FY26 CFAY HY2602 SOQ Gridley, Halsey, & Edwina Revitalization, Yokosuka, Japan
Sources Sought Market Survey Introduction: The U.S. Army Corps of Engineers, Japan District (POJ), is performing market research for an upcoming Design-Build (DB) requirement entitled, "FY26 CFAY HY26... Sources Sought Market Survey Introduction: The U.S. Army Corps of Engineers, Japan District (POJ), is performing market research for an upcoming Design-Build (DB) requirement entitled, "FY26 CFAY HY2602 SOQ Gridley, Halsey, & Edwina Revitalization, Yokosuka, Japan" This announcement represents a market survey that is intended for planning purposes only. The purpose of this notice is to identify sources capable of performing this project and to receive responses from those firms to assist the Government's acquisition planning. This survey does not constitute a commitment by the Government for any follow-on announcements, solicitation, or award. This notice is NOT a solicitation. The Government will not pay for any information provided as a result of this market survey. This market survey is intended for local sources only. Local sources are those sources physically located and licensed to conduct business in Japan. Firms interested in and capable of performing this work are highly encouraged to submit a response (submission requirements are located within this notice). We are committed to partnering with industry as much as we can throughout this process and therefore encourage all interested companies to respond to this sources sought. Market research and industry feedback is an essential part of the acquisition process. The information requested in this announcement will be used within POJ to facilitate decision-making and will not be disclosed outside the agency. However, respondents submitting business information pursuant to this announcement should consult 41 C.F.R. parts 105-60 and other implementing regulations concerning the release of such information to third parties under the Freedom of Information Act (FOIA). All information submitted by respondents that they consider confidential and not releasable to third parties outside of USACE, and its employees, agents, consultants, and representatives, must be clearly and conspicuously marked. SYSTEM FOR AWARD MANAGEMENT (SAM) All interested companies, including joint ventures, shall be registered in the SAM database in order to be eligible for award of Government contracts. https://www.sam.gov LOCAL SOURCES Firms which have not done business with U.S. Army Corps of Engineers, Japan Engineering District, are requested to visit the following website: https://www.poj.usace.army.mil/Business-With-Us/ for general information. OFFEROR ELIGIBILITY. This contract will be performed in its entirety in the country of Japan and is intended only for local sources. Only local sources will be considered under this solicitation. Local sources are sources (e.g. corporations, partnerships, or Joint Ventures [For a Joint Venture, the Joint Venture as an independent entity must satisfy the local source requirements or, in the alternative, each member of the Joint Venture must individually satisfy the local source requirements]) that are physically located in Japan and authorized (i.e. licensed and registered) to perform construction in Japan. Specifically, a prospective offeror must be duly authorized to operate and conduct construction business in Japan and must fully comply with all applicable laws, decrees, labor standards, and regulations of Japan during the performance of the resulting contracts. In addition, offerors must possess a Japanese civil construction (doboku isshiki koji) license or Japanese architectural construction (kenchiku isshiki koji) license by the proposal due date and time. The U.S. Government will verify that the offeror has the license through the Ministry of Land, Infrastructure, Transport and Tourism (MLIT) website at https://etsuran2.mlit.go.jp/TAKKEN. It is the responsibility of the offeror to ensure that it has the license (Japanese civil construction or Japanese architectural construction), and that it is accurately shown on the MLIT website, by the proposal due date and time. Failure to comply with this requirement will be cause for rejection of your offer. The U.S. Government will not offer “United States Official Contractor” status under Article XIV of the US-Japan Status of Forces Agreement (SOFA) to U.S. contractors normally resident in the United States; nor will the U.S. Government certify employees of such contractors as “Members of the Civilian Component” under Article I(b) of the SOFA. CYBERSECURITY MATURITY MODEL CERTIFICATION (CMMC) 2.0 NOTICE ) CMMC requirements become mandatory 1 Oct 2025. USACE Japan District anticipates that all solicitations and contracts will require Basic (Level 1) certification or higher. If your company is not certified at Basic (Level 1) or higher you will not be eligible to receive a contract award. Please visit https://dodcio.defense.gov/CMMC/ for more information on how to get certified. PROJECT INFORMATION: Project Title: FY26 CFAY HY2602 SOQ Gridley, Halsey, & Edwina Revitalization Project Location: Commander Fleet Activities Yokosuka (CFAY), Yokosuka, Japan Project PSC: Y1FA – Construction of Family Housing Facilities Project NAICS: 236118 – Residential Remodelers Project Magnitude: Between ¥500,000,000 to ¥1,000,000,000 [FAR 36.204/DFARS 236.204]. PROJECT DESCRIPTION: The project will perform a complete revitalization of five Senior Officer Quarter housing units on CFAY: FAC#39 - Edwina #8 and #9; FAC#1376 - Halsey #8-1/2; FAC#1375 - Gridley 1; and FAC#1374 - Gridley 2. Work at each unit includes, but is not limited to, HAZMAT abatement, civil improvements, and the demolition and replacement of the following: the roof; all internal components, except for the frame; and the utility systems: mechanical, plumbing, electrical, telecommunication, and life safety. PROCUREMENT METHOD: The Government anticipates issuing a Request for Proposal (RFP) and utilize FAR 15.101-2 Lowest price technically acceptable (LPTA) source selection process for this project in January 2026. This survey does not constitute a commitment by the Government for any follow-on announcements, solicitation, or award. Any solicitations pursued will be intended for local sources only. Local sources are those sources physically located and authorized to perform construction work in Japan. Draft plans and specifications are being provided for INFORMATIONAL PURPOSES. Companies are cautioned that these drawings and specifications are in DRAFT FORMAT. ========================================================================== REQUESTED INFORMATION: Interested firms are requested to reply with the following information no later than 17 October 2025 at 2:00 PM Japan Standard Time. Please submit your responses via e-mail to Dr. Nakiba Jackson, Contracting Officer at nakiba.s.jackson@usace.army.mil and Mr. Charles Qi, Contract Specialist at charles.l.qi@usace.army.mil About You: Name of your company, address, phone number, email, SAM UEI, CAGE Code, and English-speaking Point of Contact (POC) name. Is your company licensed to do business in Japan? What is your Japanese construction license number? Is your company CMMC certified? If so, at what level? Construction Experiences: Describe your firm's interest, capability and experience relative to the work described in the interested Project Description. You may submit comparable project(s) (for government or commercial customers) completed in the past six (6) years. Project Title and Location Customer/Agency Project Value and Brief Description Date Completed or Percent Complete Your role (Prime, Subcontractor, Designer of Record, Joint Venture, etc) HAZMAT: Describe your experience with HAZMAT abatement in residential buildings. Include specific examples of projects where you've successfully managed asbestos, lead paint, or other hazardous materials. Subcontractor Relationships: Do you have established relationships with qualified Japanese subcontractors for specialized work? Please describe your subcontractor management approach for this project. Bonding levels: Identify your current construction bonding levels: a. Single Contract Amount b. Aggregate Maximum Contract Amount c. Name of Sureties Draft Specs: Do you have any questions/concerns on the DRAFT plans and specifications? Labor and Material Availability: Do you anticipate any challenges with labor or material availability for this project? How would you mitigate these challenges? Schedule Feasibility: The performance period is planned for 600 calendar days. Based on your experience with similar projects, do you believe this timeline is feasible? If not, what timeline would you recommend? Subcontractor/Sub-subcontractor Relationship (Communication): Please describe your subcontractor management approach for this project, including how you address potential language barriers with subcontractors and sub-subcontractors (e.g., translation services, bilingual staff). US Code Compliance: If applicable, describe your experience with construction projects compliant with US Codes. Please provide details of your experience, including the project description and scale. Non-Japanese Standards/Products: If applicable, describe your experience with projects requiring non-Japanese standards or products. Please provide details of the project and its scale. Others: Are there any other comments or suggestions that may increase your interest or participation?
Data sourced from SAM.gov.
View Official Posting »