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 is soliciting proposals for Misawa Information Monitoring and Protection Services (IMPS) at Misawa Air Base, Japan. This unrestricted solicitation, FA520526R0004, seeks a contractor to provide comprehensive security surveillance for the design, build, and accreditation of Sensitive Compartmented Information Facilities (SCIFs) and other secure areas. An amendment (FA520526R00040001) has updated the Performance Work Statement (PWS) and added mission-essential provisions. Proposals are due April 1, 2026, at 10:00 AM JST.
Scope of Work
The contractor will provide all personnel, equipment, supplies, and supervision for IMPS, ensuring compliance with Intelligence Community Directive (ICD) 705 and DoD policies. Services include physical, personnel, technical, administrative, and procedural security measures for construction projects. Key personnel roles include Site Security Managers (SSMs), Construction Surveillance Technicians (CSTs), Cleared American Guards (CAGs), and Acoustic Engineers (AEs). The scope covers construction security program management, administrative and surveillance operations, mobilization/demobilization, and ensuring acoustic and technical security (TEMPEST, TSCM) align with SCIF standards.
Contract & Timeline
- Type: Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ)
- Duration: Base Year (September 1, 2026 - August 31, 2027) plus four Option Years, extending through August 31, 2031. An additional FAR 52.217-8 Option to Extend Services is also included.
- Set-Aside: Unrestricted
- NAICS: 561612 (Physical Security And Badging)
- Solicitation Issue Date: March 2, 2026
- Questions Due: March 16, 2026, at 09:00 AM JST
- Offers Due: April 1, 2026, at 10:00 AM JST
Key Requirements
Offerors must possess a Top Secret Facility Clearance. Personnel require specific clearances (Top Secret for SSM/CST, Secret for CAGs); the Government will not sponsor new investigations. Contractors are responsible for providing all equipment, including X-ray machines and metal detectors, and housing for personnel. Proposals must include a "Mission Essential Contractor Services Plan."
Evaluation
Proposals will be evaluated on a Best Value basis, considering Technical Capability, Past Performance, and Price, with Technical Capability and Past Performance being of equal importance to Price. Technically acceptable offers will be ranked by price, with the award going to the lowest fair and reasonable price providing the best value.
Additional Notes
This is a new requirement with no incumbent contractor. The PWS has been updated to clarify work hours and mission-essential deliverables.