Indefinite Delivery/Indefinite Quantity (IDIQ), Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for the U.S. Naval Air Facility (NAF), Atsugi, Japan
ID: N4008425R0066Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM FAR EASTFPO, AP, 96349-0013, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)
Timeline
  1. 1
    Posted Feb 28, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 5:30 AM UTC
Description

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.

Files
Title
Posted
Apr 10, 2025, 10:06 AM UTC
The document is a pre-bid/proposal inquiry form related to federal government RFPs and grants, designed to facilitate communication between the government and potential contractors. It establishes a structured format for submitting inquiries regarding specific references, questions, or clarifications needed about the proposal or bidding process. Key elements of the form include sections for reference details, questions posed by bidders, government responses, and tracking information such as dates received and amendments. This systematic approach ensures transparency and consistency in the procurement process, allowing prospective bidders to gain necessary insights while adhering to Federal Acquisition Regulation (FAR) guidelines on source selection information. The primary goal is to foster efficient dialogue during the proposal phase, ultimately enhancing the quality and competitiveness of bids submitted for government contracts.
Apr 15, 2025, 7:04 AM UTC
The document outlines a request for a site visit related to a government solicitation, identifying critical aspects associated with a specific project. Key components include the project title and description, areas designated for visitation, and the date and time of the site visit. The form also requires the submission of participant details, including nationality, company name, contact information, and the printed name of attendees, while specifying whether an escort is needed for each individual. This structured approach serves to facilitate organized site visits, ensuring that stakeholders fulfill requirements outlined in federal or state requests for proposals (RFPs) or grants. Overall, the document emphasizes the importance of pre-visit organization for compliance and informed engagement during project proceedings.
Apr 15, 2025, 7:04 AM UTC
The document serves as an amendment notification pertaining to a federal procurement process, focusing on pre-bid inquiries related to a construction project. Notable responses include clarification that a bid guarantee is unnecessary for the seed project, with specific instructions for proposal validity timelines. Contractors are advised to limit preproposal conference attendance to two individuals due to space constraints; however, site visit attendance is unrestricted. The amendment also addresses a request for editable MS Word versions of specified exhibits, which will be provided as attachments. Additionally, it permits exclusion of the Dun & Bradstreet report from submissions due to its restricted sharing policies within Japan. This document emphasizes the project's details, adjustment of procedural requirements, and adherence to federal acquisition regulations, ensuring bidders are informed of necessary conditions and adjustments to the proposal process.
Apr 15, 2025, 7:04 AM UTC
The document details inquiries and responses related to the solicitation N40084-25-R-0066 for an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for a roofing project in Atsugi, Japan. It addresses concerns about asbestos in roofing materials, tree trimming during construction, and compliance with the Cybersecurity Maturity Model Certification (CMMC) 2.0 for contractors. The government mandates that all roofing materials be assumed to contain asbestos and confirms it will trim trees based on the contractor's scaffolding plan. The CMMC compliance is currently unspecified but is relevant to future contracts. Additionally, the document discusses project timelines, contractor responsibilities regarding scaffolding and site access, and expectations for repairs during demolition. Overall, the government aims to clarify project requirements and facilitate contractor understanding of obligations related to safety, environmental concerns, and cybersecurity standards.
Apr 15, 2025, 7:04 AM UTC
The document outlines inquiries and responses related to the Seed Project's solicitation N40084-25-R-0066, focusing on construction contracts for a project at NAF Atsugi, Japan. Key topics include the requests for Concept and As-built drawings, the requirements for a site visit, proposal submissions including financial documentation, and clarification on the absence of a bid guarantee for this project. Amendment 0001 introduces enclosures that specify the drawings needed but confirms they were not found in the original documents. Respondents are encouraged to communicate attendance for site visits via email and to seek clarification on how to access the drawings. This document serves as an essential guideline for contractors participating in the bidding process, ensuring they have the necessary information and resources to submit compliant proposals. Overall, it emphasizes the government's effort to maintain transparency and facilitate smooth communication during the bidding phase of the project.
Apr 15, 2025, 7:04 AM UTC
This document is an amendment to a solicitation regarding an Indefinite Delivery/Indefinite Quantity (IDIQ) multiple award construction contract for a project at Atsugi, Japan. The amendment details updates to the solicitation, including the government's responses to pre-proposal inquiries and changes to contact information for the contract specialist. It confirms that the solicitation remains unchanged unless explicitly amended in writing. Additionally, it introduces new drawings related to the Atsugi DBB MACC Seed Project. Offerors are required to acknowledge the amendment in their submissions to ensure they remain compliant with the updated requirements. The document outlines the structure of the project, detailing attachments and enclosures that encompass various pertinent materials for the contractors involved in the proposal process. Overall, this amendment serves to communicate significant updates and maintain the flow of information within the federal procurement process.
Apr 15, 2025, 7:04 AM UTC
The document outlines the amendment of a solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) multiple award construction contract issued by the NAVFAC Far East for Atsugi, Japan. The amendment, identified as 0004, addresses responses to pre-proposal inquiries (PPI) and emphasizes that the originally established due date for proposals remains the same, set for April 18, 2025, at 2:30 p.m. JST. Offerors are required to acknowledge the amendment in their submissions. The overall terms and conditions of the solicitation continue to apply unless modified in writing. This amendment process is part of the government's structured approach to ensuring clarity and communication in the proposal submission process, essential for facilitating competitive bidding on government contracts. The amendment is crucial for maintaining transparency and allowing contractors the opportunity to adapt their offers based on the new information provided.
Apr 15, 2025, 7:04 AM UTC
The government document addresses inquiries related to the presence of asbestos in roofing materials for a proposed project. It clarifies that both corrugated metal roofing and asphalt roofing materials are confirmed to contain asbestos due to an applied paint, leading to necessary considerations for removal and replacement strategies. Specifically, the Government notes that while there is no substantiated evidence of asbestos in the wood cement sheathing board, contractors may conduct their own testing if suspected. However, this does not necessitate full replacement of the underlying structure, with repairs limited to damaged areas. Due to significant changes in the asbestos-containing material (ACM) scope, the contractor requested an extension of the bid opening date, which the Government denied, affirming that the proposal due date remains unchanged as the Statement of Work (SOW) has not been amended. This document is part of a federal RFP process, emphasizing clear communication regarding compliance with safety regulations in hazardous material management during renovation projects.
Apr 15, 2025, 7:04 AM UTC
The document outlines requirements for construction experience submissions and performance evaluations as part of federal Request for Proposals (RFPs) and grants. It consists of various exhibits detailing essential project information like contractor details, job descriptions, and performance ratings. Exhibit A requires contractors to provide extensive information about their previous construction projects, including their role (prime, subcontractor, etc.), contract specifics, and project relevancy to the current RFP. Exhibit B features a past performance questionnaire for clients to evaluate the contractor, covering aspects such as quality, timeliness, customer satisfaction, and management effectiveness. Furthermore, Exhibit C focuses on safety management systems outlining each contractor’s approach to ensure safety compliance in projects. Finally, Exhibit D presents a price proposal form specific to the upcoming project, detailing submitted pricing for a construction task at Naval Air Facility Atsugi, Japan. This structured approach enhances transparency and accountability in contractor selection, emphasizing prior performance as a key indicator of future success in government construction contracts.
Apr 15, 2025, 7:04 AM UTC
The government solicitation N4008425R0066 outlines a Request for Proposal (RFP) for an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) designated for the U.S. Naval Facility in Atsugi, Japan. This project, valued at up to $99 million, aims to select around five contractors responsible for various construction activities including new builds, renovations, and repairs within the Atsugi Area of Responsibility (AOR). Proposals will be accepted through an electronic submission process, with a deadline of April 18, 2025, emphasizing compliance with local regulations and U.S. government standards. The RFP identifies key scoring criteria including experience, past performance, safety records, and a technical approach for the seed project. Offerors are expected to be licensed to operate in Japan, obtain performance bonds, and comply with U.S. tax obligations. The government expects proposals in Japanese Yen and seeks to establish contracts that are beneficial and efficient, allowing for negotiations if necessary. Details regarding submission procedures, bond requirements, and evaluation factors are elaborated, ensuring transparency and fairness in the procurement process.
Apr 15, 2025, 7:04 AM UTC
The document constitutes an amendment to an existing solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) construction contract for Atsugi, Japan. It confirms that all terms remain unchanged except where specified in the amendment (No. 0003). Key updates include revisions to clauses incorporated by reference, specifically those related to government subcontracting and technical data rights, ensuring compliance and protection of interests. The amendment addresses responses to pre-proposal inquiries and maintains the proposal submission deadline of April 18, 2025, at 2:30 PM JST. Contractors are required to acknowledge receipt of this amendment. This modification aligns with federal procurement standards, as it aids in refining the solicitation process and ensuring contractors are informed about relevant changes and compliance requirements. Overall, the document emphasizes the importance of adhering to updated regulations and directives in government contracting.
Apr 15, 2025, 7:04 AM UTC
This document is an amendment to an Indefinite Delivery/Indefinite Quantity (IDIQ), Design-Bid-Build Multiple Award Construction Contract (MACC) for Atsugi, Japan. It provides updates and changes to the solicitation and contract as referenced, maintaining prior terms unless specified otherwise. Key modifications include alterations to various contract clauses in Sections 00 45 00 and 00 72 00, including changes to the Annual Representations and Certifications, removal of certain environmental compliance requirements, and updates regarding subcontracting for commercial products. Specific revisions to proposal submission requirements are also outlined, emphasizing contractor participation in Task Order RFPs and the necessity for timely notifications if proposals will not be submitted. The document details government response to pre-proposal inquiries, specifies that the due date for proposals remains unchanged, and notes the requirement for offerors to acknowledge the amendment in their submissions. Overall, this amendment reflects ongoing alterations to improve compliance and efficiency in the contracting process, serving as guidance for contractors engaged in federal projects.
The Construction Experience Project Data Sheet is a vital document used in federal and state RFPs for construction projects. It facilitates the submission of relevant construction experience by firms vying for contracts. The form captures essential details about the firm undertaking the project, including its name, contact information, and Unique Entity Identifier (UEI). It requires information on the type of work performed (e.g., prime contractor, subcontractor) and specifics about the project, such as contract numbers, award and completion dates, and the nature of the construction (new construction, renovation, etc.). Additionally, the form outlines the financial details, including contract award amounts and final prices. A key section requests a detailed project description, emphasizing relevancy to the current RFP requirements, highlighting unique features and methodologies. It also mandates clarity on the involvement of any other entities if their experience is leveraged. This data sheet is critical for assessing a firm's qualifications and experience, helping decision-makers determine the most suitable candidates for construction contracts while ensuring compliance with federal guidelines. The thoroughness of the information presented is essential for evaluating the credibility and capacity of firms to fulfill project requirements satisfactorily.
The document outlines the requirements for a Safety Narrative that an Offeror must submit in response to a government RFP. The narrative must detail the strategy for implementing a Safety Management System (SMS), emphasizing the role of management and leadership, employee engagement, hazard prevention and control, worksite analysis, and safety training. The Offeror is also tasked with describing their selection process for subcontractors and the methods to ensure safety compliance not only for their own employees but also for subcontractors during contract execution. Additional relevant information may be included as needed, but the total submission length is capped at two single-sided pages or one double-sided page. This structured approach highlights the government's priority on maintaining rigorous safety standards in contracts, ensuring that firms prioritize health and safety in both planning and operational phases.
Apr 15, 2025, 7:04 AM UTC
The pre-proposal conference for Solicitation Number N4008425R0066 concerns an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for various construction projects at Naval Air Facility Atsugi in Japan. The conference, scheduled for March 25, 2025, includes administrative remarks, an overview of the solicitation, and instructions for offerors. Proposals are due by April 18, 2025, and must be submitted electronically via the PIEE system. The MACC will facilitate tasks such as new constructions, renovations, and repairs, focusing on general building types and facility updates, with a maximum aggregate amount of $99 million over eight years. The seed project involves replacing the metal roof at Atsugi, requiring comprehensive demolition and construction efforts. Evaluation for award will weigh both non-price factors (experience, past performance, safety, and technical approach) and price, with the latter gaining prominence if proposals meet quality equivalencies. Overall, the conference aims to clarify the proposal submission process, answer inquiries, and ensure compliance with solicitation requirements, while formal minutes will not be published, maintaining a focus on written amendments.
Similar Opportunities
B89 REPAIR HVAC SYSTEM AT THE U.S. NAVAL AIR FACILITY (NAF), ATSUGI, JAPAN
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the repair of the HVAC system at the U.S. Naval Air Facility (NAF) in Atsugi, Japan, specifically for Building 89. The project encompasses a comprehensive scope of work, including architectural, mechanical, and electrical repairs, as well as the abatement of lead-containing materials, ensuring that all work restores existing conditions to equal or better standards. This initiative is crucial for maintaining operational efficiency and safety at military facilities, reflecting the U.S. government's commitment to infrastructure upgrades overseas. Interested contractors must submit their bids electronically by June 9, 2025, and are encouraged to attend a site visit scheduled for May 9, 2025, with inquiries directed to Midori Otomo at midori.otomo.ln@us.navy.mil or by phone at 046-763-3144.
N40084 REPLACE WATER SOFTENER RESIN AT B226, 1504, 1521, AND 1600 AT NAF ATSUGI, JAPAN
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is soliciting proposals for the replacement of water softener resin at multiple buildings (B226, 1504, 1521, and 1600) at the U.S. Naval Air Facility in Atsugi, Japan. Contractors are required to provide all necessary labor, materials, and equipment to complete the project, and must be duly authorized to operate in Japan, complying with local laws and regulations. This procurement is critical for maintaining the operational efficiency of water systems at the facility, ensuring compliance with safety and quality standards. Interested contractors must submit their proposals in Japanese Yen by April 30, 2025, and are encouraged to contact Hikari Yamanomoto at hikari.yamanomoto.LN@us.navy.mil for further inquiries regarding the solicitation.
Z--Z--YSK-4319 Asagao Heights Whole House Renovation, Commander Fleet Activities, Yokosuka, Japan
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the whole house renovation of Asagao Heights in Commander Fleet Activities, Yokosuka, Japan. The project includes the replacement of interior finishes, lighting, HVAC systems, bathrooms, and laundry rooms, as well as repairs to the kitchen and common spaces. There may also be options for exterior window repair and replacement of the elevator system. The estimated construction project cost is between $10,000,000 and $25,000,000 USD. The contractor must be authorized to operate in Japan and comply with all Japanese laws and regulations. The project must be completed within 660 calendar days after the award date. Interested offerors can find more information on the Federal Business Opportunities (FBO) website. Registration with the System for Award Management (SAM) is required to receive a government contract award. This notice is not a commitment by the government to award a contract. For more information, contact Ryouhei Shindo or Nicole Koyanagi.
B986 REPAIR HVAC PIPE INSULATION IN COMMON SPACES
Buyer not available
The Department of Defense, through the NAVFAC FAR EAST, is soliciting qualified contractors for the repair of HVAC pipe insulation in common spaces at Building 986, located at NAF Atsugi, Japan. The project involves inspecting and repairing HVAC refrigerant thermal insulation material for piping connections, ensuring the functionality and safety of the heating, ventilation, and air conditioning systems within the facility. This procurement is critical for maintaining operational readiness and compliance with federal standards, with an estimated project value ranging from approximately ¥3.6 to ¥14.5 million. Interested contractors must submit their quotes by June 10, 2025, and are encouraged to attend a site visit scheduled for May 13, 2025, at 10:00 AM; for further inquiries, contact Luz Baron at luz.m.baron.civ@us.navy.mil or Miki Masuda at miki.masuda.ln@us.navy.mil.
Repair SOW Ops Facility B3524
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a significant repair project at the SOW Ops Facility B3524 located on Kadena Air Base in Japan. The project entails a comprehensive one-phase design-build contract focused on repairing structural concrete spalling, roofing, and mechanical and electrical systems, with an estimated contract value between $25 million and $100 million. This initiative is crucial for maintaining the operational integrity of the facility, which includes extensive renovations such as rebuilding the concrete roof, replacing HVAC and electrical systems, and implementing sustainable construction practices. Interested contractors must be registered in the System for Award Management (SAM) and are advised to prepare for the solicitation, which is expected to be available around May 22, 2025. For further inquiries, potential bidders can contact Marina Joyce Amosin at marinajoyce.amosin.ph@us.af.mil or Gary Wynder at gary.wynder@us.af.mil.
Z--IDIQ ROAD REPAIR FOR THE U.S. NAVAL AIR FACILITY ATSUGI, U.S. MARINE CORPS CATC CAMP FUJI, AND OTHER VARIOUS LOCATIONS IN KANTO PLAINS OPERATIONAL AREA, JAPAN
Buyer not available
Presolicitation DEPT OF DEFENSE is seeking maintenance, repair, and alteration services for road pavement and related infrastructure at various locations in Kanto Plains operational area, Japan. The project includes repair, maintenance, and construction of road pavement, traffic paint, traffic bumps, sidewalks, concrete, drainage, catch basins, guardrails, speed tables, wheel stoppers, sodding, road signs, manual bollards, and other related work. The contract has a base year and four one-year option periods. The complete solicitation package will be posted around 15 November 2016.
Kadena Air Base, Okinawa, Japan - Navy Exchange Services Command (NEXCOM) Navy Gateway Inns and Suites (NGIS) Central Lodging Project
Buyer not available
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.
S--Maintenance and Inspection of HVAC Systems, Hangar, Aboveground Storage Tanks and Underground Storage Tanks for the U.S. Naval Air Facility Atsugi, Japan
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance and inspection services for HVAC systems, hangars, aboveground storage tanks, and underground storage tanks at the U.S. Naval Air Facility, Atsugi, Japan. The services include maintenance, inspection, and repair of HVAC systems, refrigeration, biocidal treatment devices, and other HVAC related equipment at various locations. Additionally, maintenance, inspection, and repair services for hangars at various locations, as well as inspection, testing, and certification for aboveground storage tanks (AST) and underground storage tanks (UST) at various locations are required. Contractors must be authorized to operate in Japan and comply with all laws and regulations. The award will be given to the lowest priced, technically acceptable offer. Interested offerors can access the solicitation on the Asia Navy Electronic Business Opportunities (AsiaNECO) website. Registration with the System for Award Management (SAM) is required to receive a government contract award.
Natural Gas at Naval Air Facilities Atsugi
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the provision of natural gas services at Naval Air Facility (NAF) Atsugi in Japan. The contractor will be responsible for supplying natural gas to the Main Boiler Plant, ensuring continuous service 24/7, while complying with Japanese regulations and coordinating with the Tokyo Gas Network for inspections and maintenance. This contract is crucial for maintaining operational efficiency at the facility, with an estimated total consumption of 33,500,000 cubic meters over a five-year period from September 2025 to August 2030. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with a pre-proposal conference scheduled for April 10, 2025. For further inquiries, contact Naotsugu Kono at naotsugu.kono.jp@us.af.mil or Izumi Ito at izumi.ito.jp@us.af.mil.
Z--Whole House Revitalization of Ume Tower, Bldg 5024, U.S. Fleet Activities Sasebo, Japan.
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the Whole House Revitalization of Ume Tower, Bldg 5024, U.S. Fleet Activities Sasebo, Japan. This project involves the renovation of the existing Family Housing Hirise Building, including replacement of interior finishes, lighting, HVAC systems, bathrooms, and laundry rooms, as well as repairs to kitchen and common spaces. The contractor must be authorized to operate in Japan and comply with all local laws and regulations. The estimated magnitude of this construction project is between $10,000,000 and $25,000,000 USD. The work must be completed within 620 calendar days after the date of award. Interested offerors can find more information on the Federal Business Opportunities (FBO) website. Registration with the System for Award Management (SAM) is required to receive a government contract award.