Operation and Maintenance of Combined Heat and Power (CHP) Plant at Yokota AB, 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 Air Force is soliciting proposals for the Operation and Maintenance (O&M) of a Combined Heat and Power (CHP) Plant at Yokota Air Base, Japan. This is an unrestricted Indefinite Delivery Indefinite Quantity (IDIQ) contract with a maximum value of $8,983,000.00. Proposals are due April 30, 2026, at 03:00 PM Local Time. Note: Funds are not presently available, and the government reserves the right to cancel this solicitation.
Scope of Work
The contractor will provide all personnel, equipment, tools, materials, supervision, and services necessary for the continuous, safe, and proper O&M of the CHP plant. This includes:
- 24/7 Operation: Ensuring continuous operation of four (4) INNIO Jenbacher JMS 616 cogeneration units, HUG SCR systems, associated pumps, radiators, piping, and the Supervisory Control and Data Acquisition (SCADA) and Micro-Grid Systems.
- Maintenance & Inspection: Performing routine maintenance and inspections according to manufacturer recommendations and applicable standards.
- Level II Work: Executing repairs, replacements, and new installations beyond routine scope, as negotiated via Task Orders.
- Material Procurement: Competitively procuring all necessary materials. Detailed operational assignments, maintenance schedules (including specific tasks at various operating hour intervals), and a list of materials/chemicals with estimated annual consumption are provided in the appendices (PWS Appendix A, B, C, D).
Contract Details
- Type: Indefinite Delivery Indefinite Quantity (IDIQ)
- Period of Performance: Ordering period from June 1, 2026, to May 31, 2028 (24 Months).
- Guaranteed Minimum: USD 1,000.00.
- Maximum: USD 8,983,000.00 (or JPY equivalent).
- Pricing: Firm Fixed Price for O&M, Level II work, and Reimbursable Materials.
- Set-Aside: Unrestricted.
- NAICS Code: 811310, Size Standard: $12,500,000.00.
- Place of Performance: Yokota Air Base, Japan.
Submission & Evaluation
- Proposals Due: April 30, 2026, 03:00 PM Local Time.
- Submission: Proposals must be submitted in three parts: Summary and Miscellaneous Data (SF 1449, Reps/Certs), Price (CLINs 0001, 0002), and Technical (List of employees with experience/NERC certification, and "Yes/No" answers to 12 technical questions).
- Evaluation: Award will be made to the lowest priced offeror determined to be technically acceptable. Price and technical factors are considered approximately equal. Failure to submit the employee list or "No" responses to technical questions may render an offer unacceptable.
Important Notes
- Funds are not presently available, and the government may cancel the solicitation without obligation to reimburse offerors.
- A pre-proposal conference and site visit will be conducted; details are available upon request to the Contract Specialist. Offerors are urged to inspect the site.
- Specific requirements for base access and escorting for U.S. installations apply.
- Electronic Funds Transfer (EFT) payments to Japanese bank accounts will incur a transaction fee (¥735) not reimbursed by the U.S. Government.
- Offerors must have an active registration in the System for Award Management (SAM) prior to award.
- The solicitation includes extensive clauses regarding contractor personnel performing in Japan, including SOFA status, compliance with local laws, and security.