ISTF Aggregate Material Ie Shima
ID: M67400-26-RFI-0002Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING OFFICERFPO, AP, 96371-9001, USA

NAICS

Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing (532412)

PSC

HOUSEKEEPING- WAREHOUSING/STORAGE (S215)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Commanding Officer of the Department of the Navy, is seeking qualified contractors for the management of aggregate material at the Ie Shima Training Facility (ISTF) in Okinawa, Japan. The contract involves receiving, organizing, and managing up to 52,000 cubic yards of aggregate material, implementing dust mitigation strategies, and ensuring compliance with safety standards while coordinating closely with U.S. Government personnel. This initiative is critical for the timely completion of various construction projects, including the repair of the ISTF expeditionary flight line. Interested vendors must submit their responses to the Sources Sought notice by November 20, 2025, with questions due by November 17, 2025. For further inquiries, contact Mr. Jun Ishikawa at jun.ishikawa.ln@usmc.mil or GySgt Geronimo Lopez at geronimo.lopez.mil@usmc.mil.

    Files
    Title
    Posted
    The document, M67400-26-RFI-0002, is a Question & Answer Form for a Sources Sought Announcement. This form is designed to facilitate communication between the government and potential sources by providing a structured format for questions and corresponding government answers. Key areas of inquiry or information to be gathered from potential sources include the update number, quantity of items, destination, estimated delivery, and estimated delivery date. This RFI is a preliminary step in the federal procurement process, allowing the government to gauge market capabilities and gather information before issuing a formal solicitation like a Request for Proposal (RFP) or Invitation for Bid (IFB). It helps clarify requirements and understand industry capacity for the specified items.
    The Marine Corps Installations Pacific-Marine Corps Base Camp Butler (MCIPAC-MCBB) is conducting a Sources Sought Announcement for Aggregate Receipt and Material Organization Services at the Ie Shima Training Facility in Okinawa, Japan. This is a market research effort to inform the acquisition strategy for a Firm-Fixed Price service contract to manage up to 52,000 cubic yards of aggregate material. The anticipated contract, under FAR 13.5 Simplified Procedures, will have a 3-month base period and two 3-month option periods, with performance from January to June 2026. Interested vendors must submit information by November 20, 2025, addressing planned equipment, mobilization, material hand-off, organization within allotted space, sustainment, delivery schedule deconfliction, communications, pricing, and overall risks. Questions are due by November 17, 2025. This notice is for market research only and not a commitment to contract.
    This document outlines the requirements for establishing a temporary storage area, likely for aggregates, within a 9,960 m2 (107k SF) designated site. Key instructions include selecting the flattest surfaces for storage, constructing access roads from adjacent streets using available aggregates, and compacting a 6-inch (150 mm) layer of aggregates to serve as the floor for stockpiles. Fine materials are to be stored at the north end of the area. The document also specifies the construction of walls/dividers for storage areas, recommending a sketch, and the installation of a mesh cover with overlapped edges (approximately 0.5m), potentially with a heavy rope layer if a two-layer mesh is used. These specifications are crucial for proper site preparation and material management.
    The Marine Corps Installation Pacific (MCIPAC) Regional Contracting Office (RCO) seeks a commercial solution for managing up to 52,000 cubic yards of aggregate material at the Ie Shima Training Facility (ISTF) in Okinawa, Japan. This contract, critical for ongoing construction, including the ISTF expeditionary flight line repair, involves receiving, organizing, and managing aggregate, implementing dust mitigation, and ensuring safety compliance. The contractor must coordinate with the USG due to overlapping stockyard construction, maintain equipment, and manage all logistics without USG assistance. Operating constraints include weather, port limitations, and political sensitivity. The performance period starts between January 7-31, 2026, with a base period through March 30, 2026, and two three-month option periods. Interested vendors must submit a Contractor Statement of Work (CSOW) and a Contract Work Breakdown Structure (CWBS).
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Indefinite Delivery Indefinite Quantity (IDIQ) Road Paving Repairs and Maintenance
    Buyer not available
    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.
    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.
    Roads/Pavements & Misc. Civil Work Indefinite- Delivery/Indefinite-Quantity (IDIQ) Contract, Misawa Air Base, Japan
    Buyer not available
    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.
    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.
    Berthing and Messing Barge YRBM-57 Intermediate Maintenance Availability (IMAV)
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Intermediate Maintenance Availability (IMAV) of the Berthing and Messing Barge YRBM-57, with a performance period from March 1 to June 15, 2026, at Yokosuka Naval Base in Japan. The procurement includes critical repair and upgrade tasks such as the installation of split air conditioning systems, inspection of sewage collection and holding tanks, and replacement of the cosmetic polymeric deck covering system, all of which require adherence to NAVSEA standards and the contractor's possession of an active U.S. Navy Master Agreement for Repair and Alteration of Vessels (MARAV). Interested contractors must submit their proposals by January 5, 2026, at 10:00 AM Japan Standard Time, and can request access to the detailed work specifications by contacting Kazuo Takamura or Peter Arrieta via email.
    Type A base course, 3,500,000 lbs
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of 3,500,000 lbs of Type A base course material. This procurement is categorized as a Total Small Business Set-Aside under FAR 19.5, indicating a focus on supporting small businesses in the construction sand and gravel mining industry. The Type A base course is crucial for various construction and infrastructure projects, ensuring the stability and durability of surfaces. Interested vendors should contact Mike Fabry at mike.j.fabry.civ@army.mil or call 918-420-6580 for further details regarding the solicitation process.
    FY26 - FY30 San Francisco District Market Research for Potential Beneficial Use Sites
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) San Francisco District, is conducting market research to identify potential sites for the beneficial reuse of dredged material, with an estimated volume of up to 2,000,000 cubic yards per year over the next five years. The procurement aims to secure locations capable of receiving dredged material from various projects, including the Sacramento and Stockton Deep Water Ship Channels, and may lead to multiple contracts awarded to private dredging companies. This initiative is crucial for managing sediment from significant dredging operations in the San Francisco Bay area, ensuring environmental compliance and effective resource utilization. Interested parties are invited to submit a capabilities statement by 2 PM PST on December 10, 2025, to Nairi Freeman at nairi.freeman@usace.army.mil, with further details available in the attached documentation.
    THEATER AIRCRAFT CORROSION CONTROL PREP HANGAR, KADENA AIR BASE, OKINAWA, JAPAN
    Buyer not available
    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.
    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.
    USS ROBERT SMALLS (CG 62) REPLACE NONSKID SYSTEM
    Buyer not available
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is seeking qualified contractors to replace the nonskid system on the USS ROBERT SMALLS (CG 62) as part of a firm-fixed-price job order. Contractors must possess an active Master Agreement for Repair and Alteration of Vessels (MARAV) with the U.S. Navy and be authorized to operate in Japan, with the work scheduled to take place from February 20 to March 20, 2026. This project is critical for maintaining the operational readiness and safety of naval vessels, ensuring compliance with NAVSEA and SRF-JRMC standards. Interested parties must submit their proposals by December 9, 2025, and can request access to the work specification package by contacting the designated contract specialists, Shouko Sekido and Neil Flint, via email.