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, Japan District (POJ), is seeking Architect-Engineer (A-E) services for multiple Indefinite Delivery Contracts (IDCs) to support Host Nation (HN) construction programs and internal requirements in Japan. This acquisition has a total aggregate capacity of $49 Million shared among all awardees, with a target of ten (10) to fifteen (15) IDCs. The contracts will have a five-year period of performance. This is a full and open competition for qualified firms. Responses are due May 27, 2026.
Scope of Work
A-E services are required for various projects under the HN construction program and POJ internal requirements, funded by non-Military Construction (MILCON) appropriations. Services include the preparation of criteria documents, studies, designs, investigations, and other professional A-E services 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 will be firm-fixed price, ranging from $2,500 to $500,000.
Contract Details
- Contract Type: Multiple Indefinite Delivery Contracts (IDCs)
- Total Aggregate Capacity: $49,000,000 shared among all awardees
- Anticipated Awards: 10 to 15 IDCs
- Period of Performance: Five (5) years from the contract award date
- Task Order Type: Negotiated firm-fixed price
- Task Order Magnitude: $2,500 to $500,000
Eligibility & Submission
This is a full and open competition. Only local sources physically located in Japan and authorized to perform the work will be considered. Eligible firms must have active SAM registration with a physical address in Japan and possess Cybersecurity Maturity Model Certification (CMMC) Level 1. Offerors must submit Standard Form 330 (SF330), Part I (Sections A-I) and Part II, along with SAM registration verification. SF330 Part I is limited to 120 pages. Electronic submission is required. A USACE Past Performance Questionnaire (PPQ) (Form PPQ-0) must be completed by clients and submitted with the proposal.
Evaluation Criteria
Firms will be selected based on demonstrated competence and qualifications. Primary evaluation criteria include:
- Specialized Experience and Technical Competence
- Professional Qualifications (including registered/licensed/certified key personnel such as Project Manager, Architect, Civil Engineer, Structural Engineer, Mechanical Engineer, Electrical Engineer, Communication Engineer, Fire Protection Engineer, Geotechnical Engineer, Cost Engineer, Surveyor, and Facilitator)
- Past Performance
- Capacity to Accomplish the Work A secondary criterion is the Volume of DoW Contract Awards.
Key Dates & Contacts
- Response Due Date: May 27, 2026
- Published Date: April 15, 2026 (Amendment 1)
- Primary Contact: Michael Morris, michael.f.morris@usace.army.mil, 011-81-46-407-8724
- Secondary Contact: Thomas Hartman, thomas.p.hartman@usace.army.mil, 011-81-46-407-8834