Camp Lemonnier Djibout Job Order Contract
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, specifically NAVFACSYSCOM EUROPE AFRICA CENTRAL, is soliciting proposals for an unrestricted, competitive Firm-Fixed-Price (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ) Job Order Contract (JOC) for construction services. This opportunity covers renovation, repair, maintenance, alteration, and demolition projects within the NAVFAC PWD Camp Lemonnier geographic area and US Government controlled sites in Somalia. An amendment (0001) was issued on March 13, 2026, extending the proposal due date and revising sections. Proposals are now due April 7, 2026.
Scope of Work
The contract primarily involves renovation, repair, maintenance, replacement, alteration, and demolition projects. These tasks frequently require specialty trades such as electrical, mechanical, painting, paving, flooring, roofing, structural repair, fencing, HVAC, and fire suppression/protection systems. The contractor will be responsible for scope development for individual task orders, which typically range from $2,000 to $8,000,000. Work will be performed in accordance with specified building codes, standards, and Unified Facilities Criteria (UFCs).
Contract Details
- Contract Type: Firm-Fixed-Price (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ) Job Order Contract (JOC).
- Duration: Maximum 66 months, consisting of a one 12-month base period, four 12-month option periods, and a potential six-month extension.
- Maximum Value: $75,000,000.
- Guaranteed Minimum: $5,000 for the life of the contract.
- NAICS Code: 236220 - Commercial and Institutional Building Construction, with a size standard of $45 million.
- Set-Aside: Unrestricted.
- Place of Performance: NAVFAC PWD Camp Lemonnier, Djibouti, Chabelley Air Field, Djibouti, and US Government-controlled sites in Somalia.
Evaluation & Submission
- Proposals Due: April 7, 2026, by 10:00 AM Z.
- Submission: Electronically via the Procurement Integrated Enterprise Environment (PIEE) suite.
- Evaluation Factors: Price and four non-price factors: Experience, Management Approach, Safety, and Past Performance. Technical factors and past performance are considered equally important to each other and combined are approximately equal to price.
- Award Basis: Best value tradeoff process, allowing for award to other than the lowest-priced or highest technically rated offeror.
- Eligibility: Offerors must be registered in the System for Award Management (SAM). Non-U.S. vendors performing in the AFRICOM AOR must register in the Joint Contingency Contracting System (JCCS).
Key Attachments & Notes
- Attachment B - Coefficient Schedule: Bidders must propose coefficients for material/equipment and labor (pre-priced/non-pre-priced) for Djibouti and Somalia, which will be used for evaluation and become part of the contract.
- Attachment C - Project Data Sheet: For detailing past project experience.
- Attachment D - Past Performance Questionnaire (PPQ-0): Must be completed by clients and submitted with proposals.
- Pre-Proposal Inquiries: Use Attachment A - Pre Proposal Inquiry Log.xlsx. Inquiries should be emailed to Paul Martha (paul.m.martha.civ@us.navy.mil) and Alex Wingert (alex.h.wingert.civ@us.navy.mil).
- Financials: Offerors must submit financial statements for the past three years, evidence of operating capital, and documentation for lines of credit if applicable.
- Bonds: Performance and Payment Bonds may be required for task orders exceeding $150,000.