- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Indefinite Delivery Contracts for Architect-Engineer Services to Support Host Nation projects, various locations, Japan
Special Notice from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: Zama-shi, Kanagawa • 252-8511 Japan. Response deadline: Apr 29, 2026. Industry: NAICS 541330 • PSC C211.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
More in NAICS 541330
Description
This contract is being procured in accordance with the Brooks Architect-Engineer (A-E) Act and Federal Acquisition Regulations (FAR) Part 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. A-E services are required for multiple Indefinite Delivery Contracts (IDCs) to support the Host Nation (HN) construction program and Japan District (POJ) Internal Requirements from non-Military Construction (MILCON) appropriations in Japan. The acquisition will have a total aggregate capacity of $49 Million (M) shared amongst all awardees. A target of ten (10) to fifteen (15) IDCs will be awarded. Contracts will be awarded to the most highly qualified firms. The period of performance will be five (5) years from the contract award date. Services will be implemented through negotiated firm-fixed price task orders (TOs) having a magnitude ranging from $2,500 to $500,000. TO selections will be determined based on a firm’s qualifications for each specific project as demonstrated by their most recently updated Standard Form 330 or supplements thereto. The Government reserves the right to obtain updates to an A-E firm’s qualifications prior to issuance of each Request for Proposal (RFP) for a TO. Depending on the competition for this Notice of Procurement the Government may award fewer than the target number of IDCs. The Government is not obligated to award the maximum number of IDCs identified in this solicitation.
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.