Misawa Information Monitoring and Protection Services (IMPS)
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, 35 CONS PK, has issued Solicitation FA520526R0004 for Misawa Information Monitoring and Protection Services (IMPS) at Misawa Air Base, Japan. This Firm Fixed-Price IDIQ contract requires comprehensive security surveillance to support the design, build, and accreditation of Sensitive Compartmented Information Facilities (SCIFs). Proposals are due April 1, 2026, at 1000 JST.
Scope of Work
The contractor will provide all personnel, equipment, training, and supervision for construction security surveillance services. This includes physical, personnel, technical, administrative, and procedural security measures to ensure compliance with Intelligence Community Directive (ICD) 705 and DoD policies. Key personnel include Site Security Managers (SSM), Construction Surveillance Technicians (CST), Cleared American Guards (CAG), and Acoustic Engineers (AE). Services encompass construction security program management, administrative and surveillance operations, mobilization/demobilization, and ensuring acoustic and technical security, including TEMPEST and Technical Surveillance Countermeasure (TSCM) requirements.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ)
- Period of Performance: A base year (September 1, 2026 - August 31, 2027) plus four option years, extending through August 31, 2031. The overall project timeline is estimated at 5 years.
- Set-Aside: UNRESTRICTED
- NAICS Code: 561612 (Security Guards and Patrol Services), Size Standard: $29,000,000.00
- Questions Due: March 16, 2026, at 0900 JST (UTC+9)
- Offers Due: April 1, 2026, at 1000 JST (UTC+9)
Required Qualifications
Offerors must possess a Top Secret (TS) Facility Clearance. Personnel assigned to the contract will require U.S. Top Secret or U.S. Secret clearances, depending on their role. The Government will not sponsor new investigations or facility clearances.
Evaluation Criteria
Award will be based on a Best Value approach, considering Technical Capability, Past Performance, and Price. Technical Capability and Past Performance are of equal importance to Price. The award will be made to the lowest fair and reasonable price among technically acceptable offers.
Amendment Details
Amendment 1 (FA520526R00040001) updated the Performance Work Statement (PWS) (dated March 11, 2026) to clarify work hours for SSM, CST, and CAGs, define deliverables for mission-essential work, and add a mission-essential provision and clause. Offerors must submit a "Mission Essential Contractor Services Plan" as part of their proposal. All other terms and conditions remain unchanged.
Additional Notes
Interested vendors must be registered in the System for Award Management (SAM) by the proposal due date. Pricing proposals must utilize the provided Personnel and Equipment Price List templates.