Construction Projects Escorts
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force, specifically the 35 CONS PK, is soliciting proposals for Construction Projects Escorts at Misawa Air Base, Japan. This UNRESTRICTED opportunity seeks U.S. Citizens holding a TIER 1 Investigation Clearance to monitor local nationals working on upcoming construction projects. The contract is a Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ), with a base year and four option years, projected to extend through FY31. Proposals are due April 28, 2026, at 21:00 EDT / April 29, 2026, at 10:00 JST.
Scope of Work
The contractor will provide non-personal services for an Escort Program, ensuring secure escorted access and movement of personnel within restricted and controlled areas at Misawa Air Base, Japan, including the flightline and areas exterior to Sensitive Compartmented Information Facilities (SCIFs). Key responsibilities include continuous escort coverage, maintaining constant surveillance, positively identifying individuals, inspecting vehicles and hand-carried items, providing safety and security briefings, and reporting suspicious activities. Deliverables include a Management/Staffing Plan, Quality Control Plan Outline, Monthly Activity Report, and Personnel Roster.
Contract Details
This is a Single Award Firm-Fixed-Price (FFP) IDIQ contract. The period of performance is expected to begin June 1, 2026, and extend through November 30, 2031. The NAICS Code is 561612 (Security Guards and Patrol Services) with a $29,000,000.00 size standard. Offerors must possess CMMC Level 2 (Self) status at the time of award. A separate CLIN will be added for mobilization costs (travel, PPE, equipment) at the Task Order (TO) issuance. Overtime will be directed by the Contracting Officer (CO)/Contracting Officer's Representative (COR) in writing and compensated via a Not-to-Exceed (NTE) CLIN or modification. Vehicles must be fully insured, meet Japanese standards, and include costs for fuel, maintenance, and insurance, with a minimum of one vehicle per project required.
Submission & Evaluation
Proposals are due April 28, 2026, at 21:00 EDT / April 29, 2026, at 10:00 JST. Submissions must be made electronically via email to shanna.price.2@us.af.mil and kade.forrester.1@us.af.mil. Proposals must include a Summary and Miscellaneous Data, Technical Proposal, Past Performance Proposal, and Price Proposal. Evaluation factors are Technical Capability, Past Performance, and Price, with Technical Capability and Past Performance considered of equal importance to Price. Award will be based on the Lowest Price Technically Acceptable (LPTA) methodology. Offerors must be registered in the System for Award Management (SAM), and Japanese companies are eligible if they meet personnel requirements. Relevant past performance projects must have a total value of $1,000,000.00 or more. A Quality Control Plan (QCP) is required at the Task Order level and submitted under Part I of the proposal, but will not be evaluated for award determination.
Contacts
- Primary: Shanna Price (shanna.price.2@us.af.mil, 0176773895)
- Secondary: Kade Forrester (kade.forrester.1@us.af.mil, 3152268072)