North Landing Zone (NLZ) Role II Medical Facility

SOL #: W5J9JE26RA002Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W31R ENDIST AFGHANISTAN NORTH
APO, AE, 09366-0000, United States

Place of Performance

North Landing Zone, SY-HA, Syrian Arab Republic

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Hospitals And Infirmaries (Y1DA)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 30, 2025
2
Response Deadline
Dec 15, 2025, 2:00 PM

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.

Pre-Solicitation Notice

W5J9JE26RA002

Role II Medical Facility

North Landing Zone (NLZ), Syria

ACTION TYPE: This is a pre-solicitation notice, there is no Request for Proposal (RFP) or related documents at this time. The U.S. Army Corps of Engineers (USACE), Expeditionary District (SWE) intends to issue a Request for Proposal (RFP), W5J9JE26RA002, for Role II Medical Facility at North Landing Zone (NLZ), Syria. Market research was previously conducted, via a Sources Sought Notice, for this requirement under ID W5J9JE25Z9999.

PROJECT SCOPE: This is a construction contract for the Role II Medical Facility located at North Landing Zone (NLZ) in northeastern Syria. Work consists of the design and construction of a new Role II Medical facility and associated power generation and service.

CONTRACTING PROCEDURES & TYPE OF CONTRACT: This acquisition will be solicited using FAR Part 15, Contracting by Negotiations Procedures for award of a firm-fixed price (FFP) contract. The Government intends to issue the solicitation using full and open competitive procedures. No set asides or socioeconomic preference will be granted as the work will be performed outside of the continental United States. The Government anticipates the use of Lowest Price Technically Acceptable (LPTA) source selection process. The intent is for the RFP to be issued in a one-phase process using the Lowest Price Technically Accepted (LPTA) source selection process

PROJECT SERVICE CODES (PSC): Y1DA, Construction of Hospitals and Infirmaries

NAICS:  The North American Industry Classification System (NAICS) code is 236220 – Commercial and Institutional Building Construction, with size standard of $45,000,000.

MAGNITUDE OF CONSTRUCTION PROJECT: In accordance with FAR 36.204, the magnitude of construction is between $1,000,000 and $5,000,000.

PERIOD OF PERFORMANCE: The period of performance is 546 calendar days after the issuance of the notice to proceed.

ANTICIPATED SOLICITATION RELEASE DATE:  The Government anticipates releasing the solicitation on or about 15 December 2025. Approximate closing date is on or about 14 January 2026.  Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when posted.

SOLICITATION WEBSITE:  The official solicitation, when posted, will be available free of charge by electronic posting only and may be found on the Sam.gov and Procurement Integrated Enterprise Environment (PIEE) website, https://piee.eb.mil  Paper copies of the solicitation will not be issued.

Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register in PIEE and in SAM.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation.

If/when issued, amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Offerors must check the website periodically for any amendments to the solicitation.

REGISTRATIONS REQUIREMENTS: 

1.  SYSTEM FOR AWARD MANAGEMENT (SAM):  In accordance with FAR 4.1102, unless an exemption applies, offerors are required to be registered in SAM at the time an offer or quotation is submitted to comply with the annual representations and certifications. Offerors must continue to be registered in SAM until time of award, during performance, and through final payment. If an offeror is a Joint Venture (JV), the JV entity must have a valid registration representing the JV as one business/firm/entity. The Government will not accept separate registrations for each separate entity representing the JV. Information on SAM is available at https://sam.gov.

2.  Joint Contingency Contracting System (JCCS): Offerors must be successfully registered in the JCCS and their registration completely processed and active in the JCCS database to be considered eligible for award. Offerors must provide evidence of an active JCCS registration current as of the date of proposal and at time of award, during performance, and through final payment.  The Government will search the JCCS database using the JCCS Company ID number supplied by the vendor to verify eligibility. The Government will determine an offeror non-responsible as a result of an offeror’s base access ineligibility, or an incomplete JCCS registration, or an inactive JCCS registration. The Government reserves the right to make this determination at the time of receipt of proposals and prior to the start of evaluations. In this instance, the non-responsible offeror’s proposal will not be evaluated. The Government also reserves the right to determine an offeror non-responsible at any time after receipt of proposals if an offeror becomes ineligible for installation access. A determination that an offeror is non-responsible will result in the removal of the offeror’s proposal from the competition. No debriefing will be provided for those offerors’ found non-responsible as a result of their access ineligibility as the determination may be made in advance of the offeror’s technical proposal being evaluated or completed.  If an offeror is a Joint Venture (JV), the JV entity must have a valid registration comprised of the JV as one business/firm/entity. The Government will not accept separate registrations and licenses for each separate entity. Information on JCCS registration is available at https://www.jccs.gov/.   

3.  PROCUREMENT INTEGRATED ENTERPRISE ENVIRONMENT (PIEE): The only authorized transmission method for proposals in response to the forthcoming solicitation is electronic via Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. No other transmission method (E-mail, Facsimile, U.S. Postal Mail, Hand Carried, etc.) will be accepted. Offerors must have an active Proposal Manager role in PIEE at https://piee.eb.mil/.

POINT OF CONTACTS:  Contracting Officer, Mr. Michael J. Getz, whose e-mail address is michael.j.getz@usace.army.mil , and Contract Specialist, Ms. Kisha Cook, e-mail address nikisha.w.cook@usace.army.mil.

People

Points of Contact

Michael GetzSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Pre-Solicitation
Posted: Nov 30, 2025
North Landing Zone (NLZ) Role II Medical Facility | GovScope