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
AwardedSep 19, 2025
$99M$99,000,000
AwardeeKANAGAWA NABCO PTY. LTD. Yokohama-shi JPN
Award #:N4008425D0066-N4008425D0069
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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    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.
    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.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    FY24 MCON PROJECT P-859, CONSOLIDATED HEADQUARTERS PHASE II, U.S. NAVSUPPACT, MCB GUAM
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific, is seeking qualified contractors for the FY24 Military Construction (MILCON) Project P-859, which involves the construction of a secure Phase 2 space at the Consolidated Headquarters located at Naval Support Activity Marine Corps Base in Guam. The project encompasses various construction elements, including architectural, fire protection, electrical, telecommunications, HVAC, and collateral equipment, with an estimated contract value between $10 million and $25 million and a completion period of approximately 423 calendar days. This opportunity is significant for firms specializing in commercial and institutional building construction, as it requires U.S. prime contractors with U.S. subcontractors and suppliers, all of whom must have valid Top Secret clearance. Interested parties should contact Jacqueline Sivongxay at jacqueline.y.sivongxay.civ@us.navy.mil or call 808-603-4464 for further details, and must submit required vetting forms to gain access to the Request for Proposal (RFP), which is anticipated to be released around December 2025.
    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.
    MACC for DB/DBB new construction, renovation, alteration and repair for large general, industrial and waterfront construction projects primarily located at PNSY, Kittery ME and NNSY, Portsmouth VA in support of SIOP
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM ATLANTIC), is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on new construction, renovation, alteration, and repair projects primarily at the Portsmouth Naval Shipyard (PNSY) in Kittery, Maine, and the Norfolk Naval Shipyard (NNSY) in Portsmouth, Virginia. The contract encompasses a range of general, industrial, and waterfront construction projects, with an estimated construction magnitude between $1,000,000 and $50,000,000. This procurement is critical for supporting the Strategic Integrated Operations Plan (SIOP) and ensuring the operational readiness of naval facilities. Interested firms must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with all inquiries directed to Weston Polen at weston.c.polen.civ@us.navy.mil or by phone at 757-322-4749. The solicitation ID has been updated to N62470-26-R-0012, and all proposals must adhere to the outlined requirements and deadlines specified in the attached documents.
    USS Rafael Peralta (DDG-115)6A1 CMAV ICN/KO: 38K6A99101-A01,38K6A62501 -A01
    Dept Of Defense
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for scaffolding installation and removal services in support of the USS Rafael Peralta (DDG-115) at Yokosuka Naval Base, Japan. The contract is specifically aimed at firms with an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) that are authorized to operate in Japan, emphasizing compliance with NAVSEA and SRF-JRMC standards for quality assurance and operational procedures. Proposals must be submitted by December 19, 2025, at 10:00 AM Japan Standard Time, with access to detailed work specifications available through DoD SAFE upon request by December 15, 2025. Interested parties can contact Yoko Yamaguchi at yoko.yamaguchi.ln@us.navy.mil for further inquiries.
    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.