Closed Solicitation · DEPT OF DEFENSE
AI Summary
The U.S. Army Corps of Engineers is conducting market research for a Multiple Award Task Order Contract (MATOC) for construction services in the Honshu Area, Japan. This notice is for planning purposes only and is not a solicitation. Local sources licensed to conduct business in Japan are encouraged to respond.
USACE Japan SRM Honshu Pilot Multiple Award Task Order Contract (MATOC)
Honshu Area, Japan
INTRODUCTION
The U.S. Army Corps of Engineers, Japan District (POJ), is performing market research for a Honshu Area Multiple Award Task Order Contract (MATOC) for construction services. 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 survey. Market research and industry feedback is an essential part of the acquisition process. The information requested in this announcement will be used within USACE-JED 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.
a. 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.
b. 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.
c. 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
Description: DoD published the final CMMC rule on September 10, 2025, ref. 90 Federal Register (FR) 43560, with an effective date of November 10, 2025.
DoD’s CMMC Program mandates that all organizations handling Federal Contract Information (FCI) or Controlled Unclassified Information (CUI) maintain specific cybersecurity maturity levels to protect sensitive data. CMMC provides a consistent methodology to assess compliance with cybersecurity requirements and standards set forth in the 48 CFR 52.204-21; National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, Basic Safeguarding of Covered Contractor Information Systems.
USACE Japan District anticipates that all solicitations and contracts issued on or after November 10, 2025 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.
More information concerning the CMMC Program is available at SAM.gov. See special notice, "Cybersecurity Maturity Model Certification (CMMC) Program Implementation" issued by USACE Headquarters, Directorate of Contracting.
Please visit https://dodcio.defense.gov/CMMC/ for more information on how to get certified.
PROJECT INFORMATION
Project Title(s): USACE Japan SRM Honshu Pilot Multiple Award Task Order Contract (MATOC)
Project(s) Location: Honshu Region, Japan
Product Service Codes (PSC):
NAICS Codes: The following NAICS codes are potential classifications for this requirement and may not be all-inclusive:
Project Magnitude: Total Shared Capacity: Between $25,000,000 and $100,000,000; (between ¥2,500,000,000 and ¥10,000,000,000). (DFARS 236.204)
Task order level: Between $1,000,000 and $5,000,000; (between ¥100,000,000 and ¥500,000,000,000). (FAR 36.204)
Estimated Period of Performance: Estimated ordering period of 5 years
ACQUISITION APPROACH
The Government is exploring the establishment of new Unpriced Multiple Award Task Order Contracts. The acquisition strategy involves unpriced MATOCs without seed projects to streamline the procurement process for both the Government and industry partners. The Government is considering an acquisition approach with the following characteristics:
SUBMISSION REQUIREMENTS
Interested sources are requested to answer the questions in the attached information sheet (You are welcome to respond in Japanese) and email the answers to the following individuals no later than 2:00 P.M. on 19 November 2025 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 Qi at charles.l.qi@usace.army.mil
ADDITIONAL INFORMATION
Contracting Office Address:
U.S. Army Corps of Engineers, Japan District
Contracting Division
Building #250
Camp Zama, Zama-City, Kanagawa Japan
USACE JAPAN SRM HONSHU PILOT MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) 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
AI-powered intelligence for the right opportunities, the right leads, and the right time.