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 (ISWM) Bulk Waste services at Marine Corps Installations Pacific (MCI-PAC) Camp Smedley D. Butler, Okinawa, Japan. This unrestricted solicitation seeks a contractor to provide comprehensive bulk waste collection and disposal. Proposals are due March 11, 2026.
Scope of Work
The contractor will provide all labor, supervision, management, tools, materials, equipment, facilities, transportation, and incidental engineering for the collection and disposal of bulk waste. Services include recurring work such as Bulk Waste Area Operations, Solid Waste Collection, Solid Waste Disposal (non-recyclable and recyclable), provision of Vehicles and Equipment, Solid Waste Containers, and Container Delivery/Pick-up for MCB, 78th Signal Battalion, and DODEA locations. Non-recurring work includes Bulk Sampling for Asbestos Containing Material (ACM), One-time Disposal of ACM, and One-time Clean-up and Disposal of Medical Waste. Services may extend to Camp Foster, Camp Kinser, MCAS Futenma, Camp Hansen, Camp Courtney, and Camp Schwab.
Contract Details
- Contract Type: Firm Fixed Price (FFP), Indefinite-Delivery/Indefinite-Quantity (IDIQ)
- Period of Performance: A twelve (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 ($20.5 Million size standard)
- Pricing: Proposals must be priced in Japanese Yen. The revised Exhibit Line Item Numbers (ELINs) detail the pricing structure for all services.
Submission & Evaluation
- Proposal Due Date: March 11, 2026, 10:00 AM Local Time.
- Evaluation Basis: Lowest Price Technically Acceptable (LPTA).
- Evaluation Factors: Price Proposal and Non-Price (Technical) Proposal, including Factor 1 - Management Plan, Factor 2 - Corporate Experience, Factor 3 - Safety, and Factor 4 - Past Performance. An "ACCEPTABLE" rating is required 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. Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self) is required, with self-assessments to be input into SPRS.
Key Attachments & Actions
- Amendment 0001 incorporates revised ELINs (ATTACH_02_1503030 ELINS_ISWM BULK Rev1.xlsx). Bidders must use these for pricing.
- A Pre-Proposal Conference and Site Visit are scheduled for February 18, 2026. A Site Visit Request Form (ATTACH_07) is available.
- All questions must be submitted in writing using the Pre-Proposal Inquiry Form (ATTACH_06) by February 25, 2026.
- Required forms include an Experience Form (ATTACH_04) and a Past Performance Questionnaire (ATTACH_05).
- Foreign entities may need to complete IRS Form W-14 (ATTACH_10).