Integrated Solid Waste Management Bulk Waste at Marine Corps Installations Pacific (MCI-PAC) Camp Smedley D. Butler, Okinawa 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 Navy, NAVFACSYSCOM FAR EAST, is soliciting proposals for Integrated Solid Waste Management Bulk Waste services at Marine Corps Installations Pacific (MCI-PAC) Camp Smedley D. Butler, Okinawa, Japan. This requirement covers comprehensive bulk waste collection and disposal services across multiple Marine Corps camps in Okinawa. The contract will be a Firm Fixed-Price (FFP), Indefinite-Delivery/Indefinite-Quantity (IDIQ). Proposals are due March 11, 2026, at 10:00 AM Local Time.
Scope of Work
The contractor will provide all necessary labor, supervision, management, tools, materials, equipment, facilities, transportation, and incidental engineering for the collection and disposal of bulk waste. Services are required at Marine Corps Base Camp Smedley D. Butler, and may extend to Camp Foster, Camp Kinser, MCAS Futenma, Camp Hansen, Camp Courtney, and Camp Schwab. The scope includes recurring work such as bulk waste area operations, solid waste collection, disposal of non-recyclable and recyclable materials, vehicle/equipment provision, and container services. Non-recurring work includes specialized services like Asbestos Containing Material (ACM) sampling and disposal, and medical waste disposal.
Contract Details
- Contract Type: Firm Fixed-Price (FFP), Indefinite-Delivery/Indefinite-Quantity (IDIQ)
- Period of Performance: A 12-month Base Period (August 1, 2026 - July 31, 2027) and seven (7) one-year Option Periods (extending through July 31, 2034).
- Set-Aside: UNRESTRICTED
- NAICS Code: 562111 (Size Standard: $20.5 Million)
- Place of Performance: Okinawa, Japan
- Pricing: Proposals must be submitted in Japanese Yen, detailing pricing for recurring and non-recurring work across all periods.
Submission & Evaluation
- Proposal Due Date: March 11, 2026, 10:00 AM Local Time.
- Evaluation Basis: Lowest Price Technically Acceptable (LPTA).
- Evaluation Factors: Proposals will be assessed on Price and Non-Price (Technical) factors, including Management Plan, Corporate Experience, Safety, and Past Performance. An "ACCEPTABLE" rating is mandatory for all non-price factors.
- Eligibility: Offerors must be registered in SAM, have active Representations and Certifications, be registered to do business in Japan, and possess all required permits/licenses. A Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self) is required, with self-assessment input into SPRS.
Key Dates & Actions
- Pre-Proposal Conference & Site Visit: Scheduled for February 18, 2026. A Site Visit Request Form (ATTACH_07) is available.
- Questions Due: All questions must be submitted in writing by February 25, 2026, using the Pre-Proposal Inquiry Form (ATTACH_06).
- Required Forms: Bidders must complete an Experience Form (ATTACH_04) and a Past Performance Questionnaire (ATTACH_05). Foreign entities may need to complete IRS Form W-14 (ATTACH_10).
- Cybersecurity Compliance: Bidders must understand NIST SP 800-171 and CMMC Level 1 requirements, including the SPRS self-assessment process (ATTACH_11, ATTACH_12).