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 opportunity, identified as N3319126R0014, covers renovation, repair, maintenance, alteration, and demolition projects. Proposals are due by April 7, 2026, at 10:00 AM local time.
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 scope extends to the NAVFAC PWD Camp Lemonnier geographic area, Chabelley Air Field, Djibouti, and US Government-controlled sites throughout Somalia. The contractor will be responsible for scope development for individual task orders, which typically range from $2,000 to $8,000,000.
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.
- Maximum Value: $75,000,000.
- Guaranteed Minimum: $5,000.
- Maximum Order Value: $15,000,000.
- Period of Performance: Anticipated from June 1, 2026, to December 1, 2031.
Submission & Evaluation
Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) suite by April 7, 2026, at 10:00 AM local time. Evaluation will be based on a best value tradeoff, considering price and four non-price factors: Experience, Management Approach, Safety, and Past Performance. Technical factors and past performance are considered of equal importance to each other and combined are approximately equal to price. Offerors must be registered in SAM, and non-U.S. vendors performing in the AFRICOM AOR must register in JCCS (though JCCS registration for non-U.S. team members/subcontractors can be completed post-IDIQ award). A surety letter verifying at least $3M aggregate bonding capacity is required at proposal submission.
Key Clarifications & Requirements
- Pricing: Utilizes R.S. MEANS Cost Data, with coefficients proposed by bidders for Djibouti and Somalia (Attachment B).
- Key Personnel: Requires a Project Manager, Site Safety and Health Officer, and Quality Control Manager.
- Hazardous Materials: Discovery of unidentified hazardous materials will result in contract modification.
- Travel/Housing: 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 are not provided air travel, housing, or meals.
- PPE: Normal construction PPE, ballistic vest, and helmet are required; government will not provide.
Contact Information
- Primary: Paul Martha (paul.m.martha.civ@us.navy.mil)
- Secondary: Alex Wingert (alex.h.wingert.civ@us.navy.mil)