Indefinite Delivery Contracts for Architect-Engineer Services to Support Host Nation projects, various locations, Japan
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 Army, W2SN ENDIST JAPAN, is soliciting proposals for multiple Indefinite Delivery Contracts (IDCs) for Architect-Engineer (A-E) Services to support Host Nation (HN) construction programs and Japan District (POJ) Internal Requirements in Japan. This acquisition, conducted under the Brooks A-E Act and FAR Part 36, has a total aggregate capacity of $49 Million shared among all awardees. The government anticipates awarding ten (10) to fifteen (15) IDCs. Responses are due by May 28, 2026.
Scope of Work
Services include preparing criteria documents, studies, designs, investigations, construction surveillance, and general engineering support for U.S. Department of War (DoW) service components and support agencies in Japan. Deliverables must integrate local Host Nation construction methods and materials while adhering to U.S. criteria. Task orders (TOs) will be firm-fixed price, ranging from $2,500 to $500,000.
Contract Details
- Contract Type: Multiple Indefinite Delivery Contracts (IDCs)
- Period of Performance: Five (5) years from the contract award date.
- Total Aggregate Capacity: $49,000,000 shared among all awardees.
- Set-Aside: Full and Open Competition. Only local sources physically located in Japan, with active SAM registration and a physical address in Japan, and CMMC Level 1 certification for the prime contractor, will be considered.
- Place of Performance: Zama-shi, Japan.
Submission & Evaluation
- Submission Deadline: May 28, 2026.
- Submission Method: Electronic submission. Offerors may request a DoD SAFE drop-off link for large files.
- Required Documents: Standard Form 330 (SF330) Part I (limited to 120 pages) and Part II, and a completed USACE Past Performance Questionnaire (PPQ) (Form PPQ-0).
- Evaluation Criteria: Primary factors include Specialized Experience and Technical Competence, Professional Qualifications, Past Performance, and Capacity to Accomplish the Work. A secondary criterion is the Volume of DoW Contract Awards.
- Key Personnel: Required disciplines include Project Manager, Architect, Civil, Structural, Mechanical, Electrical, Communication, Fire Protection, Geotechnical, Cost Engineer, Surveyor, and Facilitator. Key personnel must be registered, licensed, or certified in their fields. While more than two key personnel per discipline may be listed, only the first two will be considered for evaluation.
Clarifications & Notes
- Japan's Professional Engineer qualification (P.E. Jp) is not accepted as an alternative to the qualifications mentioned in the NOP.
- Memoranda of Subcontractor Agreements (MSAs) are not required; only SF330 Part II for each team member.
- CMMC Level 1 certification is required for the prime contractor only at the time of SF330 receipt. Subcontractors' CMMC levels will be assessed for individual task order awards.
- Firms can submit as a Prime Contractor and also as a subcontractor to another Prime Contractor.
- Requirements for the volume of work awarded by DoW agencies and local source conditions apply only to prime A-E firms.
Contact Information
- Primary: Michael Morris (michael.f.morris@usace.army.mil, 011-81-46-407-8724)
- Secondary: Thomas Hartman (thomas.p.hartman@usace.army.mil, 011-81-46-407-8834)