Search Contract Opportunities

State of Kuwait Job Order Contract (JOC)

ID: W5J9JE-25-N-0002 • Type: Presolicitation
Question & Answer Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

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), Transatlantic Expeditionary Division (TAE) intends to issue a Request for Proposal (RFP) W5J9JE25RXXXX for a Job Order Contract (JOC) for performance in the State of Kuwait.

PROJECT SCOPE: The JOC will be used to execute sustainment, restoration and modernization (SRM), and minor military construction projects at various installations in Kuwait. The JOC includes a comprehensive collection of detailed repair, maintenance, and minor construction task descriptions or specifications, units of measure, and pre-established unit prices for each of these discrete tasks as described in the JOC Construction Task Catalog (CTC) Unit Price Book (UPB). The UBP will be provided by the Government. JOC unit prices include direct material, labor and equipment costs, but not indirect costs or profits which are addressed in an offeror's coefficient(s). Coefficients are adjustment factors proposed by an offeror to adjust the unit prices stated in the UPB and consists of an offeror's operating costs. Coefficients are multiplied to unit prices in the UPB to determine the price of a task order

CONTRACTING PROCEDURES & TYPE OF CONTRACT: This acquisition will be solicited using FAR Part 15, Contracting by Negotiations Procedures for award of one (1) Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC). 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 use of the best value trade-off source selection process. This process allows for a tradeoff between non-cost factors and cost/price and allows the Government to accept other than the lowest prices proposal or other than the highest technically rated proposal to achieve a best-value contract award.

PROJECT SERVICE CODES (PSC): Y1AZ, Construction of Other Administrative Facilities and Service Buildings

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

CONTRACT CAPACITY / ESTIMATED DOLLAR RANGE OF TASK ORDERS: The total capacity of the JOC is $50 Million for a 5-year performance period comprised of a 12-month base and four 12-month option periods. Task orders issued off of the JOC are anticipated to be between $10,000 and $4,000,000.

ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 26 May 2025. Approximate closing date is on or about 25 June 2025. 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 at 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 representing the JV as one business/firm/entity. The Government will not accept separate registrations and licenses for each separate entity representing the JV. Information on JCCS registration is available at https://www.jccs.gov/

3. PROCUREMENT INTEGRATED ENTERPRISE ENVIRONMENT (PIEE): The only authorized transmission method for bids 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, Ms. Valerie Murphy, whose e-mail address is valerie.e.murphy@usace.army.mil , and Contract Specialist, Ms. Kisha Cook, e-mail address nikisha.w.cook@usace.army.mil.

Background
The U.S. Army Corps of Engineers (USACE), Transatlantic Expeditionary Division (TAE) intends to issue a Request for Proposal (RFP) W5J9JE25RXXXX for a Job Order Contract (JOC) for performance in the State of Kuwait.

The contract aims to support the agency's mission by executing sustainment, restoration, modernization, and minor military construction projects at various installations in Kuwait.

Work Details
The JOC will be utilized for a variety of tasks including sustainment, restoration, and modernization (SRM) projects as well as minor military construction.

It encompasses a comprehensive collection of detailed repair, maintenance, and minor construction task descriptions or specifications, units of measure, and pre-established unit prices for each task as outlined in the JOC Construction Task Catalog (CTC) Unit Price Book (UPB).

The UPB will be provided by the Government. JOC unit prices cover direct material, labor, and equipment costs but exclude indirect costs or profits which are addressed through an offeror's coefficients.

Coefficients are adjustment factors proposed by an offeror to modify the unit prices stated in the UPB and represent the offeror's operating costs. These coefficients are applied to unit prices in the UPB to determine the price of a task order.

Period of Performance
The total capacity of the JOC is $50 Million over a 5-year performance period consisting of a 12-month base period followed by four 12-month option periods.

Place of Performance
The work will be performed at various installations located in the State of Kuwait.

Overview

Response Deadline
None
Posted
May 5, 2025, 6:50 a.m. EDT
Set Aside
None
Place of Performance
Kuwait, KW-KU Kuwait
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
Experimental
$50,000,000 - $200,000,000 (AI estimate)
Odds of Award
53%
Vehicle Type
Indefinite Delivery Contract
On 5/5/25 Afghanistan North issued Presolicitation W5J9JE-25-N-0002 for State of Kuwait Job Order Contract (JOC). The opportunity was issued full & open with NAICS 236220 and PSC Y1AZ.
Primary Contact
Name
Valerie Murphy   Profile
Phone
(540) 760-6454

Secondary Contact

Name
Nikisha Cook   Profile
Phone
(540) 450-4760

Documents

Posted documents for Presolicitation W5J9JE-25-N-0002

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Presolicitation W5J9JE-25-N-0002

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W5J9JE-25-N-0002

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W5J9JE-25-N-0002

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > PARC-WINCHESTER > W31R ENDIST AFGHANISTAN NORTH
FPDS Organization Code
2100-W5J9JE
Source Organization Code
500045575
Last Updated
June 15, 2025
Last Updated By
nikisha.w.cook@usace.army.mil
Archive Date
June 15, 2025