Update USAG Okinawa Stormwater Pollution Prevention Plan
ID: FA527025Q0017Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5270 18 CONS PKAPO, AP, 96368-5199, USA

NAICS

Environmental Consulting Services (541620)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- WATER QUALITY SUPPORT (F103)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors to update the Stormwater Pollution Prevention Plan (SWPPP) for the U.S. Army Garrison (USAG) Okinawa in Japan. The contractor will be responsible for providing all necessary labor, tools, and equipment to ensure compliance with environmental regulations and standards, including conducting site surveys and stakeholder interviews. This initiative is crucial for maintaining environmental stewardship and regulatory adherence at military installations, reflecting the U.S. Army's commitment to sustainable practices. Interested parties, particularly Women-Owned Small Businesses (WOSB), must submit their proposals by May 9, 2025, and can direct inquiries to Norie Moromizato at norie.moromizato.2.jp@us.af.mil or by phone at 81989614785.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Based Work Statement (PWS) outlines the requirements for updating the Stormwater Pollution Prevention Plan (SWPPP) at the U.S. Army Garrison (USAG) Okinawa, adhering to current regulations and environmental standards. The contractor is responsible for providing professional engineering certification and various operational support, including project management, quality control, and accident prevention measures. Essential tasks involve site surveys, data collection, and stakeholder interviews to ensure compliance with the Japan Environmental Governing Standards (JEGS) and other regulations. Key deliverables include a draft SWPPP to be submitted within 270 calendar days post-contract award, followed by a final version incorporating government feedback. The contractor must utilize qualified personnel and a project manager fluent in English to facilitate effective communication. The agreement includes strict quality assurance protocols, safety requirements, and guidelines for handling hazardous materials. Additionally, the document stipulates government monitoring of performance and processes for addressing contractor non-compliance or performance failures. This initiative underscores the U.S. Army's commitment to environmental stewardship and regulatory adherence at its installations in Okinawa.
    The document is a Question Form related to a solicitation identified by the reference FA527025Q0017-0001. It is designed for firms to submit inquiries concerning the solicitation, particularly for clarity on any aspects of the request. Firms are instructed to provide their contact details and specify the page, section, and paragraph of the solicitation relevant to their question. All questions must be directed to the 18 CONS/PKB by April 30, 2025, at 09:00 AM (JST), and late inquiries may not be accepted. The designated point of contact is Ms. Norie Moromizato at Kadena Air Base. This form is crucial for maintaining effective communication between the government and potential contractors, ensuring that all submissions address the solicitation requirements accurately and timely. The document's structure is straightforward, featuring sections for firm information, contact details, and space for specific inquiries related to the solicitation.
    The RFQ FA527025Q0017 pertains to the development of a Stormwater Pollution Prevention Plan in Okinawa, Japan. A key point of discussion involves the presence of Professional Engineer (PE) staff during field survey activities, specifically noted in Section 1.4.1.3 of the Statement of Work (SOW). The government clarifies that while it is not mandatory for a PE to be present at all times during field surveys, their presence is required at critical stages, such as the beginning of field activities. This stipulation places the responsibility on the contractor to ensure compliance with communication acceptance by the government. The document seeks to address queries from potential contractors, ensuring clarity on expectations and requirements associated with the project, which is typical of government requests for proposals aimed at enhancing environmental protection and management.
    The document outlines a solicitation for the development and implementation of a Stormwater Pollution Prevention Plan for the U.S. Army Garrison (USAG) Okinawa, designated under requisition number FA527025Q0017. The solicitation is specifically targeted at women-owned small businesses and encompasses the provision of commercial products and services. The primary task is to update the existing Stormwater Pollution Prevention Plan in alignment with the Performance Based Work Statement dated February 26, 2025. The contract is set for a firm fixed price with a performance period from June 1, 2025, to May 31, 2026. Key elements include requirements for the contractor to submit invoices electronically via the Wide Area Workflow (WAWF) system, adherence to various Federal Acquisition Regulation (FAR) clauses, and compliance with safety and environmental standards. Additionally, it specifies that the contractor must document and report any employment certifications and maintain strict compliance with cybersecurity measures. This solicitation emphasizes federal efforts to support small businesses, particularly those owned by women, in government contracting processes.
    The document outlines a solicitation for a contract with a Women-Owned Small Business (WOSB) to develop an updated Stormwater Pollution Prevention Plan for the United States Army Garrison (USAG) Okinawa. The solicitation includes vital details, such as the contract requisition number, award date, contact information for inquiries, and the due date for offers. The project aims to comply with specified environmental performance requirements and regulations, with a total quantity of one set required. The overall period of performance is scheduled from June 1, 2025, to May 31, 2026, ensuring adherence to the necessary environmental standards. Incorporated clauses detail various compliance regulations including payment procedures, clauses related to defense priority systems, and representation requirements. The document emphasizes the importance of utilizing diverse business entities such as economically disadvantaged and service-disabled veteran-owned businesses in federal contracting, reflecting a commitment to inclusivity. By presenting these terms and conditions, the solicitation ensures that interested parties are aligned with federal acquisition rules and promotes local compliance with environmental regulations, ultimately contributing to the goals of sustainable practices within military operations.
    The document serves as an amendment to a solicitation, extending the bidding deadlines for a government contract. Specifically, it modifies the response due date from May 1, 2025, to May 9, 2025, and the question submission deadline from April 23, 2025, to April 30, 2025. The amendment outlines the required procedures for contractors to acknowledge receipt of the amendment and the modifications made, including changes to submission instructions and requirements for certifications and licenses to be submitted along with the proposals. Notably, the amended instructions emphasize the preferred methods of submission (with specified file types and size restrictions) and clarify contractor responsibilities regarding licensing in Japan. Additionally, it addresses the importance of formal written communications for inquiries related to the solicitation. The document reflects the formal procedures involved in government contracting, ensuring compliance and thoroughness in supplier submissions while maintaining open channels for questions and clarifications. This amendment reiterates the necessity of adhering to the updated timelines and procedural guidelines to facilitate an effective bidding process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Integrated Solid Waste Management South at Marine Corps Installations Pacific (MCI-PAC) Camp Smedley D. Butler, Okinawa, Japan
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is seeking contractors for the Integrated Solid Waste Management South project at Marine Corps Installations Pacific (MCI-PAC) Camp Smedley D. Butler in Okinawa, Japan. The contract involves the collection and disposal of solid waste, including non-residential and general waste, as well as providing containers for unscheduled collections during special events at various U.S. Government Installations on Okinawa. This service is crucial for maintaining cleanliness and environmental standards at military facilities, ensuring compliance with local regulations and labor standards. Interested contractors must be authorized to operate in Japan and possess the necessary permits and licenses; for further inquiries, they can contact Chizuru Akamine at chizuru.akamine.ja@fe.navy.mil or Bowba Cisse at bowba.cisse.civ@us.navy.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 in Okinawa, Japan. This project aims to establish a corrosion control facility specifically designed for the maintenance and painting of large-bodied aircraft, featuring a single bay paint booth, a prep/wash hangar, and necessary support spaces. The facility is crucial for ensuring the longevity and operational readiness of aircraft by providing a dedicated environment for corrosion treatment and painting operations. 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 call 098-970-9068 for further details.
    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.
    PMP for Water Facilities Circulation Systems
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is soliciting proposals for a Preventive Maintenance Program (PMP) for water facilities circulation systems at the U.S. Commander Fleet Activities Yokosuka (CFAY) in Japan. The procurement aims to establish a combination contract that includes both recurring and non-recurring maintenance services for these critical water supply facilities. This initiative is vital for ensuring the operational integrity and reliability of water systems essential for military readiness and support. Interested contractors should contact Mayumi Ikeno at mayumi.ikeno.ln@us.navy.mil or call 046-816-4201 for further details regarding the solicitation process.
    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.
    Hazardous Waste Testing
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for hazardous waste testing services at Schofield Barracks, Hawaii. The procurement involves comprehensive services for hazardous waste sampling, testing, packaging, and transportation to accredited laboratories, adhering to strict environmental regulations and safety standards. This contract is crucial for ensuring compliance with OSHA, EPA, and other regulatory requirements, and includes a Base Year plus four Option Years for performance. Interested small businesses must submit inquiries via email to Travis Tonini at travis.c.tonini.civ@army.mil, with the solicitation anticipated to be issued around December 23, 2025.
    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.
    MATOC WORK PLAN EXPANSION OF DOORSTOP PARKING APRON ON OSAN AB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the MATOC Work Plan to expand the Doorstop Parking Apron at Osan Air Base. This project involves the repair or alteration of airfield structures, with a focus on enhancing operational capabilities at the base. The estimated contract value ranges from $1,000,000 to $5,000,000, and interested contractors are encouraged to attend a site visit on December 30, 2025, at 0930 hours. Proposals must be submitted by 1000 hours on the closing date of the RFP, and inquiries can be directed to Liam Smith at liam.d.smith2.mil@army.mil or Dong Kim at dong.h.kim49.mil@army.mil.
    Agricultural Wash of Military Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide agricultural wash services for military equipment in support of the 1st Brigade Combat Team, 101st Airborne Division (Air Assault) as they prepare for deployment to the United States European Command area of responsibility. This procurement involves a firm-fixed-price purchase order utilizing Fiscal Year 2023 Operations and Maintenance, Army (OMA) funds, highlighting the importance of maintaining equipment hygiene and compliance with environmental standards during military operations. Interested parties can reach out to Angela Piekielko at angela.c.piekielko.civ@army.mil or by phone at 270-461-1012, or Ray Neblett at james.r.neblett2.civ@army.mil or 270-412-9834 for further details regarding this opportunity.