Operation and Maintenance (O&M) of Draughon Bombing and Electronic Attack Range, Misawa Air Base, Japan
ID: FA520525R0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5205 35 CONS PKAPO, AP, 96319-5201, USA

NAICS

Facilities Support Services (561210)

PSC

OPERATION OF AIR TRAFFIC CONTROL TRAINING FACILITIES (M1BB)
Timeline
  1. 1
    Posted Mar 6, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 1:00 AM UTC
Description

The Department of Defense, through the Department of the Air Force, is soliciting proposals for the operation and maintenance (O&M) of the Draughon Bombing and Electronic Attack Range at Misawa Air Base, Japan. The procurement aims to ensure the efficient functioning and sustainability of the electronic attack training environment, requiring contractors to manage government-furnished facilities, maintain equipment, and support various electronic warfare operations while adhering to safety protocols. This contract is critical for enhancing military readiness and operational effectiveness, with proposals due by April 25, 2025, at 10:00 AM. Interested parties can direct inquiries to Kazuo Miura at kazuo.miura.jp@us.af.mil or by phone at 81176772059.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 3:13 PM UTC
The document outlines the requirements and conditions for RFP No. FA520525R0001, dated March 4, 2025, regarding the provision of services and supplies at the Draughon Bombing and Electronic Attack Range and Misawa Air Base in Japan. It incorporates clauses from the Federal Acquisition Regulation (FAR) by reference and details the specifications and standards to be followed, as outlined in the Performance Work Statement (PWS). Key aspects include inspection and acceptance processes at specified locations, contract administration details such as invoicing and payment procedures, and special requirements like minimum vehicle insurance when contractor-owned vehicles operate on the airbase. Contractors must also obtain prior approval for equipment purchases exceeding $10,000. Additionally, the document mandates that bidders possess necessary security clearances and provides instructions for a pre-bid conference aimed at clarifying the solicitation terms. Interested parties are encouraged to submit attendee names for access to the conference and must submit questions ahead of time. This RFP emphasizes compliance with military and governmental regulations and aims to ensure contractors meet rigorous standards in providing required services.
Apr 11, 2025, 3:13 PM UTC
The Performance Work Statement (PWS) outlines requirements for Operations and Maintenance (O&M) services for the Draughon Bombing and Electronic Attack Range at Misawa Air Base, Japan, primarily supporting the USAF and associated U.S. government agencies. It details the contractor's responsibilities, including the management of scheduled government-furnished property, range operations, system maintenance, environmental safety, and security management. The contractor must provide personnel with a SECRET security clearance and maintain key equipment and systems for effective training operations. The PWS emphasizes the importance of high-level planning, scheduling, and performance analysis to facilitate mission support and ensure readiness. It also mandates strict adherence to government directives, regular reporting to the government, and cooperation with various military and contractor personnel. Performance metrics, along with quality control measures, must be part of the contractor's operational management. The document is structured into sections covering service descriptions, operational support, and maintenance, highlighting the need for establishing a secure environment and proper logistical operations essential for maximizing the effectiveness of the range's training capabilities. Overall, this PWS is crucial for ensuring that the Draughon Bombing and Electronic Attack Range operates efficiently in a collaborative military training environment.
The document outlines the Operation and Maintenance (O&M) requirements for the Draughon Bombing Range Electronic Attack Range, detailing an extensive list of abbreviations and acronyms relevant to the project. This reference is crucial for contractors involved in the Request for Proposal (RFP) No. FA520525R0001, emphasizing the specific terminologies associated with various aspects of aerial combat, electronic attack systems, and support processes. It addresses the roles of different military entities, equipment types, and regulatory frameworks linked to the operation of the bombing range. The information serves as a foundational tool for understanding the operational environment, facilitating effective communication, and ensuring compliance with established procedures and technical standards. This comprehensive glossary underscores the complexity of the task at hand and aids contractors in accurately responding to the RFP while ensuring all aspects of operations are clearly defined and aligned with the U.S. Air Force requirements.
The document outlines the Maintenance and Operation (O&M) requirements for the Draughon Bombing Range Electronic Attack Range as part of a federal contract request. It provides a comprehensive list of applicable publications that guide the contractor's work, categorizing them as Mandatory or Advisory. The contractor is responsible for adhering to current and correct documentation relevant to all operations unless otherwise stated. Key directives emphasize compliance with established procedures, with mandatory publications taking precedence in case of discrepancies. Additionally, the document stresses the need for contractors to maintain and distribute relevant Technical Orders (TOs) for equipment and systems, ensuring that updated copies are accessible. The overall purpose of the document is to establish clear guidelines and responsibilities for contractors engaged in the range's operation, thereby ensuring operational safety, compliance, and maintenance standards within the framework of federal regulations.
The file outlines the government facilities available for the operation and maintenance (O&M) of the Draughon Bombing Range Electronic Attack Range. It specifies the contractor's role as facility managers for several U.S. Air Force (USAF) properties while noting that certain facilities have government-appointed managers. It categorizes the facilities into sole use and joint use with Japan Air Self-Defense Force (JASDF), detailing their nomenclature, total area, and specific attributes such as garages, power stations, storage units, and security features. The document serves as an appendix to a Request for Proposal (RFP), indicating the facilities that contractors will manage and highlighting the importance of these areas for effective operations at the range. The information is critical for potential contractors to understand the resources they will oversee and ensures clarity regarding facility management responsibilities within the context of federal RFPs.
This document outlines the inventory and management of government-furnished property, specifically focusing on custodial procurement items under a federal contract. It categorizes various equipment, including medical devices, support machinery, communication tools, and technology, detailing their specifications such as part numbers, serial numbers, quantity, unit cost, acquisition dates, and locations. The intention is to track and manage assets effectively, ensuring accountability and readiness for operational needs. The items are organized by support area and classification, with special attention given to safety and range use equipment. This systematic approach to inventory management emphasizes the government's commitment to transparency and operational efficiency, essential in the context of federal grants and RFPs, aiding in the proper allocation of resources and adherence to regulatory requirements.
This document outlines the inventory and management of government-furnished property, specifically focusing on custodial procurement items under a federal contract. It categorizes various equipment, including medical devices, support machinery, communication tools, and technology, detailing their specifications such as part numbers, serial numbers, quantity, unit cost, acquisition dates, and locations. The intention is to track and manage assets effectively, ensuring accountability and readiness for operational needs. The items are organized by support area and classification, with special attention given to safety and range use equipment. This systematic approach to inventory management emphasizes the government's commitment to transparency and operational efficiency, essential in the context of federal grants and RFPs, aiding in the proper allocation of resources and adherence to regulatory requirements.
The document outlines the Performance Work Statement (PWS) for the operation and maintenance (O&M) of the Draughon Bombing Range Electronic Attack Range, associated with RFP No. FA520525R0001. The aim is to solicit proposals from capable contractors to ensure the efficient functioning and sustainability of the electronic attack training environment. Key components include the maintenance of equipment, support for various electronic warfare operations, and adherence to safety protocols amid a training-focused environment. The contractor will be responsible for comprehensive testing, troubleshooting, and repair of electronic systems, which are critical for operational readiness. The document emphasizes the need for qualified personnel with prior relevant experience, proper certifications, and the ability to maintain compliance with federal and military standards. This RFP is crucial for securing a reliable contractor to support the military's electronic attack training capabilities, showcasing the government’s effort to enhance military readiness through state-of-the-art facilities and expert management.
This Memorandum of Agreement (MOA) outlines the responsibilities of the 35th Fighter Wing Commander at Misawa Air Base, Japan, and the Defense Logistics Agency (DLA) Disposition Services (DLADS) regarding the disposal of excess range residue materials. The agreement establishes procedures for the Generator, which includes providing a secure inspection site, ensuring physical security of materials, and certifying that disposed materials are safe and inert. The Generator must also adhere to strict segregation and inspection protocols before disposal and manage any hazardous materials appropriately. DLADS is responsible for receiving documentation, providing technical guidance, and ensuring compliance with demilitarization standards. The agreement emphasizes cooperative efforts between both parties, with a focus on safety and compliance during the disposal process. The MOA is subject to triannual review and may be amended or terminated with proper notice. This formal agreement showcases the commitment of both parties to maintain safety and order in managing military disposal operations in accordance with federal regulations and guidelines.
The Draughon Training Range in Japan reported operational data covering the period from April 2022 to March 2023. The summary provides detailed usage statistics, highlighting flying hour requirements and actual hours flown by various aircraft, including the USAF's F-16 and CV-22, as well as Japanese forces. A total of 1,311 flying hours were logged, with significant numbers of sortied missions and slight cancellations throughout the year. Additionally, the report shares EOD clearance activities, indicating that 43.3 tons of munitions were removed from 400 acres, performed by 104 EOD personnel over 1,515 man hours. There were 286 hours of range closure for clearance operations. The operational support summary notes 5,313 scheduled mission periods, including night missions and several weather-related cancellations. Overall, the document outlines the operational efficiency and safety measures undertaken at the Draughon Training Range, making it a valuable resource for assessing military readiness and environmental compliance in support of U.S. and allied forces activities in the region. It also indicates adherence to safety protocols and operational standards, integral for future requests for proposals related to range management and maintenance.
The document outlines the specific requirements for the operation and maintenance (O&M) of the Draughon Bombing Range Electronic Attack Range, emphasizing the integration and interoperability of various U.S. Department of Defense (DoD) systems. It primarily focuses on critical systems including the Test & Training Enabling Architecture (TENA), Link 16, and the Multifunctional Information Distribution System (MIDS), which facilitate real-time data exchange among air, sea, and ground units. The detailed overview includes various components, such as the Adaptable Range Exercise System (ARES) for pairing aircraft to threat emitters, and the Next Generation Threat System (NGTS) for simulating enemy units. The document highlights the necessity of reliable communication systems, such as the Range Training Officer (RTO) radios and threat emitters like the Unmanned Threat Emitter (UMTE), to ensure realistic training scenarios. Additionally, it discusses the Joint Deployable Electronic Warfare Range (JDEWR), designed to create a mobile threat environment for aircrew training, emphasizing supporting infrastructure that enables effective command and control operations. This summary encapsulates the document's focus on the technical specifications and operational integration necessary for enhancing military training effectiveness within U.S. defense operations.
The document provides essential information and guidance related to federal and state/local Requests for Proposals (RFPs) and grants. It aims to assist potential applicants in understanding the procedures for submitting proposals and accessing funding opportunities. Key elements include the importance of adhering to specified deadlines, required documentation, and eligibility criteria for various programs. The file emphasizes the necessity of thorough preparation and adherence to guidelines in proposal submissions, highlighting the competitive nature of funding opportunities. It suggests engaging with relevant government agencies for clarification and support to enhance the quality of proposals. Furthermore, it underscores the importance of aligning project goals with funding priorities to maximize approval chances. Overall, the document serves as a vital resource for entities seeking federal or state support, offering insights into effective strategies for proposal development and the importance of compliance with regulations and procedures in the funding process. This guidance aims to equip applicants with the knowledge needed to successfully navigate the complex landscape of government funding and procurement.
The 35th Contracting Squadron of the Department of the Air Force is requesting input for the source selection process related to the Operation and Maintenance (O&M) of the Draughon Bombing and Electronic Attack Range at Misawa Air Base, Japan. The memorandum serves to solicit past performance evaluations of the offeror from relevant organizations, which will assist in determining the offeror's capability to fulfill contract requirements. A questionnaire is attached for feedback, with a deadline of ten calendar days for responses to ensure timely analysis before negotiations commence. The submission can be completed electronically via email or hand-faxed, and all responses will contribute to official source selection records. The collaboration and timely input from past associates are deemed essential for the success of this procurement effort.
This document is an attachment to Request for Proposal (RFP) No. FA520525R0001, containing classified information pertaining to contractor performance evaluation. It outlines the necessary fields for identifying the contractor, contract specifications, and customer agency details, including contract type, period of performance, contract value, and a description of work performed. The central focus is on assessing contractor performance across various categories, such as quality, schedule adherence, management, and regulatory compliance. Each category includes a rating scale from "Exceptional" to "Unsatisfactory," enabling evaluators to provide detailed feedback. The final section solicits an overall assessment of the contractor's ability to fulfill obligations as stated in the proposal, followed by a request for the respondent's signature. Completed evaluations should be returned to designated officials at Misawa Air Base, Japan. This document serves as a critical tool for performance measurement in federal contracting, emphasizing transparency and accountability in government procurement processes.
Apr 11, 2025, 3:13 PM UTC
The document pertains to a Request for Proposal (RFP) for the operation and maintenance (O&M) of the Draughon Bombing and Electronic Attack Range at Misawa Air Base, Japan. It outlines the requirements and conditions under which bidders must submit offers. The RFP specifies that it is a Rated Order under the Defense Priorities and Allocations System (DPAS). Various sections detail the solicitation, offer format, and evaluation factors, alongside stipulations for submission and late modifications. Key offerings include services during a transition period followed by extended monthly O&M support, along with options for contractor-acquired parts, travel, deployment, and extended work hours, designated with firm fixed pricing. Inspection and acceptance procedures, timeline for performance, contract clauses, and special requirements are also included. This RFP demonstrates the government's commitment to maintaining operational readiness and support for military installations through structured procurement processes, ensuring contractors are well-informed of expectations and obligations.
The document outlines a series of inquiries from prospective offerors regarding the RFP for the operation and maintenance of the Draughon Bombing and Electronic Attack Range at Misawa Air Base, Japan. Key topics include guidance on submitting past performance proposals, clarification on staffing and transportation during exercises, and the handling of costs associated with travel and materials. Offerors are advised on the requirement to submit both hard and electronic copies of proposals, with specific instructions regarding content and organization limits. Responses clarify that a narrative description of offered services is necessary, while personnel transportation and lodging arrangements can be reimbursable, adhering to applicable regulations. The government confirms that the estimated costs associated with specific line items do not permit a cost-reimbursable structure, and emphasizes compliance with environmental standards in proposals. Ultimately, the document serves as a critical resource for potential contractors, addressing operational logistics, proposal requirements, and financial structures intended to guide proposal preparation and compliance with RFP stipulations.
Apr 11, 2025, 3:13 PM UTC
This government document outlines a Request for Proposal (RFP) for a contract rated under the Defense Priorities and Allocations System (DPAS). It specifies details such as the solicitation number (FA520525R00010002), the date issued (March 6, 2025), and the deadline for bids (April 25, 2025, at 10:00 AM). The document includes instructions for offerors to submit sealed offers for supplies and services, detailing the acceptance timeframe of 60 calendar days unless modified. It also provides contact information for inquiries, crucial sections covering evaluation factors for award, and contract clauses, as well as a comprehensive list of attachments, including performance work statements and security specifications. The award section emphasizes that the contract will be completed by a government contracting officer, reiterating compliance with solicitation terms. The document serves as an official framework for procurement, establishing terms, and processes for potential suppliers while ensuring transparency and adherence to regulations.
Apr 11, 2025, 3:13 PM UTC
The document outlines an amendment to a federal solicitation, indicating updates that affect potential offerors. The primary purpose of the amendment is to incorporate a "Consolidated List of the Government Response/Clarification," which includes answers to questionnaires submitted by interested parties, and to extend the deadline for submitting offers. The closing date is moved from April 22, 2025, to April 25, 2025. Key modifications include the integration of new attachments that relate to contract requirements and a performance work statement, along with the requirement for offerors to substitute specified pages in the solicitation with revised versions. Additionally, it stresses that all other terms and conditions of the solicitation remain unchanged. This amendment exemplifies the procedural adjustments typical in government Requests for Proposals (RFPs), ensuring transparency and providing the necessary clarifications for interested contractors to submit informed offers. The structure includes sections for contract modifications, acknowledgement of the amendment, and attached response documents to maintain clarity and organization within the amendment process.
Similar Opportunities
Operation and Maintenance (O&M) of Draughon Bombing and Electronic Attack Range, Misawa Air Base, Japan
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for the Operation and Maintenance (O&M) of the Draughon Bombing and Electronic Attack Range at Misawa Air Base, Japan. The procurement involves a Firm-Fixed-Price (FFP) contract with an initial base period of one month, followed by five one-year options and a potential six-month extension, emphasizing compliance with military and governmental standards. This contract is critical for maintaining operational capabilities at the base, ensuring the effective functioning of essential military training facilities. Interested bidders must submit their proposals by April 25, 2025, with all inquiries directed to primary contact Kazuo Miura at kazuo.miura.jp@us.af.mil or secondary contact Miyako Fujimoto at miyako.fujimoto.jp@us.af.mil, with a deadline for questions set for April 8, 2025.
Operation and Maintenance (O&M) of Draughon Bombing and Electronic Attack Range, Misawa Air Base, Japan
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the operation and maintenance (O&M) of the Draughon Bombing and Electronic Attack Range located at Misawa Air Base, Japan. The contract involves managing both Sole Use facilities, which are exclusively for the United States Air Force, and Joint Use facilities shared with the Japan Air Self-Defense Force, ensuring efficient operational support and compliance with federal standards. This opportunity is critical for maintaining essential military training facilities, with the solicitation including updated provisions and requirements as outlined in recent amendments. Interested contractors should contact Kazuo Miura at kazuo.miura.jp@us.af.mil or Miyako Fujimoto at miyako.fujimoto.jp@us.af.mil for further details, and must adhere to the revised deadlines and compliance requirements specified in the solicitation documents.
Annual Aerial Maintenance & Equipment Testing Service, Misawa Air Base, Japan
Buyer not available
The Department of Defense, through the 35th Contracting Squadron at Misawa Air Base in Japan, is soliciting proposals for the Annual Aerial Maintenance & Equipment Testing Service under Request for Quotation No. FA520525QB033. This procurement requires contractors to provide comprehensive maintenance and testing services for aerial devices, fire department breathing air compressors, and confined space equipment, ensuring compliance with safety standards set by NIOSH, NFPA, AFOSH, and OSHA. The contract emphasizes the importance of maintaining operational readiness and safety for critical fire and emergency equipment at the base. Proposals are due by April 21, 2025, at 10:00 AM JST, and interested parties should contact Yuka Numata at yuka.numata.jp@us.af.mil or Tomoko Asai at tomoko.asai.jp@us.af.mil for further information.
Project No. QKKA 171017, Add/Repair Fitness Center B622, Misawa Air Base, Japan
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the renovation and repair of the Fitness Center B622 at Misawa Air Base, Japan, under Project No. QKKA 171017. The project involves significant updates, including the replacement of windows, roofing, plumbing systems, and enhancements to security and accessibility, all aimed at improving functionality, safety, and energy efficiency while adhering to rigorous building codes and safety standards. This initiative is crucial for maintaining military infrastructure and ensuring the well-being of service members. Interested contractors must submit their proposals by June 2, 2025, with an estimated construction budget ranging from $10 million to $25 million, and are encouraged to contact Shoko Suzuki or Miyako Fujimoto for further information.
Repair SOW Ops Facility B3524
Buyer not available
The Department of Defense, through the 18th Contracting Squadron at Kadena Air Base in Japan, is seeking proposals for a two-phase design-build contract to repair the SOW Ops Facility B3524. The project involves extensive repairs including structural concrete spalling, roof reconstruction, and upgrades to mechanical and electrical systems, with a contract value estimated between $25 million and $100 million. This opportunity is critical for maintaining operational readiness and safety at the facility, and the solicitation is expected to be available electronically on or about May 22, 2025. Interested contractors must be registered in the System for Award Management (SAM) and can contact Marina Joyce Amosin or Gary Wynder for further information.
AIRFIELD PAVEMENT IDIQ
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is preparing to solicit bids for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on airfield pavement work at Kadena Air Base in Okinawa, Japan. The contract will encompass a range of services including slab replacement, new pavement installation, spall repair, pavement markings, and various other related tasks, with a contract term consisting of a one-year base period and four optional periods. This procurement is crucial for maintaining and enhancing airfield infrastructure, ensuring operational readiness and safety. Interested contractors must be registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit proposals, with the Request for Proposal (RFP) expected to be released around May 12, 2025. For further inquiries, potential offerors can contact Marina Joyce Amosin at marinajoyce.amosin.ph@us.af.mil or Daniel Rakowski at daniel.rakowski@us.af.mil.
Eglin Operations and Maintenance Services (EOMS) II
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Eglin Operations and Maintenance Services (EOMS) II contract, aimed at providing comprehensive operations and maintenance services for the Eglin Test and Training Complex at Eglin Air Force Base, Florida. The contract encompasses a range of services including the maintenance of test and training areas, technical facilities, and engineering support for range system design and configuration, with a potential duration of ten years if all options are exercised. This procurement is critical for ensuring the effective functioning of military training and testing operations, and proposals are due by 3:00 p.m. Central Time on May 13, 2025, with submission required through the Procurement Integrated Enterprise Environment (PIEE). Interested parties should direct inquiries to Ronald Wilson at ronald.wilson.22@us.af.mil or John Sarver at john.sarver.2@us.af.mil, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
NOTICE - Repair Runway 05R/23L and Taxiway F
Buyer not available
The Department of Defense, through the 18th Contracting Squadron at Kadena Air Base in Okinawa, Japan, is preparing to solicit proposals for a Design-Build contract aimed at repairing Runway 05R/23L and Taxiway F. The project involves comprehensive repairs, including full-depth replacement of existing concrete slabs and asphalt shoulders, in compliance with established military and environmental standards. This initiative is crucial for maintaining operational readiness at the airfield, with an estimated contract value between $1,000,000 and $5,000,000 and a performance period of approximately 488 calendar days. Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically around May 2025, with further inquiries directed to Roland Lim at roland.lim@us.af.mil.
Indefinite Delivery/Indefinite Quantity (IDIQ), Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for the U.S. Naval Air Facility (NAF), Atsugi, Japan
Buyer not available
The Department of Defense, through the NAVFAC Far East, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ), Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for various construction projects at the U.S. Naval Air Facility in Atsugi, Japan. The contract, valued at up to $99 million, aims to select approximately five contractors to undertake new constructions, renovations, and repairs, with a focus on general building types and facility updates. This procurement is critical for maintaining and enhancing the operational capabilities of the facility, particularly involving projects such as the replacement of roofing materials that may contain asbestos. Interested contractors must submit their proposals electronically by April 18, 2025, and are encouraged to attend a pre-proposal conference on March 25, 2025, for further clarification on project requirements. For inquiries, contact Emiko Uyama at emiko.uyama2.ln@us.navy.mil or Teresa Aguon at teresa.f.aguon.civ@us.navy.mil.
Cannon AFB - Melrose Air Force Support Contract
Buyer not available
The Department of Defense, through the 27th Special Operations Contracting Squadron, is soliciting proposals for the Melrose Air Force Range (MAFR) Operations, Maintenance, and Support (OM&S) Services contract. This procurement aims to secure comprehensive support for a primary training range that accommodates various military training operations, including aerial gunnery, ground training, and electronic warfare support. The contract, valued between $100 million and $250 million, is set aside for small businesses and will span an initial five-year base period with up to five additional one-year incentive option periods. Interested vendors must submit their proposals by April 18, 2025, and can direct inquiries to Patricia Thatcher at patricia.thatcher@us.af.mil or Michael Boyd at michael.boyd.9@us.af.mil.