Solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ), Design Build (DB) / Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for Commander Fleet Activities Sasebo, Japan
ID: N4008425R0074Type: 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 Mar 17, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 17, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 5:30 AM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is seeking contractors for a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) Design-Build (DB)/Design-Bid-Build (DBB) Multiple Award Construction Contract (MACC) for construction projects at Commander Fleet Activities Sasebo (CFAS), Japan, and other locations within its area of responsibility. This opportunity specifically involves an update to the solicitation regarding the response date, which has been extended to April 22, 2025, at 2:30 PM JST, as per Amendment 0003. The construction services are vital for maintaining and enhancing military facilities, ensuring operational readiness and support for U.S. forces in the region. Interested contractors should direct inquiries to Heather Seibold at heather.a.seibold.civ@us.navy.mil or Teresa Aguon at teresa.f.aguon.civ@us.navy.mil, and note the revised proposal submission deadline.

Files
No associated files provided.
Similar Opportunities
Design Build and Design Bid Build Indefinite Delivery Indefinite Quantity Medium Multiple Award Construction Contract for the NAVFAC Area of Operations
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE), is seeking qualified small businesses to participate in a Design-Build and Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for various construction projects within its area of operations, primarily in the southeastern United States. The contract will encompass new construction, renovation, alteration, and repair of medium general construction projects, including facilities such as barracks, administrative buildings, and medical facilities, with a total funding ceiling of $1.5 billion over five years. Interested small businesses must submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) after the solicitation is released, which is expected to occur within 15 days of this presolicitation notice, with Phase-One proposals due no earlier than 30 days thereafter. For further inquiries, contact Matthew Abbott at matthew.j.abbott5.civ@us.navy.mil or Marina 'Gaby' Mote at marina.g.mote.civ@us.navy.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.
B983 RENOVATE GALLEY AT THE U.S. NAVAL AIR FACILITY ATSUGI, JAPAN
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is soliciting bids for the renovation of the galley at the U.S. Naval Air Facility Atsugi in Japan. This project involves the repair or alteration of dining facilities, aligning with the NAICS code 236220 for Commercial and Institutional Building Construction. The renovation is crucial for maintaining operational readiness and providing quality dining services to personnel stationed at the facility. Interested contractors can reach out to Rie Hanazato at rie.hanazato.ln@us.navy.mil or call 0467-63-3487 for further details, and should note that an amendment dated April 7, 2025, has been issued to provide additional questions and answers regarding the solicitation.
Operation and Maintenance Services for Swimming Pool Water Treatment Systems at CFAS, Japan
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is seeking bids for Operation and Maintenance Services for Swimming Pool Water Treatment Systems at U.S. Fleet Activities in Sasebo, Japan. The contract encompasses both recurring and non-recurring maintenance tasks for various swimming pools located at the Main Base and Hario Housing, ensuring compliance with the Performance Work Statement (PWS) and federal regulations. These services are crucial for maintaining safe and operational swimming facilities for military personnel and their families. Interested contractors must submit their bids by May 2, 2025, at 11:00 AM, and can direct inquiries to Masayo Sonoda at masayo.sonoda.ln@us.navy.mil or by phone at 011-81-956-50-2394.
Multiple Award Construction Contract (MACC) - Large Scale Military Projects
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), 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 projects, including design-build and design-bid-build methodologies, with a total contract value not to exceed $8 billion over an eight-year period. The projects will involve various construction activities such as new construction, renovation, and infrastructure improvements, supporting facilities like administrative buildings, warehouses, and maintenance hangars. Interested contractors must submit proposals by May 6, 2025, and are encouraged to contact Molly Lawson at molly.lawson@navy.mil or Vivienne Moore at vivienne.e.moore.civ@us.navy.mil for further information.
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.
FY25 AFHC PN101565 Family Housing Improvements Construction Camp Zama and SFHA (DBB)
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting bids for the FY25 AFHC PN101565 Family Housing Improvements Construction project at Camp Zama and the Sagamihara Family Housing Area (SFHA) in Japan. This project involves the repair of twenty 4-bedroom units designated for Company Grade and Warrant Officers, as well as fifteen 3-bedroom or 4-bedroom units for junior noncommissioned officers and enlisted personnel. The improvements are crucial for maintaining quality living conditions for military personnel and their families. Interested contractors should download the solicitation and all attachments from the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with key deadlines including an RFI due date of May 16, 2025, and a bid due date of July 30, 2025. For further inquiries, contact Ruben Romero at Ruben.A.Romero@usace.army.mil or Nakiba Jackson at nakiba.s.jackson.civ@usace.army.mil.
Y--firm-fixed-price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC), MCB CamLej, MCAS Cherry Point and MCAS New River
Buyer not available
Presolicitation notice from the Department of Defense, Department of the Navy, and NAVFACSYSCOM MID-ATLANTIC for a Firm-Fixed-Price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC). The contract aims to assist in the execution of the FY2019 through FY2021 Military Construction (MILCON) program and address the extensive damage caused by Hurricane Florence in September 2018. The contract will cover construction projects primarily in the Marine Corps Base Camp Lejeune, Marine Corps Air Station Cherry Point, and Marine Corps Air Station New River areas of responsibility. The projects will include new construction, demolition, repair, alteration, and renovation of various types of facilities such as administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, and roads. The contract will have a duration of one year with four one-year option periods and a total estimated construction cost not to exceed $975,000,000. The solicitation will be issued on or about May 13, 2019, and will be listed as N40085-19-R-9048 on the Navy Electronic Commerce Online website (NECO). Prospective offerors must be registered in the System for Award Management (SAM) to do business with the federal government. For more information, contact Holly Snow at holly.snow@navy.mil.
Replacement Service of Fuel Tank Truck Engine and Parts for the Government of Vehicle (GOV) Number N9653648 at Bldg. 1851, NAVFAC Transportation Area in the U.S. Commander Fleet Activities Yokosuka (CFAY), JAPAN by Non-Recurring Contract
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting proposals for the replacement service of the fuel tank truck engine and parts for Government Vehicle Number N9653648, located at Building 1851, NAVFAC Transportation Area, U.S. Commander Fleet Activities Yokosuka, Japan. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure the vehicle meets operational standards, with the project expected to be completed within 180 days of contract award while adhering to specific safety and environmental regulations. This one-time contract emphasizes the importance of maintaining government transportation capabilities and requires compliance with federal procurement standards, including submission of proposals in Japanese yen by May 9, 2025, at 10:30 AM JST. Interested parties can reach out to primary contact Sakiko Marterosario at sakiko.marterosario.ln@us.navy.mil or secondary contact Toshiki Hisasue at toshiki.hisasue.In@us.navy.mil for further inquiries.
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.