Indefinite Delivery Indefinite Quantity (IDIQ) Road Paving Repairs and Maintenance
ID: N4008426B0101Type: Presolicitation
Overview

Buyer

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

PSC

REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z2LB)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is seeking potential contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on road paving repairs and maintenance in Japan. The scope of work includes tasks such as road paving, replacement of parking signs, and installation of underground conduits for communication systems, with contractors required to provide all necessary labor, materials, and equipment. This contract is significant for maintaining infrastructure at various U.S. Navy facilities, including U.S. Fleet Activities Yokosuka and the U.S. Embassy in Tokyo. The solicitation is expected to be released on sam.gov, with a five-year ordering period and an anticipated award in the third quarter of FY26; interested parties should contact Yuko Yoshino at yuko.yoshino.ja@fe.navy.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. government issued a pre-solicitation notice (N4008426B0101) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for road paving repairs and maintenance in Japan. This notice, dated November 25, 2025, seeks potential offerors for tasks including road paving, parking sign replacement, and communication system conduit installation. The contractor must provide all necessary labor, materials, and equipment. The IDIQ will have a five-year ordering period, with award anticipated in Q3 FY26 via sealed bidding. The NAICS code is 237310 ($45M size standard). Contractors must be authorized to operate in Japan, possess a Kensetsu Gyo Kyoka construction license, and have a Japanese bank account. The U.S. government will not grant "United States Official Contractor" status under the SOFA. Work will be performed at various U.S. Navy facilities across Japan, including U.S. Fleet Activities Yokosuka and U.S. Embassy, Tokyo. The solicitation will be available on sam.gov.
    Lifecycle
    Similar Opportunities
    Indefinite Delivery/Indefinite Quantity (IDIQ) Repair and Replace Roof System FY26 at the Commander Fleet Activities Yokosuka, Naval Air Facility Atsugi, and U.S. Government Installations in the Kanto Region, Japan
    Buyer not available
    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 repair and replace roof systems at various U.S. Government installations in the Kanto Region, Japan, including Commander Fleet Activities Yokosuka and Naval Air Facility Atsugi. The scope of work encompasses roofing repairs and replacements, along with related tasks such as installing aluminum copings, flashings, drains, and conducting asbestos sampling. This procurement is crucial for maintaining the integrity and safety of the facilities, with an anticipated contract value of up to JPY5,000,000,000 over a five-year ordering period. Interested parties should contact Tomoko Kanzaki at Tomoko.Kanzaki.ln@us.navy.mil or call 046-816-4095 for further information, noting that this is a sources sought notice for market research purposes only and not a request for proposals.
    PMP for Water Facilities Circulation Systems
    Buyer not available
    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 involves a combination contract for both recurring and non-recurring maintenance services, aimed at ensuring the operational integrity and reliability of water supply facilities. This initiative is critical for maintaining essential water services at the naval base, which supports various military operations. Interested vendors can reach out to Mayumi Ikeno at mayumi.ikeno.ln@us.navy.mil or call 046-816-4201 for further details regarding the solicitation process.
    Oily Wastewater Treatment Service
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Oily Wastewater Treatment Services at Commander, Fleet Activities Yokosuka (CFAY) in Japan. The contract, identified as N6264926QB002, requires the contractor to provide comprehensive services for the collection, purification, recycling, and disposal of oily wastewater, ensuring compliance with Japanese and U.S. environmental regulations, particularly concerning hazardous materials and PFAS contamination. This competitive, unrestricted Indefinite Delivery Indefinite Quantity (IDIQ) contract has a minimum guarantee of $9,000 and a maximum value of $9,000,000, with a performance period from January 30, 2026, to January 29, 2027. Interested vendors should submit their proposals by December 17, 2025, and may contact Yukako Hishikura or Maria Mallari for further information.
    PMI for Fire Protection and IDS at CFAY
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is soliciting proposals for preventive maintenance and inspection services for fire protection and intrusion detection systems at various locations under 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 service orders to ensure the operational readiness and safety of these critical systems at sites including Ikego, Urago, Azuma, Negishi North Dock, Tsurumi, and Nagai. These services are vital for maintaining safety and security standards within military facilities, thereby supporting overall mission readiness. Interested contractors can reach out to Ryouhei Shindo at Ryouhei.Shindo.ln@us.navy.mil or by phone at 0081 46 816 7513 for further details regarding the solicitation process.
    FY26 Improve Military Family Housing PAIP 9 Phase 3
    Buyer not available
    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.
    INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS CIVIL PROJECTS AND OTHER PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Pacific, is seeking qualified architect-engineer firms to provide a range of services for various civil projects under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract, valued at up to $200 million over a one-year base period with four option years, will encompass services such as site development, Military Construction documentation, design-build and design-bid-build documents, technical surveys, cost estimates, and post-construction award services. The procurement is unrestricted under NAICS Code 541330, and firms will be evaluated based on criteria including specialized experience, key personnel qualifications, past performance, and commitment to small business. Interested parties must submit a completed Standard Form SF 330 by January 8, 2026, at 2:00 p.m. Hawaii Standard Time, and can contact Shaun Bissen at shaun.m.bissen.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil for further information.
    FY2026 Projections
    Buyer not available
    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.
    Y--IDIQ SB MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF VARIOUS FACILITIES AT PUBLIC WORKS DEPARTMENT (PWD) ANNAPOLIS, PAX RIVER, SOUTH POTOMAC AND ROICC ANDREWS NAVFAC WASHINGTON AOR
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Washington, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for new construction, repair, and renovation of various facilities at the Public Works Department (PWD) locations, including Annapolis, Pax River, South Potomac, and ROICC Andrews. The procurement involves providing comprehensive services such as repairs, renovations, new construction, and alterations to shore facilities and utilities, with work potentially extending to any NAVFAC location within the Continental United States. This contract is crucial for maintaining and enhancing the operational capabilities of government facilities, ensuring they meet current standards and requirements. Interested contractors can reach out to Frank G. Decker at frank.g.decker.civ@us.navy.mil or Tre'von Taylor at trevon.r.taylor2.civ@us.navy.mil for further information.
    USS SHOUP (DDG-86) FY26 6J2 CNO SIA BUNDLE #3, Chief of Naval Operation Availability Yokosuka Japan
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS SHOUP (DDG-86) during its FY26 6J2 CNO SIA Bundle 3 availability at Yokosuka Naval Base, Japan. The procurement requires firms to possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and to be authorized to operate in Japan, as the work involves critical ship repair and alteration tasks essential for maintaining naval readiness. The contract is structured as a firm-fixed-price job order, with a performance period from March 9, 2026, to May 4, 2026, and proposals must be submitted by December 8, 2025, at 10:00 AM JST. Interested parties should contact Kazuo Takamura at kazuo.takamura.ln@us.navy.mil for further details and access to the work specifications.
    USS DEWEY (DDG-105) FY26 6C1 SRA(d) 38K4248201 S/A 97085K, Yokosuka Japan
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS DEWEY (DDG-105) at Yokosuka Naval Base, Japan, from March 30, 2026, to June 20, 2026. Eligible firms must possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and be authorized to operate in Japan, as the contract is firm-fixed-price and includes specific structural modifications and enhancements to the ship's Tactical Weapon Control System. This procurement is critical for maintaining the operational readiness of the USS DEWEY, ensuring compliance with military standards and safety protocols. Interested contractors must submit their proposals by December 17, 2025, and request access to the work specifications by December 9, 2025, with further inquiries directed to Kazuya Iwanaga at kazuya.iwanaga.ln@us.navy.mil.