Skip to content
Department of Defense

FY27 AFHC Renovate Tower B743 CZ Camp Zama, Kanagawa Japan

Solicitation: W912HV26Z0011
Notice ID: 8705e62f982c4e1ba101d7ed0dc7fde7
TypeSources SoughtNAICS 236118PSCY1FADepartmentDepartment of DefenseAgencyDept Of The ArmyPostedMar 10, 2026, 12:00 AM UTCDueApr 03, 2026, 05:00 AM UTCCloses in 20 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: Camp Zama, Kanagawa • Japan. Response deadline: Apr 03, 2026. Industry: NAICS 236118 • PSC Y1FA.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W912HV26Z0011. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$749,153,672
Sector total $749,153,672 • Share 100.0%
Live
Median
$191,909
P10–P90
$26,352$2,547,835
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($749,153,672)
Deal sizing
$191,909 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
Camp Zama, Kanagawa • Japan
Contracting office
Apo, AP • 96338-5010 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Charles Qi
Email
charles.l.qi.civ@usace.army.mil
Phone
0464074823
Name
Nakiba Jackson, DM
Email
Nakiba.S.Jackson@usace.army.mil
Phone
0464073398

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION PACIFIC OCEAN • ENDIST JAPAN • W2SN ENDIST JAPAN
Contracting Office Address
Apo, AP
96338-5010 USA

More in NAICS 236118

Description

SOURCES SOUGHT MARKET SURVEY

W912HV-26-Z-0011

FY27 AFHC Renovate Tower B743 CZ

Camp Zama, Kanagawa Japan

INTRODUCTION

The U.S. Army Corps of Engineers, Japan District (POJ), is performing market research for an upcoming Design-Bid-Build (DBB) requirement entitled, " FY27 AFHC Renovate Tower B743 CZ

Camp Zama, Kanagawa Japan" 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

CYBERSECURITY MATURITY MODEL CERTIFICATION (CMMC) NOTICE
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. 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.

USACE POJ anticipates that all solicitations 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.

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.

  1. 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. 

  1. 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.

  1. 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 AFHC Renovate Tower B743 CZ

Project(s) Location: Camp Zama, Kanagawa, Japan

Product Service Code (PSC):  Y1FA – Construction of Family Housing Facilities

NAICS Code236118 – Residential Remodelers

Project Magnitude

Between ¥10,000,000,000 and ¥25,000,000,000 Japanese Yen (DFARS 236.204)

PROJECT DESCRIPTION:  

Repair family housing high-rise Building 743 (B743). B743 is a nine-story, 141,598 SF, multi-unit family housing tower, comprised of 68 three-bedroom, two-bath apartment units with public areas and a community room on the ground floor. The facility was constructed in 1992. The project includes the removal and replacement of the existing failed/failing building systems to include roof, roof drains and downspouts, windows, exterior doors, railings at stairs and balconies, bird control netting on balconies, louvers, grills, ventilation wall caps, interior walls, interior doors, elevators and elevator control systems, interior finish, finish floors, cabinets and countertops, ceilings, plumbing, HVAC, HVAC controls, electrical infrastructure including conduits and conductors, distribution gear, transformers, panels, and standby generator with diesel fuel tank, fire detection, alarm, and protection system; fire pump with standby power and fuel storage tank; interior, exterior, and emergency lighting and lighting controls; building access security and video monitoring; building communications infrastructure to include telephone, internet connectivity and cable; and Energy Management and Control System (EMCS).

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: 910 calendar days

PROPOSED PROCUREMENT METHOD:

The Government is considering a procurement approach that combines PREQUALIFICATION OF SOURCES (as outlined in DFARS 236.272) with SEALED BIDDING. See attached Market Survey Questions for more details. 

The Government anticipates soliciting in December 2026 as a FY27 Award.  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. The Government anticipates the issuance of an Invitation for Bids (IFB) solicitation.

Submission Requirements for responses to this Market Survey: 

Interested sources are requested to answer the questions in the attached W912HV-26-Z-0011 Market Survey and email the completed form to the following individuals no later than 2:00 P.M. on Friday, April 3, 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

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.