FY27 Improve Family Housing Yokota AB PAIP 10 Phase 1 (32 UN)
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: Yokota Air Base • Japan. Response deadline: Feb 24, 2026. Industry: NAICS 236118 • PSC Y1FA.
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
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
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The U.S. Army Corps of Engineers is seeking local sources capable of performing the FY27 Improve Family Housing project at Yokota Air Base, Tokyo, Japan, with a project magnitude between ¥2,500,000,000 and ¥10,000,000,000. This includes comprehensive modernization and renovation of 32 family housing units, addressing electrical service upgrades, interior and exterior improvements, and compliance with current codes. Responses to this sources sought notice will assist in acquisition planning for this Design-Bid-Build project.
The buyer aims to identify local sources capable of executing a major renovation project that includes significant electrical upgrades from 208/120V to possibly 240/120V service and comprehensive modernization of family housing units at Yokota Air Base.
- Modernization of 32 family housing units
- Electrical service upgrade from 208/120V to 240/120V
- Interior and exterior renovations including kitchens, bathrooms, and living spaces
- Demolition and disposal of existing mechanical buildings and utility lines
- Environmental remediation for hazardous materials
- Site improvements including parking and landscaping
- Evidence of local business registration and licenses
- Capability statement detailing past project experience
- Comments on constructability of electrical service transition
- Relevant safety and compliance protocols
- Technical approach for project execution
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Specific deadline for project completion is not provided
- Details on potential environmental regulations specific to the project
- No information on available budget breakdown for individual phases of work
- Lack of details on project kick-off dates and timeline expectations
- No insight into current market conditions for construction materials in Japan
- Unclear if any pre-construction meetings are anticipated
- Limited information on stake holder expectations post-project completion
- No specifications on expected subcontractor roles and responsibilities
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.