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 at Camp Lemonnier, Djibouti, and US Government-controlled sites in Somalia. This contract covers renovation, repair, maintenance, alteration, and demolition projects. Proposals are due by April 7, 2026.
Scope of Work
The JOC will provide comprehensive facility support 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 contractor will be responsible for scope development for individual task orders, which typically range from $2,000 to $8,000,000. Work must comply with specified building codes, standards, and Unified Facilities Criteria (UFCs).
Contract Details
- Contract Type: Firm-Fixed-Price (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ)
- 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
- Maximum Task Order Value: $15,000,000
- Set-Aside: Unrestricted
- NAICS Code: 236220 - Commercial and Institutional Building Construction (Size Standard: $45 million)
- Place of Performance: NAVFAC PWD Camp Lemonnier geographic area, Chabelley Air Field, Djibouti, and US Government-controlled sites in Somalia.
- Period of Performance: From June 1, 2026, to December 1, 2031.
Key Requirements & Clarifications
Offerors must be registered in SAM. Non-U.S. vendors performing in the AFRICOM AOR must register in JCCS (registration for non-U.S. team members/subcontractors can be completed post-IDIQ award). Key personnel (Project Manager, Site Safety and Health Officer, Quality Control Manager) with specific qualifications are required. Pricing will utilize R.S. MEANS Cost Data, with coefficients proposed by bidders for both pre-priced and non-pre-priced items for Djibouti and Somalia.
Recent amendments have clarified several points:
- Project Recency: The definition of a "recent project" for Past Performance Evaluation has been expanded from five (5) years to eight (8) years prior to solicitation issuance.
- Financial Assurance: A letter from an offeror's surety verifying at least $3M aggregate bonding capacity is required at proposal submission. For contracts in foreign countries like Somalia, where Treasury-listed sureties may be impracticable, the government will consider accepting bank reference letters or bank guarantees in accordance with FAR 28.202(b). Alternative financial assurance mechanisms (e.g., Irrevocable Letters of Credit, bank-issued guarantees) are acceptable at the proposal stage to demonstrate financial capability.
- Task Order Bonds: Performance and Payment Bonds may be required for task orders exceeding $150,000, with the 10% guarantee referring to the task order value. Extensions for obtaining overseas banking or surety processing may be granted if good faith efforts are demonstrated.
- Logistics: U.S. military air transportation from CLDJ to Somalia sites and on-base housing will be provided at no charge for prime contractor employees. Subcontractors will not receive these benefits.
Submission & Evaluation
Proposals are due by April 7, 2026, at 10:00 AM UTC+2. Submissions must be electronic via the Procurement Integrated Enterprise Environment (PIEE) suite. Evaluation will be based on price and four non-price factors: Experience, Management Approach, Safety, and Past Performance. A tradeoff process will be used, meaning award may be made to other than the lowest-priced or highest technically rated offeror, based on best value. Technical factors and past performance are considered equally important to each other and, combined, are approximately equal to price. Offerors must acknowledge all amendments.
Contact Information
- Primary: Paul Martha (paul.m.martha.civ@us.navy.mil)
- Secondary: Alex Wingert (alex.h.wingert.civ@us.navy.mil)