Camp Lemonnier Djibout Job Order Contract

SOL #: N3319126R0014Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM EUROPE AFRICA CENTRAL
FPO, AE, 09622-0051, United States

Place of Performance

Place of performance not available

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 25, 2026
2
Last Updated
Mar 17, 2026
3
Submission Deadline
Mar 24, 2026, 10:00 AM

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 EUROPE AFRICA CENTRAL, is soliciting proposals for an unrestricted Firm-Fixed-Price (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ) Job Order Contract (JOC) for comprehensive construction services. This opportunity focuses on renovation, repair, maintenance, alteration, and demolition projects within the NAVFAC PWD Camp Lemonnier geographic area, including Camp Lemonnier, Chabelley Air Field, Djibouti, and US Government-controlled sites in Somalia. Proposals are due by March 24, 2026.

Scope of Work

The contract encompasses 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 typically 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. The Period of Performance is estimated from June 1, 2026, to December 1, 2031.
  • Value: Total maximum value of $75,000,000. The guaranteed minimum for the life of the contract is $5,000. Individual task orders will have a minimum value of $5,000 and a maximum value of $15,000,000.
  • Pricing: Utilizes R.S. MEANS Cost Data, with a coefficient factor applied to proposed costs.

Key Requirements & Eligibility

Offerors must be registered in the System for Award Management (SAM), and non-U.S. vendors performing in the AFRICOM AOR must also register in the Joint Contingency Contracting System (JCCS). Key personnel, including a Project Manager, Site Safety and Health Officer, and Quality Control Manager, with specific qualifications, are required. Compliance with EM 385-1-1 safety standards and submission of financial statements for the past three years are mandatory. Performance and Payment Bonds may be required for task orders exceeding $150,000.

Submission & Evaluation

  • Proposals Due: March 24, 2026, by 11:00 AM local time.
  • Submission Method: Electronically via the Procurement Integrated Enterprise Environment (PIEE) suite.
  • Pre-Proposal Inquiries: Due by March 11, 2026. Use "Attachment A - Pre Proposal Inquiry Log.xlsx" and email to Paul Martha (paul.m.martha.civ@us.navy.mil) and Alex Wingert (alex.h.wingert.civ@us.navy.mil).
  • Evaluation: Best Value Tradeoff process. Award may be made to other than the lowest-priced or highest technically rated offeror. Evaluation factors include 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.
  • Attachments: Bidders must complete "Attachment B - Coefficient Schedule.docx" for pricing, "Attachment C - Project Data Sheet.docx" for experience, and arrange for clients to complete "Attachment D - Past Performance Questionnaire.docx".

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 4
Solicitation
Posted: Mar 17, 2026
View
Version 3
Solicitation
Posted: Mar 13, 2026
View
Version 2Viewing
Solicitation
Posted: Feb 25, 2026
Version 1
Solicitation
Posted: Feb 25, 2026
View