Misawa Information Monitoring and Protection Services (IMPS)
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 Air Force is soliciting proposals for Misawa Information Monitoring and Protection Services (IMPS) at Misawa Air Base, Japan. This unrestricted opportunity seeks a contractor to provide construction security surveillance services for the design, build, and accreditation of Sensitive Compartmented Information Facilities (SCIFs), Secure Work Areas (SWAs), and Special Access Program Facilities (SAPFs). The contract is a Firm Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) with a potential value between $5,000,000 and $10,000,000. Proposals are due Wednesday, April 8, 2026, at 1000 JST (UTC+9).
Scope of Work
The contractor shall provide all personnel, equipment, supplies, and supervision for IMPS, ensuring compliance with Intelligence Community Directive (ICD) 705 and DoD policies. Services include physical, personnel, technical, administrative, and procedural security for secure construction projects. Key personnel required are Site Security Managers (SSMs), Construction Surveillance Technicians (CSTs), Acoustic Engineers (AEs), and Cleared American Guards (CAGs). The contractor is responsible for providing all inspection and surveillance tools, including Access Control Facilities (ACF) and Secure Storage Areas (SSA), and US-manufactured X-ray equipment. The first task order is anticipated for the 13 Fighter Squadron Operations Building (B3267).
Contract Details
- Contract Type: Firm Fixed-Price (FFP) IDIQ
- Duration: Base Year (September 1, 2026 - August 31, 2027) plus four option years, extending through August 31, 2031, with a FAR 52.217-8 option.
- Estimated Value: $5,000,000 - $10,000,000 (ceiling)
- Set-Aside: Unrestricted
- NAICS Code: 561612 (Size Standard: $29,000,000)
- Place of Performance: Misawa Air Base, Japan
Key Requirements
- Facility Clearance: Offerors must possess a U.S. TOP SECRET (TS) facility clearance. The U.S. Government will not sponsor new investigations or upgrades.
- Personnel Clearances: SSMs, CSTs, and AEs require TS clearance; CAGs require Secret clearance. 100% of the workforce must possess correct clearances.
- CMMC: Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self-assessment) is required prior to award.
- Equipment: Contractor-furnished, including ACF, SSA, X-ray machines, NLJD, etc. Site preparation and utility hookup costs must be included in pricing.
- SOFA Status: USG will process SOFA status via SPOT-ES.
Submission & Evaluation
- Proposal Due: Wednesday, April 8, 2026, at 1000 JST (UTC+9).
- Submission: Electronically via email to the listed POCs.
- Proposal Parts: Summary and Miscellaneous Data, Technical Proposal, Past Performance Proposal, and Price Proposal.
- Evaluation: Best value, with Technical Capability and Past Performance considered of equal importance to Price. Not Lowest Price Technically Acceptable (LPTA).
- Pricing: Based on individual item rates for personnel and equipment. Mobilization costs for 1 SSM, 2 CST, and 3 CAG should be included.
- Contacts: Rebecca Rohrs (rebecca.rohrs@us.af.mil) and Kade Forrester (kade.forrester.1@us.af.mil).
Amendments & Updates
This solicitation has been amended twice. Amendment 2 (March 30, 2026) extended the proposal due date to April 8, 2026, clarified pricing submission, and updated/added several attachments, including the PWS (dated March 25, 2026), Equipment Price List (dated March 27, 2026), DD 254, and Q&A (dated March 29, 2026). Offerors must use the most current versions of all attachments.