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, 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 focuses on renovation, repair, maintenance, alteration, and demolition projects within the NAVFAC PWD Camp Lemonnier geographic area and US Government-controlled sites in Somalia. The proposal due date has been extended to April 7, 2026, at 10:00 AM UTC+2.
Scope of Work
The contract encompasses a wide range of construction services, including renovation, repair, maintenance, replacement, alteration, and demolition. Work will frequently involve specialty trades such as electrical, mechanical, painting, paving, flooring, roofing, structural repair, fencing, HVAC, and fire suppression/protection systems. The geographic area of responsibility includes Camp Lemonnier, Djibouti, Chabelley Air Field, Djibouti, and US Government-controlled sites throughout Somalia. Individual task orders will typically range from $2,000 to $8,000,000, with the contractor responsible for scope development.
Contract Details
This is an unrestricted FFP IDIQ contract with a maximum duration of 66 months, consisting of a one 12-month base period, four 12-month option periods, and a potential six-month extension. The total maximum value is $75,000,000, with a guaranteed minimum of $5,000 for the life of the contract. The maximum value for individual task orders is $15,000,000. The period of performance is anticipated from June 1, 2026, to December 1, 2031. Pricing will utilize R.S. MEANS Cost Data, non-pre-priced items, or a combination, applying a coefficient factor.
Eligibility & Submission
This is an unrestricted acquisition under NAICS Code 236220 (Commercial and Institutional Building Construction) with a size standard of $45 million. Offerors must be registered in SAM. Non-U.S. vendors performing in the AFRICOM AOR must register in JCCS, though registration for non-U.S. team members/subcontractors can be completed post-IDIQ award. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) suite by the extended deadline of April 7, 2026, at 10:00 AM UTC+2. Offerors must acknowledge all amendments.
Evaluation Criteria
Award will be based on a tradeoff process, considering 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. Offerors must submit a surety letter verifying at least $3M aggregate bonding capacity at proposal submission. Relevant project value for evaluation is capped at $15,000,000, though projects between $50,000-$250,000 may be considered if similar in scope/complexity. Key personnel staffing approach is required, not just resumes.
Key Attachments & Contacts
Bidders must complete Attachment B - Coefficient Schedule for pricing and the revised Attachment C - Project Data Sheet to demonstrate past project experience. Attachment D - Past Performance Questionnaire must be completed by clients. Pre-proposal inquiries were addressed in Amendment 0001. Primary contact: Paul Martha (paul.m.martha.civ@us.navy.mil). Secondary contact: Alex Wingert (alex.h.wingert.civ@us.navy.mil).