Integrated Solid Waste Management Bulk Waste at Marine Corps Installations Pacific (MCI-PAC) Camp Smedley D. Butler, Okinawa Japan
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, NAVFACSYSCOM FAR EAST, has issued a Solicitation for Integrated Solid Waste Management Bulk Waste services at Marine Corps Installations Pacific (MCI-PAC) Camp Smedley D. Butler, Okinawa, Japan. This is an UNRESTRICTED opportunity for a Firm Fixed-Price (FFP) Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract. Proposals are due by April 14, 2026.
Scope of Work
The contract requires all labor, supervision, management, tools, materials, equipment, facilities, transportation, and incidental engineering for the collection and disposal of bulk waste. Services include recurring tasks such as Bulk Waste Area Operations, Solid Waste Disposal (non-recyclable and recyclable), provision of Vehicles and Equipment, Solid Waste Containers, and Container Delivery and Pick-up for various locations including MCB, 78th Signal Battalion, and DODEA. Non-recurring work covers Asbestos Sampling and One-time Disposal of Asbestos Containing Material (ACM). The Performance Work Statement (PWS) has been revised to clarify categories of debris and waste, including E-waste and medical waste, though medical waste disposal has been removed from non-recurring Exhibit Line Item Numbers (ELINs).
Contract & Timeline
- Contract Type: Firm Fixed-Price (FFP), Indefinite-Delivery/Indefinite-Quantity (IDIQ)
- Period of Performance: A twelve (12) month Base Period (August 1, 2026 - July 31, 2027) followed by seven (7) one-year Option Periods (August 1, 2027 - July 31, 2034).
- Pricing: Proposals must be priced in Japanese Yen, utilizing the detailed ELINs (Rev2) provided.
- Proposal Due Date: April 14, 2026, at 01:00:00Z.
- Published Date: March 26, 2026 (latest amendment).
Set-Aside
This acquisition is UNRESTRICTED. The NAICS code is 562111 with a size standard of $20.5 Million.
Evaluation Factors
Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology. Evaluation factors include Price Proposal and Non-Price (Technical) Proposal, specifically:
- Factor 1: Management Plan
- Factor 2: Corporate Experience (Revised)
- Factor 3: Safety
- Factor 4: Past Performance An "ACCEPTABLE" rating is required for all non-price factors. Corporate Experience requirements have been updated, allowing offerors to combine up to eight projects, with a minimum of one project required for an acceptable rating. Relevant projects are defined by scope, complexity, magnitude (JPY 120,000,000 annual value), and recency (within the past 10 years).
Key Requirements & Submission Impact
Offerors must be registered in the System for Award Management (SAM) with active Representations and Certifications, registered to do business in Japan, and possess all required permits. Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self) is required by November 2025. Foreign entities may need to complete IRS Form W-14. Bidders must use the revised Experience Form (Attachment 4) and Past Performance Questionnaire (PPQ-0). Amendment 0003 provided Government responses to inquiries, revised PWS and ELINs, and extended the proposal due date.