Operation and Maintenance (O&M) of Defense Information Systems Network (DISN) Power Plants and Station Battery Systems
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 Defense Information Systems Network (DISN) Power Plants and Station Battery Systems across multiple locations in Japan. This unrestricted Firm Fixed-Price contract requires comprehensive services for electric generating plants, uninterruptible power supply (UPS), station battery systems, and associated HVAC units. Proposals are due February 26, 2026, at 08:00 AM JST.
Scope of Work
The contractor will provide all personnel, equipment, tools, vehicles, materials, and supervision for the operation, maintenance, and repair of DISN power infrastructure. Key locations include Owada Communications Station, U.S. Fleet Activities Sasebo, Tokorozawa Transmitter Site, Camp Zama, and Yokota AB 714 and Metropolitan Area Network (MAN) Shelters. Services include:
- Operation, maintenance, and repair of electric generating plants, UPS, station battery systems, and HVAC units.
- Ensuring efficient power production and availability.
- Performing preventive maintenance weekly, bimonthly, or monthly depending on the site.
- Managing hazardous materials and waste disposal.
- Maintaining a minimum of three days' fuel supply for continuous generator operation (except MAN shelters).
- Developing and maintaining a Preventive Maintenance Inspection (PMI) program.
Contract Details
- Type: Firm Fixed Price
- Period of Performance: A base period from April 1, 2026, to March 31, 2027, with four subsequent option periods, extending the potential contract duration through March 31, 2031.
- Set-Aside: Unrestricted
- Place of Performance: Various U.S. military installations across Japan.
Submission & Evaluation
This is a competitive best value source selection.
- Offer Due Date: February 26, 2026, 08:00 AM Japan Standard Time (JST).
- Mandatory Site Visit: February 12, 2026, 09:00 hrs. An access request form must be submitted by January 28, 2026, 09:00 hrs.
- Questions Due: February 16, 2026, 02:00 PM JST.
- Evaluation Factors: Price and Past Performance.
- Geographical Qualification: Offerors must possess a CAGE/NCAGE code starting with 'J'.
- Submission Requirements:
- Complete SF 1449, including proposed unit prices in Japanese Yen (whole numbers only).
- Submit a Past/Present Performance Reference List (Attachment 2) and Past Performance information (Attachment 3).
- Acknowledge all solicitation amendments.
- Provide DUNS Number and ensure SAM registration.
- Account for a 30-day mobilization/phase-in period if not the incumbent.
- Electronic submission via email.
Special Requirements
- Project Manager must demonstrate strong English communication skills.
- Employees must be U.S. or Japanese citizens; no other country nationals are permitted.
- Payment requests will be processed electronically via Wide Area Workflow (WAWF).