Closed Solicitation · DEPT OF DEFENSE

    FY27 Improve Family Housing Yokota AB PAIP 10 Phase 1 (32 UN)

    Sol. W912HV26Z0008Sources SoughtAPO, AP
    Closed
    STATUS
    Closed
    closed Feb 24, 2026
    POSTED
    Jan 29, 2026
    Publication date
    NAICS CODE
    236118
    Primary industry classification
    PSC CODE
    Y1FA
    Product & service classification

    AI Summary

    The U.S. Army Corps of Engineers is seeking local sources for a construction project to improve family housing at Yokota Air Base, Japan. The project involves modernization and renovation of 32 housing units, including upgrades to electrical, plumbing, and HVAC systems. Interested firms must be licensed to operate in Japan and comply with local regulations.

    Contract details

    Solicitation No.
    W912HV26Z0008
    Notice Type
    Sources Sought
    Posted Date
    January 29, 2026
    Response Deadline
    February 24, 2026
    NAICS Code
    236118AI guide
    PSC / Class Code
    Y1FA
    Contract Code
    2100
    Issuing Office
    W2SN ENDIST JAPAN
    Primary Contact
    Charles Qi
    City
    APO
    ZIP Code
    96338-5010
    AI Product/Service
    service

    Description

    29 January 2026 Update: Please include this additioanl question in your response of Market Survey Questions below: Currently the existing residences are feed by a 208/120V service. However, the installation is considered changing these residences to a 240/120V service (as shown in the current design documents). Please comment on any constructability, equipment procurement, lead-time, or cost concerns you have with providing a 240/120V service, as opposed to 208/120V service. ____________________ SOURCES SOUGHT MARKET SURVEY W912HV-26-Z-0008 FY27 Improve Family Housing Yokota AB PAIP 10 Phase 1 (32 UN) Yokota Air Base, Tokyo, Japan INTRODUCTION: The U.S. Army Corps of Engineers, Japan District (POJ), is performing market research for a Design-Bid-Build (DBB) construction project. 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 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 USACE-POJ to facilitate decision-making and will not be disclosed outside the agency. However, respondents submitting business information pursuant to this Sources Sought/RFI 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. BIDDER 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 bidder 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, bidders must possess a Japanese civil construction (doboku isshiki koji) license or Japanese architectural construction (kenchiku isshiki koji) license by the bid due date and time. The U.S. Government will verify that the bidder 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 bidder 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 bid due date and time.? Failure to comply with this requirement will be cause for rejection of your bid. 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. ------------------------------------------------------------------------------------------------------------------------------ PROJECT INFORMATION Project Title: FY27 Improve Family Housing Yokota AB PAIP 10 Phase 1 (32 UN) Yokota Air Base, Tokyo, Japan Project(s) Location: Yokota Air Base, Tokyo, Japan Product Service Code (PSC): Y1FA – Construction of Family Housing Facilities NAICS Code: 236118 – Residential Remodelers Project Magnitude: Between ¥2,500,000,000 and ¥10,000,000,000 (DFARS 236.204) Project(s) Description: Provide whole house interior and exterior modernization, renovation and repair of 32 family housing units at Yokota Air Base. 12 units are type 2GAN, 2-bedroom company grade officer units within 3 buildings, and 20 are type 2GA, 2-bedroom junior non-commissioned officer units within 5 multi- plex residential buildings. The work includes, but is not limited to, providing all labor, materials, transportation, and performing all work necessary for the improvement of the family housing units to meet current codes and standards. Modernize finishes in each unit’s rooms including, but not limited to, the kitchen, bathroom, living room, dining, laundry, bedrooms, family rooms and storage rooms. Replace windows with American Society for Testing and Materials (ASTM) F2090 window fall protection and doors, with energy efficient products. Provides insulation in perimeter walls and roofs, and noise attenuation on interior walls and ceilings. Provide lifecycle replacement of interior and exterior electrical, water, sewer, and communications systems that are sized and configured for anticipated loads. Provide each unit with hard wired smoke alarms and fire sprinklers to meet Unified Facilities Criteria 3-600-01 Fire Protection and International Residential Code. Convert mechanical systems from district heat/cool to unit-level HVAC and hot water heaters to provide efficient and effective heating, cooling, and humidity control. Demolish the two supporting mechanical buildings and all utility lines all the way to main line (see attached facility list). Inspect and repair exterior and interior wall/ceiling cracks. Remove and dispose of equipment from neighborhood mechanical building. Repaint exterior walls and trash enclosures. Investigate radon system during design to ensure functionality and compliance with current code/regulations. Improvements to 2GA units include a building addition to provide a family room and secondary dining space consistent with the functional space standards listed in the Air Force Family Housing Design Guide. The exterior modernization includes expansion of the outdoor first floor patio and second floor balcony with awning cover, addition of exterior storage, and new fencing for back yards. Improvements to 2GAN units includes a building addition to provide kitchen, secondary dining, living room, storage, and laundry space consistent with the functional space standards listed in the Air Force Family Housing Design Guide. The exterior modernization includes expansion of the outdoor patio, addition of exterior storage, and new fencing for backyards. Environmental work includes remediation testing, demolition, disposal, and abatement required for asbestos, lead and other present hazardous materials. Replace electrical, water, and sewer service connections to the main distribution lines, including replacing water meters and valves. Upgrade transformer and replace secondary feeders to the unit as necessary. Site improvements include adding parking spaces in neighborhood lots, sidewalk repairs, resurfacing of parking lot pavement, landscaping, and all necessary supporting work to provide a complete and usable facility. Repair sidewalks and accessible ramps as required by Unified Facilities Criteria 3-201-01. The overall facility improvement shall be permanent construction and designed to meet current Air Force Family Housing Standards and be in accordance with the Department of Defense Unified Facilities Criteria 1-200-01, Unified Facilities Criteria 4-711-01 Family Housing, Unified Facilities Criteria 3- 600-01 Fire Protection Engineering for Facilities, and other latest applicable Department of Defense Unified Facilities Criteria. The project should comply with Department of Defense anti-terrorism/force protection requirements per Unified Facility Criteria 4-010-01. Air Conditioning: 50 Tons NOTE: The DRAFT Specifications, Drawings and/or Plans included in this Notice are provided for informational purposes only. Interested firms are cautioned that all attachments to this notice are provided in draft format and subject to change. Estimated Period of Performance: 730 calendar days Proposed Procurement Method: The Government anticipates the issuance of an Invitation for Bids (IFB) solicitation. 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. Submission Requirements for responses to this Market Survey: Interested sources are requested to answer the questions in the attached W912HV-26-Z-0008_Market Survey and email the completed form to the following individuals no later than 2:00 P.M. on Tuesday, February 24, 2026 Japan Standard Time. We appreciate your honest feedback in helping to develop an effective acquisition strategy that is advantageous for all interested parties. Contracting Officer – Dr. Nakiba S. Jackson at nakiba.s.jackson@usace.army.mil Contract Specialist – Charles L. Qi at charles.l.qi@usace.army.mil ADDITIONAL INFORMATION Attachments: W912HV-26-Z-0008_Market Survey Questions PAIP 10 Phase 1 DRAFT DRAWINGS PAIP 10 Phase 1 DRAFT SPECS

    Key dates

    1. January 29, 2026Posted Date
    2. February 24, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    FY27 Improve Family Housing Yokota AB PAIP 10 Phase 1 (32 UN) is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.