Roads/Pavements & Misc. Civil Work Indefinite- Delivery/Indefinite-Quantity (IDIQ) Contract, Misawa Air Base, 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, specifically the 35th Contracting Squadron (FA5205 35 CONS PK), has issued a Solicitation (RFP No. FA520526R0001) for a Roads/Pavements & Misc. Civil Work Indefinite-Delivery/Indefinite-Quantity (IDIQ) Contract at Misawa Air Base, Japan. This unrestricted opportunity seeks a single award contractor for repair, maintenance, and construction of pavement structures and related civil works. Proposals are due by 11:00 AM local time on March 12, 2026.
Scope of Work
The contract encompasses repair, maintenance, and construction of pavement structures such as roads and parking lots. Related civil work includes curb/gutter, drainage pipes, manholes, earthwork, sidewalks, markings, traffic signs, restoration, and demolition of structures/obstacles. The place of performance is Misawa Air Base (MAB), Japan, and locations within a 40 km radius, including Hachinohe Fuel Terminal, but excluding the MAB Airfield and Draughon Range.
Contract Details
This is a Firm-Fixed-Price (FFP) IDIQ Single Award contract. The period of performance includes one base year and two one-year option periods, with a potential six-month extension. The guaranteed minimum amount is ¥300,000 (approximately $2.0K), with an un-guaranteed maximum of ¥1,500,000,000 (approximately $9.9M) for the entire contract life. The maximum order amount for individual task orders is ¥200,000,000 (approximately $1.3M). All task orders will be issued in Japanese Yen. This acquisition is unrestricted, meaning there is no small business set-aside.
Submission & Evaluation
Proposals require submission of Part I (Summary & Miscellaneous Data), Part II (Price Proposal), and Part III (Past Performance Proposal). Offerors must include an organization chart with key personnel (Project Manager, Quality Control Manager, Job Site Foreman), subcontractors, and interpreters. A general construction contractor license (special construction license) is required. Evaluation will be based on a Subjective Tradeoff (STO) best value source selection, with Price and Past Performance Information (PPI) weighted approximately equal. PPI must be recent (within 3 years) and relevant.
Key Clarifications & Requirements
Recent Q&A sessions clarified that construction experience from projects within Japan (not limited to U.S. military projects) is acceptable. The CQC manager can be assigned at the contract level, but a job site foreman is required per task order. Temporary offices on base are possible with approval. Entry passes for subcontractors and material delivery vehicles will be issued as needed. The contract requires compliance with Japanese laws and regulations, adherence to the Status of Forces Agreement (SOFA), and specific insurance coverage. Performance and payment bonds are required for task orders exceeding ¥150,000. Offerors must be authorized to operate and do business in Japan and are expected to maintain an office near Misawa AB.
Deadlines & Contacts
Proposals are due by 11:00 AM local time on March 12, 2026. Primary points of contact are Mayumi Ozawa (mayumi.ozawa.jp@us.af.mil, 0176-77-3496) and Kazuaki Kawahara (kazuaki.kawahara.jp@us.af.mil, 0176-77-3496).