Closed Solicitation · DEPT OF DEFENSE

    USACE JAPAN SRM HONSHU PILOT MULTIPLE AWARD TASK ORDER CONTRACT (MATOC)

    Sol. W912HV26Z0005Sources SoughtAPO, AP
    Closed
    STATUS
    Closed
    closed Nov 19, 2025
    POSTED
    Oct 22, 2025
    Publication date
    NAICS CODE
    236220
    Primary industry classification
    PSC CODE
    Z1JZ
    Product & service classification

    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.

    Contract details

    Solicitation No.
    W912HV26Z0005
    Notice Type
    Sources Sought
    Posted Date
    October 22, 2025
    Response Deadline
    November 19, 2025
    NAICS Code
    236220AI guide
    PSC / Class Code
    Z1JZ
    Issuing Office
    W2SN ENDIST JAPAN
    Primary Contact
    Charles Qi
    City
    APO
    ZIP Code
    96338-5010
    AI Product/Service
    service

    Description

    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):

    • Z1JZ CONSTRUCTION OF MISCELLANEOUS BUILDINGS
    • Z2JZ    REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
    • Z1GA CONSTRUCTION OF AMMUNITION STORAGE BUILDINGS
    • Z2GA  REPAIR OR ALTERATION OF AMMUNITION STORAGE BUILDINGS
    • Z1FC CONSTRUCTION OF TROOP HOUSING FACILITIES
    • Z2FC   REPAIR OR ALTERATION OF TROOP HOUSING FACILITIES
    • Z1FA CONSTRUCTION OF FAMILY HOUSING FACILITIES
    • Z2FA   REPAIR OR ALTERATION OF FAMILY HOUSING FACILITIES
    • Z1EZ CONSTRUCTION OF OTHER INDUSTRIAL BUILDINGS
    • Z2EZ   REPAIR OR ALTERATION OF OTHER INDUSTRIAL BUILDINGS
    • Z1EA CONSTRUCTION OF AMMUNITION FACILITIES
    • Z2EA   REPAIR OR ALTERATION OF AMMUNITION FACILITIES
    • Z1DB CONSTRUCTION OF LABORATORIES AND CLINICS
    • Z2DB   REPAIR OR ALTERATION OF LABORATORIES AND CLINICS
    • Z1CA CONSTRUCTION OF SCHOOLS
    • Z2CA   REPAIR OR ALTERATION OF SCHOOLS
    • Z1AA CONSTRUCTION OF OFFICE BUILDINGS
    • Z2AA  REPAIR OR ALTERATION OF OFFICE BUILDINGS
    • Z1EB CONSTRUCTION OF MAINTENANCE BUILDINGS
    • Z2EB   REPAIR OR ALTERATION OF MAINTENANCE BUILDINGS
    • Z1GC CONSTRUCTION OF FUEL STORAGE BUILDINGS
    • Z2GC   REPAIR OR ALTERATION OF FUEL STORAGE BUILDINGS

    NAICS Codes: The following NAICS codes are potential classifications for this requirement and may not be all-inclusive:

    • 236220 - COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION
    • 237110 - WATER AND SEWER LINE AND RELATED STRUCTURES CONSTRUCTION
    • 237130 - POWER AND COMMUNICATION LINE AND RELATED STRUCTURES CONSTRUCTION
    • 237310 - HIGHWAY, STREET, AND BRIDGE CONSTRUCTION
    • 236210 - INDUSTRIAL BUILDING CONSTRUCTION
    • 236116 - NEW MULTIFAMILY HOUSING CONSTRUCTION
    • 238910 - SITE PREPARATION CONTRACTORS
    • 238210 - ELECTRICAL CONTRACTORS AND OTHER WIRING INSTALLATION CONTRACTORS
    • 238220 - PLUMBING, HEATING, AND AIR-CONDITIONING CONTRACTORS
    • 561210 - FACILITIES SUPPORT SERVICES
    • 236118 RESIDENTIAL REMODELERS

    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:

    • Technical evaluation of offerors without price evaluation at the base MATOC level
    • Price competition at the task order level
    • Award to all acceptable competing offerors meeting qualification criteria
    • No seed project requirement for base contract award
    • Task order awards based on best value determinations appropriate to each requirement

     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

    Key dates

    1. October 22, 2025Posted Date
    2. November 19, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    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

    Stop searching. Start winning.

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