Repair Unaccompanied Personnel Housing (UPH) Building 760 and Repair UPH Building 581, Camp Zama, Japan
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: Japan. Response deadline: Feb 24, 2026. Industry: NAICS 236118 • PSC Z2FC.
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 236118
Description
Introduction:
The U.S. Army Corps of Engineers, Japan District (POJ), is performing market research for upcoming Design-Bid-Build (DBB) requirements entitled, “Repair Unaccompanied Personnel Housing (UPH) Building 760” and "Repair Unaccompanied Personnel Housing (UPH) Building 581, Camp Zama, Japan." and 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 these projects 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 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
CYBERSECURITY MATURITY MODEL CERTIFICATION (CMMC) 2.0 NOTICE
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 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.
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. SAM.gov and https://dodcio.defense.gov/CMMC/ for more information on how to get certified.
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.
- 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.
PROJECTS INFORMATION:
Project 1
Project Title: Repair Unaccompanied Personnel Housing (UPH) Building 760
Project Location: Camp Zama, Japan
Project FSC: Z2FC Repair or Alteration of Troop Housing Facilities
Project NAICS: 236118 Residential Remodelers
Project Magnitude: Between ¥1,000,000,000 and ¥2,500,000,000 (Japanese YEN)
Project Description:
Design-Bid-Build. Provide full renovation of unaccompanied personnel housing for building 760. Repairs include exterior walls, interior finishes, windows, doors, latrine, kitchenette, living, laundry room, interior electrical, plumbing, fire protection, HVAC, communications systems, and other building components as needed.
Anticipated Period of Performance: 458 Calendar Days
Procurement Method: The Government intends to issue an Invitation for Bid (IFB) Solicitation. The Government anticipates that a solicitation will be issued approximately in March 2026.
Project 2
Project Title: Repair Unaccompanied Personnel Housing (UPH) Building 581
Project Location: Camp Zama, Japan
Project FSC: Z2FC Repair or Alteration of Troop Housing Facilities
Project NAICS: 236118 Residential Remodelers
Project Magnitude: Between ¥1,000,000,000 and 2,500,000,000 (Japanese YEN)
Project Description:
Design-Bid-Build. Provide full renovation of unaccompanied personnel housing for building 581. Repairs include exterior walls, interior finishes, windows, doors, latrine, kitchenette, living, laundry room, interior electrical, plumbing, fire protection, HVAC, communications systems, and other building components as needed.
Anticipated Period of Performance: 732 Calendar Days
Procurement Method: The Government intends to issue an IFB Solicitation. The Government anticipates that a solicitation will be issued in Fiscal Year 2027.
This survey does not constitute a commitment by the Government for any follow-on announcements, solicitation(s), or award(s).
Any solicitation(s) 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. Offerors 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 24 February 2026 Japan Standard Time. Please submit your responses via e-mail to Mr. Ryan Marzetta, Contracting Officer at ryan.j.marzetta@usace.army.mil and Mr. Jiro Miyairi, Contract Specialist at jiro.miyairi@usace.army.mil
- Name of your company, address, phone number, email, SAM UEI, CAGE Code, and English Speaking Point of Contact (POC) name.
- Does your company have CMMC certification? If yes, what level and when does it expire.
- Identify your current construction bonding levels:
a. Single Contract Amount
b. Aggregate Maximum Contract Amount
c. Name of Sureties
- Identify which project(s) your firm is interested in and describe your firm's interest, capability and experience relative to the work described in the interested Project Description.
- Please provide at least one (1) project, but no more than three (3) projects, that is comparable to this project your company has completed (for government or commercial customers) in the past six (6) years.
a. Project Title and Location
b. Customer/Agency
c. Project Value and Brief Description
d. Date Completed or Percent Complete
e. Your role (Prime, Subcontractor, Designer of Record, Joint Venture, etc)
- Do you have any concerns with the anticipated period of performance for the project(s)? If so, please provide details on the reasons for concern and specify for which project(s).
- Do you have any other concerns related to the Draft technical specifications and drawings?
- Are there any other comments or suggestions that may increase your interest?
Additional Info:
U.S. Army Corps of Engineers, Japan District, Camp Zama, Japan
Contracting Office Address:
USACE District, Japan
Attn: CEPOJ-CTN
Unit 45010
APO, AP 96343-5010
Points of Contact:
Jiro Miyairi
046-407-8837
jiro.miyairi@usace.army.mil
Ryan Marzetta
046-407-8725
ryan.j.marzetta@usace.army.mil
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.