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, is soliciting proposals for Information Monitoring and Protection Services (IMPS) at Misawa Air Base, Japan. This unrestricted opportunity is for a Firm Fixed-Price IDIQ contract to provide construction security surveillance for secure facilities (SCIFs, SWAs, SAPFs). Proposals are due Tuesday, May 5, 2026, at 0900 JST.
Purpose & Scope
The contractor will provide all personnel, equipment, and supervision to support the design, build, and accreditation of Sensitive Compartmented Information Facilities (SCIFs), Secure Work Areas (SWAs), and Special Access Program Facilities (SAPFs). Services must comply with Intelligence Community Directive (ICD) 705 and Department of Defense (DoD) policies. The scope includes physical, personnel, technical, administrative, and procedural security measures, construction security program management, mobilization, and demobilization. The proposal should focus on monitoring one facility, which is already constructed.
Contract Details
- 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.
- Estimated Value: Between $5,000,000 and $10,000,000.
- Set-Aside: Unrestricted
- Place of Performance: Misawa Air Base, Japan
- NAICS Code: 561612 (Size Standard: $29,000,000.00)
Key Requirements
Offerors must possess a Top Secret (TS) Facility Clearance. Key personnel, including Site Security Managers (SSM), Construction Surveillance Technicians (CST), and Acoustic Engineers (AE), require U.S. TOP SECRET clearances, while Cleared American Guards (CAGs) require SECRET clearances. The U.S. Government will not sponsor new investigations or facility clearance upgrades. The contractor is responsible for providing all inspection and surveillance tools, including weatherproof and climate-controlled Access Control Facilities (ACF) and Secure Storage Areas (SSA). Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) is required prior to award.
Submission & Evaluation
- Proposal Due Date: Tuesday, May 5, 2026, at 0900 JST (Monday, May 4, 2026, at 2000 EST).
- Submission Method: Electronically via email to the listed Points of Contact.
- Required Documents: Proposals must include a Summary and Miscellaneous Data, Technical Proposal, Past Performance Proposal, and Price Proposal (including Attachments 2 and 3). Resumes for at least one SSM and one CST are required.
- Evaluation Criteria: Best value, with Technical Capability and Past Performance being of equal importance to Price. This is not a Lowest Price Technically Acceptable (LPTA) acquisition.
Pre-Proposal Meeting
A virtual pre-proposal meeting will be held on Tuesday, April 21, 2026, at 0700 JST (Monday, April 20, 2026, at 1700 EST). Interested parties must contact the POCs with their name, email, and position to receive the Microsoft Teams link.