NAF Renovate New Sanno Hotel Room, Bldg. 38
ID: W912HV25Z0011Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SN ENDIST JAPANAPO, AP, 96338-5010, USA

NAICS

Residential Remodelers (236118)

PSC

REPAIR OR ALTERATION OF OTHER RESIDENTIAL BUILDINGS (Z2FZ)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the renovation of the New Sanno Hotel, Building 38, located in Tokyo, Japan. This project involves a comprehensive renovation of 149 guest rooms, corridors, and elevator lobbies, focusing on modernizing facilities while integrating traditional and contemporary design elements reflective of Japanese culture. The anticipated contract, valued between ¥2,500,000,000 and ¥10,000,000,000, is expected to be awarded in October 2025, and interested local firms must submit their qualifications and responses by July 7, 2025, to the designated contacts, Jiro Miyairi and Jennifer Knutson, via email.

    Point(s) of Contact
    Files
    Title
    Posted
    The project entails the comprehensive renovation of 149 guest rooms, corridors, and elevator lobbies at the New Sanno Hotel in Tokyo, Japan, under contract NAFQJ324C0002, prepared for the U.S. Army Corps of Engineers. The scope includes a Comprehensive Interior Design (CID) package focusing on Furniture, Fixtures, and Equipment (FF&E) in accordance with applicable military standards. Key tasks involve developing a fully coordinated FF&E list, emphasizing the integration of new designs with existing architectural features while considering functional, operational, and aesthetic requirements. Design objectives aim for a harmonious blend of traditional, modern hotel aesthetics, and Japanese cultural elements. Specific furniture styles will be selected based on their contribution to the hotel's ambiance. The overall renovation seeks to modernize facilities while retaining a welcoming environment that reflects the hotel’s history. The document outlines requirements for furniture selection, technical specifications, and best value determination, addressing sustainability, durability, and compliance with safety standards. This renovation initiative aligns with federal and military efforts to enhance operational readiness and improve guest experiences.
    The document pertains to the renovation of guest rooms at the New Sanno Hotel in Tokyo, Japan, under Contract No. NAFQJ324C0002, prepared for the Department of the Army by PAE Design and Facility Management. The primary objective is to develop a Comprehensive Interior Design (CID) package, including the renovation of 149 guest rooms, corridors, and elevator lobbies to modernize and enhance functionality while maintaining aesthetic appeal. The design combines traditional and contemporary elements, incorporates Japanese aesthetics, and adheres to compliance with the Architectural Barriers Act. Key components of the project include detailed analyses of existing conditions, specifications for furniture, fixtures, and finishes, as well as room layouts. The renovation will focus on updating outdated styles, improving operational functionality, and ensuring the spaces meet sustainability goals. The document outlines the essential aspects of the design analysis, the scope of work, and specific requirements regarding materials and finishes, ensuring enhanced durability and acoustics suitable for a hospitality environment. By adhering to established UFC standards, the renovation aims to offer a modernized experience for guests and reflect cultural elements significant to the property's location.
    The document outlines the intermediate design submittal for the renovation of hotel rooms in Building 38 of the New Sanno Hotel, managed by the U.S. Army Corps of Engineers in Tokyo, Japan. It includes an extensive index of drawings and documents related to various architectural, mechanical, electrical, and plumbing plans. The scope of work involves a comprehensive redesign and renovation of all guest rooms and surrounding areas, including demolition of existing structures, installation of new finishes, and upgrades to plumbing and electrical systems. Specific plans include creating model units for the agency's inspection, confirming existing conditions at the job site, and ensuring cleanliness and safety throughout the renovation process. The project is structured in phases, targeting specific floors per phase, addressing guest room conversions to meet accessibility standards, and includes detailed instructions for hazardous material abatement. The summary emphasizes the methodical, safety-oriented approach taken by the government in executing this construction project, adhering to strict regulatory requirements while aiming to enhance the facility for its users. This document serves as a foundational outline for stakeholders involved in the renovation, ensuring a coordinated and compliant effort to modernize hotel amenities.
    The document outlines the Intermediate (65%) Design Submittal for the renovation project of the New Sanno Hotel, Building 38 in Tokyo, Japan, under Contract No. NAFQJ324C0002, prepared for the US Army Corps of Engineers. It details the general requirements, pricing and payment procedures, project schedules, quality control, and specific construction methods, including phases of renovation for various floors of the hotel. The project will focus on the renovation of 149 guest rooms and communal areas, emphasizing adherence to U.S. and acceptable Japanese standards regarding materials and safety requirements. Environmental controls, fire prevention measures, and procedures for the handling of hazardous materials, such as asbestos and lead, are also specified. The document mandates the submission of various reports, including indoor air quality management plans, progress photographs, and an organized approach for closeout procedures, reflecting the government's emphasis on safety and compliance in contract performance. The overall aim is to ensure safe, efficient, and quality renovation work that aligns with governmental guidelines while enhancing the hotel's facilities.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    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.
    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.
    FY2026 Projections
    Dept Of Defense
    The U.S. Army Corps of Engineers, Japan District (POJ) is announcing the FY2026 projections for construction projects, which will be solicited exclusively to local sources in Japan. These projects encompass various facility repairs, housing modernizations, and infrastructure developments, and will utilize full and open competition procedures, requiring vendors to be physically located and licensed to conduct business in Japan. A significant requirement for all solicitations and contracts issued on or after November 10, 2025, is the Cybersecurity Maturity Model Certification (CMMC) 2.0 Basic (Level 1) certification or higher. Interested parties should register in the System for Award Management (SAM) and can direct inquiries to the contracting officers, Dr. Nakiba Jackson at Nakiba.S.Jackson@usace.army.mil or Ms. Jennifer Knutson at Jennifer.H.Knutson@usace.army.mil, with additional contact available for Okinawa through Mr. Jack Letscher at Jack.T.Letscher@usace.army.mil.
    THEATER AIRCRAFT CORROSION CONTROL PREP HANGAR, KADENA AIR BASE, OKINAWA, JAPAN
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Theater Aircraft Corrosion Control Prep Hangar at Kadena Air Base, Okinawa, Japan. This project involves the design and construction of a facility that includes two hangar bays dedicated to corrosion treatment, painting, and preparation, along with necessary supporting infrastructure such as utilities, HVAC, and fire protection systems. The facility is crucial for maintaining the operational readiness of large-bodied aircraft, ensuring they are protected from corrosion and other environmental factors. Proposals are due by January 6, 2026, with an estimated contract value between $250 million and $500 million. Interested contractors can reach out to Valeria Fisher at valeria.fisher@usace.army.mil or Jack T. Letscher at Jack.T.Letscher@usace.army.mil for further information.
    Indefinite Delivery/Indefinite Quantity (IDIQ), Painting for Various Locations at the Command Fleet Activities Yokosuka and Atsugi, 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 perform painting services at various locations in Japan, including the Command Fleet Activities Yokosuka and Atsugi. The scope of work encompasses painting and related tasks such as scaffolding, protective coating, and repair or replacement activities across multiple sites, including U.S. military facilities and the U.S. Embassy in Tokyo. This contract is significant for maintaining the operational readiness and aesthetic standards of military installations, with an anticipated five-year ordering period and a total value of up to JPY6,000,000,000. Interested parties should contact Emiko Uyama at emiko.uyama2.ln@us.navy.mil or call 046-816-2874 for further information, noting that this is a sources sought notice for market research purposes only and not a request for proposals.
    Indefinite Delivery/Indefinite Quantity (IDIQ), Painting for Various Locations at the Command Fleet Activities Yokosuka and Atsugi, 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 perform painting services at various locations in Japan, including the Command Fleet Activities Yokosuka and Atsugi. The scope of work encompasses painting and related tasks such as scaffolding, protective coating, and repair and replacement activities across multiple sites, including U.S. Fleet Activities and the U.S. Embassy in Tokyo. This procurement is crucial for maintaining the facilities' operational readiness and aesthetic standards, with an anticipated contract value of up to JPY6,000,000,000 over a five-year ordering period. Interested parties should contact Emiko Uyama at emiko.uyama2.ln@us.navy.mil or call 046-816-2874 for further information, noting that this is a sources sought notice for market research purposes only and not a request for proposals.
    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.
    Roads/Pavements & Misc. Civil Work Indefinite- Delivery/Indefinite-Quantity (IDIQ) Contract, Misawa Air Base, Japan
    Dept Of Defense
    The Department of Defense is seeking contractors for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for Roads/Pavements and Miscellaneous Civil Work at Misawa Air Base, Japan. The contract will involve the repair, maintenance, and construction of pavement structures, including roads, parking lots, and related civil work, within a 40 km radius of the base, excluding specific areas like the MAB Airfield. The contract has a guaranteed minimum value of ¥300,000 and a maximum limit of ¥1,500,000,000, with the solicitation expected to be issued on or after January 16, 2026. Interested parties must register in the System for Award Management (SAM) and ensure compliance with Japanese regulations; for inquiries, contact Mayumi Ozawa at mayumi.ozawa.jp@us.af.mil or Kazuaki Kawahara at kazuaki.kawahara.jp@us.af.mil.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project
    Dept Of Defense
    The U.S. Army Corps of Engineers, Seattle District, is seeking interested business sources for the DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project located at Camp Pendleton, California. This opportunity involves a firm-fixed-price construction contract estimated between $25 million and $100 million, focusing on the renovation of a 140,000 sq ft warehouse and 19,000 sq ft of administrative facilities, with a construction period of approximately 18 months. Interested firms are required to submit a capabilities package by January 9, 2026, detailing their qualifications, past project experience, and potential for small business subcontracting, with all submissions directed to Briana Armstrong and Andrea Jackson via email. All interested parties must also be registered in the System for Award Management (SAM) to be eligible for contract award.