Camp Lemonnier 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 (NAVFAC SYSCOM EUROPE AFRICA CENTRAL) is soliciting proposals for an unrestricted, competitive Firm-Fixed-Price (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ) Job Order Contract (JOC). This opportunity, titled "Camp Lemonnier Job Order Contract," seeks construction services for renovation, repair, maintenance, alteration, and demolition projects within the NAVFAC Djibouti geographic area of responsibility, including Camp Lemonnier, Djibouti, Chabelley Air Field, Djibouti, and US Government-controlled sites in Somalia. Proposals are due by March 24, 2026, at 11:00 AM local time.
Scope of Work
The JOC will cover a wide range of construction services, frequently involving 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 are expected to range from $2,000 to $8,000,000. All work must comply with applicable U.S. federal and local host nation laws, building codes, and Unified Facilities Criteria (UFCs).
Contract Details
- Contract Type: Firm-Fixed-Price (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ) Job Order Contract (JOC).
- Set-Aside: Unrestricted.
- NAICS Code: 236220 - Commercial and Institutional Building Construction (Size Standard: $45 million).
- Duration: Maximum 66 months, consisting of a 12-month base period, four 12-month option periods, and a potential six-month extension.
- Period of Performance: Anticipated from June 1, 2026, to December 1, 2031.
- Maximum Value: $75,000,000.
- Guaranteed Minimum: $5,000 for the life of the contract.
- Maximum Order Value: $15,000,000.
- Pricing: Utilizes R.S. MEANS Cost Data, non-pre-priced items, and a coefficient factor proposed by bidders (Attachment B).
Submission & Evaluation
- Proposal Due Date: March 24, 2026, 11:00 AM local time.
- Submission Method: Electronically via the Procurement Integrated Enterprise Environment (PIEE) suite.
- Evaluation: Best value tradeoff process. Award may be made to other than the lowest-priced or highest technically rated offeror.
- Evaluation Factors: Price, 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.
- Required Attachments: Bidders must complete and submit Attachment B (Coefficient Schedule), Attachment C (Project Data Sheet), and ensure clients complete Attachment D (Past Performance Questionnaire).
Important Notes
- Pre-Proposal Inquiries: Due by March 11, 2026, using Attachment A and emailed to Paul Martha (paul.m.martha.civ@us.navy.mil) and Alex Wingert (alex.h.wingert.civ@us.navy.mil).
- Registration: Offerors must be registered in SAM. Non-U.S. vendors performing in the AFRICOM AOR must also register in JCCS.
- Financials: Offerors must submit financial statements for the past three years, evidence of operating capital, and documentation for lines of credit if applicable.
- Key Personnel: Requires qualified Project Manager, Site Safety and Health Officer, and Quality Control Manager.
- Bonds: Performance and Payment Bonds may be required for task orders exceeding $150,000.
- Site Visit: Not planned.