MATOC WORK PLAN EXPANSION OF DOORSTOP PARKING APRON ON OSAN AB
ID: W90VN626RA002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0906 AQ CO CONTRACTING BATAPO, AP, 96202-0000, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF OTHER AIRFIELD STRUCTURES (Z2BZ)
Timeline
    Description

    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.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    CONDUCT HOUSING REQUIREMENTS AND MARKET ANALYSIS (HRMA) FOR OSAN AB, REPUBLIC OF KOREA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking Korean-owned architect-engineer firms to conduct a Housing Requirements and Market Analysis (HRMA) at Osan Air Base, Republic of Korea. The objective of this procurement is to manage and execute a project that assesses military housing needs in accordance with Department of Defense and Air Force guidelines, which includes site visits, data collection, and market analysis. This opportunity is critical for ensuring that housing requirements are met for military personnel stationed at various Air Force bases worldwide, including Osan AB. Interested firms must submit their qualifications and responses to the sources sought notice by 3:00 PM Central Standard Time on January 12, 2026, to the designated contacts, Gregorio Armand and Louwanna Wright, via email.
    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.
    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.
    ODF-T FY26 Sac River Access Roadwork
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for roadwork services at the Harry S. Truman Lake Project, specifically for the ODF-T FY26 Sac River Access Roadwork. The project entails roadway and parking lot rehabilitation, including Hot Mix Asphalt (HMA) replacement, road shouldering, aggregate parking lot rehabilitation, pavement crack filling, and surface seal treatment, with a performance period of 270 days from the Notice to Proceed. This full and open competition procurement has an estimated contract value between $100,000 and $250,000, with proposals due by 12:00 PM local time on February 9, 2026. Interested contractors must have an active registration in the System for Award Management (SAM) database and can direct inquiries to Cade Zelinsky at cade.s.zelinsky@usace.army.mil or Christopher W. Anderson at Christopher.W.Anderson@usace.army.mil.
    DPW, INSTALLATION OF BLDG TRANSCEIVER AT B579, B581, B582, CAMP WALKER, SOUTH KOREA (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the installation of building transceivers at facilities B579, B581, and B582 located at Camp Walker, South Korea. This procurement falls under the NAICS code 236220, which pertains to commercial and institutional building construction, and aims to enhance communication capabilities within the military infrastructure. Interested parties can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W90VN926RA011. For inquiries, potential bidders may contact Robert Nimmo at robert.w.nimmo.civ@army.mil or by phone at +82-0503-363-5695.
    Sources Sought for research on Airfield Runway Maintenance at Offutt AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified contractors for airfield runway maintenance at Offutt Air Force Base in Nebraska. The project involves extensive maintenance tasks, including crack sealing and spall repair on Portland Cement Concrete, as well as asphalt maintenance and the removal of rubber deposits from the runway, all of which must be completed within a 96-hour operational window. This maintenance is critical for ensuring the safety and functionality of the airfield, which supports military operations. Interested parties should submit their capabilities packages to Jack Lauters at jacky.lauters@us.af.mil by 10:00 AM Central Standard Time on January 15, 2026, as this notice is part of a sources sought announcement and not a request for proposals.
    $300M UNR DB/DBB Fuels MATOC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is announcing a draft solicitation for a $300 million Unrestricted Design-Build/Design-Bid-Build (D-B/D-B-B) Fuels Multiple Award Task Order Contract (MATOC) that will cover projects within the Continental United States (CONUS), Alaska, Hawaii, and Outlying Areas. This procurement aims to establish a contract for the construction of fuel storage buildings and related structures, which are critical for maintaining military fuel supply chains and infrastructure. Interested parties are encouraged to review the attached documents for further details, although no proposals are being requested at this time. For inquiries, potential bidders can contact Susan Prater at susan.prater@usace.army.mil.
    FY26 DESIGN-BUILD/DESIGN-BID-BUILD (DB/DBB) GENERAL CONSTRUCTION WEST MULTIPLE AWARD TASK ORDER CONTRACT (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is soliciting proposals for a Design-Build/Design-Bid-Build (DB/DBB) General Construction Multiple Award Task Order Contract (MATOC) with a total small business set-aside. This contract, valued at up to $99 million, aims to provide indefinite delivery and indefinite quantity (IDIQ) services for general construction projects west of the Mississippi River, with task orders ranging from the simplified acquisition threshold to $25 million. The MATOC will have a performance period of three years, with an option for an additional two years and a six-month extension, emphasizing the importance of these construction services for various district programs. Interested small businesses must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the specified deadline, and must be registered in the System for Award Management (SAM) at the time of submission. For further inquiries, contact Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045.