawa, Japan. This project involves constructing a new 7-story lodging facility with 201 guest rooms, fitness center, conference room, micro mart, and self-service laundry, as well as site improvements and demolition of two existing building foundations. Key project details include an anticipated construction start date at the end of 2025, a construction period of 1,035 calendar days, and a projected cost range of $100 million to $150 million. The procurement will be conducted through a Best Value Procurement process, using Technical Evaluation Criteria. Awardees must utilize PROCORE for project management. Interested parties should submit a pre-solicitation notice by March 7, 2025, to express their intent to receive the solicitation, which is expected to be available by mid-March 2025 on the AAFES website. This document serves as a formal announcement and invitation for contractors interested in participating in the bidding process.
    Similar Opportunities
    P530 Aircraft Intermediate Maintenance Facility, Kadena Air Base
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Japan District, is conducting a Sources Sought Market Survey for the P530 Aircraft Intermediate Maintenance Facility project at Kadena Air Base, Okinawa, Japan. This Design-Bid-Build (DBB) construction project aims to build an intermediate maintenance facility to support the Aircraft Intermediate Maintenance Detachment (AIMD), with an estimated project magnitude between $25 million and $100 million. The facility is crucial for enhancing operational efficiency and safety in aircraft maintenance, adhering to various building codes and standards, including fire protection and anti-terrorism measures. Interested local firms must respond by 2:00 PM Japan Standard Time on January 15, 2026, and are required to be registered in the System for Award Management (SAM) and possess necessary construction licenses from the Government of Japan. For further inquiries, contact Erica Stiner at erica.j.stiner@usace.army.mil or Valeria Fisher at valeria.fisher@usace.army.mil.
    FY26 Improve Military Family Housing PAIP 9 Phase 3
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Japan District, is preparing to solicit bids for the FY26 Improve Military Family Housing PAIP 9 Phase 3 project at Yokota Air Base, Japan. This project involves the modernization, renovation, and repair of thirty-four three-bedroom military family housing townhouse units, with an estimated construction cost between ¥2,500,000,000 and ¥10,000,000,000. The successful contractor will be required to complete the work within an 18-month performance period, and the solicitation is anticipated to be issued in December 2025 or January 2026. Interested bidders must be registered in the System for Award Management (SAM) and possess the necessary Japanese construction licenses, with bids due by the specified deadline. For further inquiries, contact Ruben Romero at Ruben.A.Romero@usace.army.mil or Nakiba Jackson at nakiba.s.jackson.civ@usace.army.mil.
    Sollars ES HVAC Upgrades, Misawa Air Base, Japan
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Japan District, is conducting market research for the "Sollars ES HVAC Upgrades" project at Misawa Air Base, Japan. This Design-Bid-Build (DBB) requirement aims to upgrade the existing heating system and add full cooling capabilities across five buildings, including extensive mechanical and electrical work, structural modifications, and site improvements. The project is significant for enhancing operational efficiency and comfort within the facilities, with an estimated contract value between ¥2,500,000,000 and ¥10,000,000,000. Interested local firms must respond by December 18, 2025, and are encouraged to contact Ryan Marzetta or Jennifer Knutson for further details.
    Commercial Solutions Opening - Kadena Air Base, Japan
    Dept Of Defense
    Special Notice DEPT OF DEFENSE is seeking commercial solutions for Kadena Air Base, Japan. The 18th Contracting Squadron is interested in awarding contracts and funding agreements to nontraditional and traditional defense contractors. The goal is to provide innovative technologies and solutions that enhance the mission effectiveness of military personnel and improve platforms, systems, components, or materials used by the Airmen aboard Kadena Air Base. The first anticipated area of interest is "Non-Invasive Spalling Detection". This special notice will be updated in approximately 30 days with the completed Commercial Solutions Opening solicitation. If you were directed to this page via the Society of American Military Engineers (SAME) conference, please be sure to "follow" this notice.
    Hotel Lodging BPA
    Dept Of Defense
    The Department of Defense, specifically the Oklahoma Air National Guard, is seeking proposals for a Blanket Purchase Agreement (BPA) for hotel lodging services from January 1, 2026, to December 31, 2030. The procurement aims to establish firm-fixed price agreements with lodging vendors to provide billeting services for its members, ensuring compliance with specific requirements such as competitive pricing, private baths, air conditioning, and daily housekeeping. This initiative is crucial for accommodating personnel during training and operational activities, with a maximum call limit of $350,000 per vendor. Proposals are due by December 16, 2025, at 10:00 AM CST, and interested parties must be registered in SAM and submit completed certifications. For further inquiries, contact Kurt A Ennis at kurt.ennis.4@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.mil.
    FY24 MCON PROJECT P-859, CONSOLIDATED HEADQUARTERS PHASE II, U.S. NAVSUPPACT, MCB GUAM
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific, is seeking qualified contractors for the FY24 Military Construction (MILCON) Project P-859, which involves the construction of a secure Phase 2 space at the Consolidated Headquarters located at Naval Support Activity Marine Corps Base in Guam. The project encompasses various construction elements, including architectural, fire protection, electrical, telecommunications, HVAC, and collateral equipment, with an estimated contract value between $10 million and $25 million and a completion period of approximately 423 calendar days. This opportunity is significant for firms specializing in commercial and institutional building construction, as it requires U.S. prime contractors with U.S. subcontractors and suppliers, all of whom must have valid Top Secret clearance. Interested parties should contact Jacqueline Sivongxay at jacqueline.y.sivongxay.civ@us.navy.mil or call 808-603-4464 for further details, and must submit required vetting forms to gain access to the Request for Proposal (RFP), which is anticipated to be released around December 2025.
    Indefinite Delivery/Indefinite Quantity (IDIQ) Repair and Replace Roof System FY26 at the Commander Fleet Activities Yokosuka, Naval Air Facility Atsugi, and U.S. Government Installations in the Kanto Region, Japan
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East (NAVFAC FE), is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to repair and replace roof systems at various U.S. Government installations in the Kanto Region, Japan, including Commander Fleet Activities Yokosuka and Naval Air Facility Atsugi. The scope of work encompasses roofing repairs and replacements, along with related tasks such as installing aluminum copings, flashings, drains, and conducting asbestos sampling. This procurement is crucial for maintaining the integrity and safety of the facilities, with an anticipated contract value of up to JPY5,000,000,000 over a five-year ordering period. Interested parties should contact Tomoko Kanzaki at Tomoko.Kanzaki.ln@us.navy.mil or call 046-816-4095 for further information, noting that this is a sources sought notice for market research purposes only and not a request for proposals.
    FY26 Appliance Drayage Services
    Dept Of Defense
    The Department of Defense, through the 18th Contracting Squadron at Kadena Air Base, is seeking qualified contractors to provide Appliance Drayage Services in Okinawa, Japan. The procurement involves managing the installation, removal, and replacement of appliances in Military Family Housing and dormitories, with specific service categories ranging from emergency replacements to regular installations and warehouse transfers. This opportunity is crucial for maintaining the living standards of military personnel and their families, ensuring timely and efficient appliance management. Interested contractors must respond to the Request for Information (RFI) by December 23, 2025, at 1630 JST, and submissions should be directed to Takeshi Nakamura and Rose Napolitano via email. All respondents must be registered in SAM and provide relevant company information and past performance details.
    NVANG UTA LODGING JANUARY 2025 - DECEMBER 2026
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide lodging accommodations for authorized personnel of the Nevada Air National Guard's 152d Airlift Wing from January 2025 to December 2026. The procurement requires single and double occupancy lodging within a three-mile radius of the 152d Airlift Wing located at 1776 National Guard Way, Reno, NV, ensuring that all facilities meet public health and security standards. This contract, which will be awarded based on best value criteria including pricing and technical capability, is set aside for small businesses with a total estimated value not exceeding $40 million. Interested vendors must submit their quotes via email to the designated contacts by 10:00 AM PDT on December 17, 2025, and ensure their proposals remain valid for at least 60 days post-solicitation close.
    FTW501 UNACCOMPANIED ENLISTED PERSONNEL HOUSING (PN 64018 BARRACKS) FORT WAINWRIGHT, ALASKA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for the design and construction of unaccompanied enlisted personnel housing at Fort Wainwright, Alaska. This project involves the construction of a barracks to accommodate 320 soldiers, including essential facilities such as living quarters, bathrooms, laundry rooms, and security systems, with an estimated contract value between $150 million and $250 million. The procurement will follow a two-phase source selection process, with evaluations based on factors such as past performance, technical approach, and price, and is scheduled for completion within 880 calendar days from the notice to proceed. Interested contractors must register in the System for Award Management (SAM) and can obtain solicitation documents starting December 29, 2025, by searching for Solicitation Number W911KB26RA004.