Okinawa Total Maintenance Contract - Amendment 0003

SOL #: HE125426RE003Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of Defense Education Activity (Dodea)
DOD EDUCATION ACTIVITY
ALEXANDRIA, VA, 22350-1400, United States

Place of Performance

OKINAWA, JP-47, Japan

NAICS

Facilities Support Services (561210)

PSC

Maintenance Of Schools (Z1CA)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 1, 2026
2
Last Updated
May 12, 2026
3
Submission Deadline
May 15, 2026, 4:00 PM

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 Defense Education Activity (DoDEA) is seeking proposals for an Okinawa Total Maintenance Contract (TMC) to provide comprehensive operations, maintenance, repair, and facility management support services for DoDEA facilities in the Pacific South District, Okinawa, Japan. This is a Combined Synopsis/Solicitation for an Unrestricted acquisition. The contract will be a Firm Fixed Price (FFP) / Time and Materials (T&M) Indefinite Delivery/Indefinite Quantity (IDIQ). Proposals are due May 15, 2026, at 4:00 PM JST.

Scope of Work

The contractor shall provide all personnel, labor, equipment, tools, materials, supervision, and services for integrated facility operations and maintenance (O&M). Key services include:

  • Facility Maintenance: Routine and non-routine maintenance for civil, structural, mechanical, electrical, plumbing, sanitary, controls, and fuels systems. Minor repairs up to $5,000 in material costs are covered by FFP; larger repairs require COR approval. The contractor is responsible for Real Property Installed Equipment (RPIE) unless maintained under separate government contracts.
  • Grounds Maintenance: Comprehensive services for grounds, sports fields (natural grass and artificial turf), and playgrounds, including mowing, fertilization, weed control, and debris removal.
  • HVAC Maintenance: Full program for heating, ventilation, and air conditioning systems, including routine maintenance, repairs, and refrigerant management. HVAC duct cleaning is considered routine.
  • Non-Routine Work Requests: Handling of repairs exceeding $5,000 in material costs, requiring contractor quotes and COR/KO authorization. "New Work" is a subcategory of non-routine work.
  • Work Order Management: Utilization of the Asset Essentials Work Order System (WOS).
  • Compliance: Adherence to NFPA, EM 385-1-1, OSHA, and environmental regulations. Host-nation business registrations and trade licenses are required; SOFA status will not be sponsored.

Contract Details

  • Contract Type: FFP/T&M IDIQ
  • NAICS: 561210 (Facilities Support Services)
  • Minimum Guarantee: $50,000 (base year)
  • Maximum Cumulative Amount: $16,500,000 (aggregate for specific CLINs over the entire ordering period)
  • Period of Performance: Base year (01 Aug 2026 - 31 Jul 2027) with multiple option periods extending through 31 Jul 2031, plus an option to extend services for up to 6 months.
  • Place of Performance: DoDEA facilities in the Pacific South District, Okinawa, Japan.

Amendments & Key Updates

This opportunity has been amended multiple times. Amendment 0003, posted May 11, 2026, incorporated responses to additional offeror questions (Q&A Part 4), updated the Performance Work Statement (PWS) with RPIE and Material Costs definitions, revised Attachments 19 and 27, and modified instructions for offerors regarding evaluation factors for Prior Experience. Crucially, it extended the proposal due date to May 15, 2026. Previous amendments clarified site visit instructions and incorporated earlier Q&A responses.

Evaluation Factors

Award will be based on a tradeoff process considering three factors: Factor I (Prior Experience), Factor II (Past Performance), and Factor III (Price). Factors I and II are equal in importance and collectively more important than Factor III. The Government may award to an offeror other than the lowest priced if advantages in Factors I or II justify a price premium.

Submission Requirements

Proposals must be submitted electronically via email to the Contract Specialist. Offerors must adhere to updated instructions for submitting Volume II (Past Performance Proposal), which requires detailed information on up to three recent and relevant contract references (within three years of the closing date), including for subcontractors. Labor rates must be proposed in Japanese Yen (JPY) and are fixed for each contract period, subject only to annual escalation percentages.

Contact Information

Primary Point of Contact: Emani Gray (emani.gray@dodea.edu). Secondary Point of Contact: Duke Santos (duke.santos@dodea.edu).

People

Points of Contact

Emani GrayPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6
Combined Synopsis/Solicitation
Posted: May 12, 2026
View
Version 5Viewing
Combined Synopsis/Solicitation
Posted: May 11, 2026
Version 4
Combined Synopsis/Solicitation
Posted: Apr 29, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Apr 7, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Apr 7, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Apr 1, 2026
View