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 Information Monitoring and Protection Services (IMPS) at Misawa Air Base, Japan. This Unrestricted opportunity seeks a contractor to provide comprehensive security surveillance 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 an estimated ceiling between $5M and $10M. Proposals are due April 8, 2026.
Scope of Work
The contractor will provide all necessary personnel, equipment, supplies, and supervision to ensure construction security surveillance services comply with Intelligence Community Directive (ICD) 705 and DoD policies. Key services include:
- Physical, personnel, technical, administrative, and procedural security.
- Construction security program management, mobilization, and demobilization.
- Provision of Site Security Managers (SSM), Construction Surveillance Technicians (CSTs), Acoustic Engineers (AE), and Cleared American Guards (CAGs).
- Contractor-furnished Access Control Facilities (ACF) and Secure Storage Areas (SSA).
- Provision of US-manufactured X-ray equipment, Non-Linear Junction Detectors (NLJD), metal detectors, badging systems, communication systems, and sound testing equipment.
Contract Details
- Contract Type: Firm Fixed-Price (FFP) IDIQ
- Period of Performance: Base Year (Sep 1, 2026 - Aug 31, 2027) plus four option years, extending through August 31, 2031, with an additional FAR 52.217-8 option.
- Estimated Ceiling: $5,000,000 - $10,000,000
- Set-Aside: Unrestricted
- NAICS Code: 561612 ($29M size standard)
- Place of Performance: Misawa Air Base, Japan
Key Requirements & Eligibility
- Contractor must possess a U.S. TOP SECRET (TS) facility clearance.
- Personnel require U.S. Top Secret, TS/SCI, or Secret clearances; the USG will not sponsor new investigations or upgrades.
- Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) is required prior to award.
- Contractor is responsible for personnel housing, with costs embedded in labor rates.
Submission & Evaluation
- Proposal Due Date: Wednesday, April 8, 2026, at 1000 JST (UTC+9).
- Proposals must be submitted electronically via email to the listed POCs.
- Submission includes a Summary, Technical Proposal, Past Performance Proposal, and Price Proposal.
- Resumes for at least one SSM and one CST are required.
- Evaluation will be based on Best Value, with Technical Capability and Past Performance considered of equal importance to Price. Past Performance will be evaluated on an acceptable/unacceptable basis.
Contacts
- Rebecca Rohrs: rebecca.rohrs@us.af.mil
- Kade Forrester: kade.forrester.1@us.af.mil