Kuwait JOC Price Book Update
ID: W5J9JE24R0015Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW31R ENDIST AFGHANISTAN NORTHAPO, AE, 09366-0000, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: ENGINEERING DRAFTING, NOT CAD/CAM (C212)
Timeline
    Description

    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking Engineering Services for the update of the Kuwait Job Order Contract (JOC) Price Book. The update includes updating labor rates, productivity, equipment, and materials, as well as adding country-specific line items. Functional testing of the cost book and providing a report documenting testing performed and corrections implemented is required. The contractor must also provide backup data used to develop the cost book and a supporting Market Research Report. The Price Book will include a US price book section with Middle East pricing for AT/FP and security systems line items. A Justification and approval for other than full and open will be posted after award. This is not a solicitation and the U.S. Government is not accepting proposals. The place of performance is Camp Arifjan, Kuwait.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    W912ER24R0003 SOLICITATION NOTICE FOR F-18 Super Hornet Procurement D, Package 002 Quick Reaction Area (QRA) and Combat Aircraft Loading Area (CALA)
    Active
    Dept Of Defense
    The Department of Defense, through the Transatlantic Middle East District (TAM), is soliciting experienced contractors for the Design-Bid-Build (DBB) construction of a new Quick Reaction Area (QRA) and Combat Aircraft Loading Area (CALA) for the F-18 Super Hornet at Al Jaber Air Base in Kuwait. This project aims to support the fielding of new F/A-18E/F Super Hornet aircraft by constructing essential facilities and related site improvements, all designed in accordance with Unified Facilities Criteria. The estimated contract value ranges between $25 million and $100 million, with a performance period of 613 calendar days from the Notice to Proceed (NTP). Interested contractors can reach out to Sabrina Booker at sabrina.s.booker@usace.army.mil or call 540-667-3182 for further information.
    Ammunition Supply Point/Theater Storage Area - Kuwait 3.0
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Rock Island (ACC-RI), is preparing to solicit proposals for the Kuwait Ammunition Supply Point and Theater Storage Area 3.0 (ASP/TSA 3.0) contract. This procurement aims to provide Class V munitions supply support for all ammunition stocks managed by the 1st Sustainment Command (Theater) to U.S. Military, Department of Defense agencies, and Coalition Forces within the U.S. Central Command Area of Responsibility. The contract will encompass critical warehouse operations support services essential for mission success, with an anticipated solicitation release date around October 24, 2024. Interested parties must demonstrate a current U.S. facility clearance to the SECRET level and are encouraged to contact Olivia Carroll or Ben Kimbell for further inquiries.
    BENELUX Construction Job Order Contract (JOC)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Europe District, is seeking contractors for the Benelux Construction Job Order Contract (JOC), which will encompass various construction and maintenance services in Belgium, the Netherlands, and Luxembourg. The contract will be a Firm Fixed Price (FFP) Indefinite-Delivery, Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) with a total ordering capacity of up to $30 million over a five-year period, addressing tasks such as real property repair, environmental work, and general building renovations. This opportunity is significant for supporting the international military community, including NATO facilities, and will allow for task orders ranging from $2,000 to $5 million. Interested contractors should monitor the SAM.gov website for the anticipated solicitation release around November 2024 and can contact Contract Specialist Shanda Weekes at shanda.weekes@usace.army.mil or Contracting Officer Bjorn T. Hale at bjorn.t.hale@usace.army.mil for further information.
    Fuels Recurring Maintenance & Minor Repair - Pacific Ocean Division - Japan (AMEND 02)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified firms to provide Fuels Recurring Maintenance and Minor Repair services for petroleum facilities and systems located in Japan and Diego Garcia. This procurement aims to ensure compliance with established maintenance criteria and regulations while supporting the Defense Logistics Agency – Energy (DLA-E) in delivering effective energy solutions, including renewable and alternative energy sources. The contract is anticipated to span five years, consisting of a 12-month base period and four optional 12-month periods, with responses due by November 18, 2024. Interested firms should submit their qualifications and experience via email to Jasmine McCullough and Lashonda Smith, as no hardcopy or facsimile submissions will be accepted.
    Rheinland-Pfalz Germany Construction Job order Contract
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Europe District, is seeking contractors for the Rheinland-Pfalz Germany Construction Job Order Contract (JOC), which will encompass various construction and maintenance services in the Rheinland-Pfalz region. The contract will be a Firm Fixed Price (FFP) Indefinite-Delivery, Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) with a total ordering capacity of up to $80 million over a five-year period, addressing tasks such as building renovations, road repairs, and environmental work. This opportunity is significant for contractors specializing in commercial and institutional building construction, as it allows for a flexible approach to task orders ranging from $2,000 to $5 million. Interested parties should monitor the SAM.gov website for the anticipated solicitation release in November 2024 and can contact Bjorn T. Hale at bjorn.t.hale@usace.army.mil for further inquiries.
    Proposal Response and CCD Date Change
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is seeking contractors for a Small Magnitude Size Design-Bid-Build (DBB) Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for various construction projects in the Kanto Plains Operational Area, Japan. The selected contractors will be responsible for providing all necessary labor, management, supervision, tools, materials, and equipment to perform a range of construction activities, including renovations, demolitions, and repairs at U.S. Government installations. This procurement is significant as it encompasses various general building projects, with an aggregate value of task orders not exceeding $49 million over a five-year period, and includes a seed project for replacing actuator units at US Fleet Activities Yokosuka, Japan, valued between $250,000 and $500,000. Interested parties can contact Brian Grant at brian.d.grant12.civ@us.navy.mil or John Mack at john.e.mack5.civ@us.navy.mil for further details, with task orders anticipated to range from $3,000 to $25 million.
    76--Amendment to the solicitation.
    Active
    None
    Presolicitation Notice: Department of Defense (DOD) is seeking to procure course books in support of the National Defense University-Fort McNair. These course books are typically used for educational purposes and to support the curriculum at the university. The procurement will be a small business set-aside, with the lowest price, technically acceptable evaluation method. The contract will be firm fixed price type and will be conducted in accordance with FAR 13. The solicitation will be posted on the NECO website on Tuesday, December 13, 2016. For additional information, please contact Jaime Ramos at jaime.ramos@navy.mil or (215) 697-9605.
    Warehouse Support Services
    Active
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Kuwait, is seeking qualified vendors to provide Warehouse Support Services under Request for Quotations (RFQ) number 19KU2025Q0002. The contract will be for one year, with an option to renew for an additional year, and encompasses various warehouse functions such as organizing, moving, cleaning items, and setting up furniture for embassy events, while ensuring compliance with safety standards, particularly during extreme heat conditions. This procurement is vital for maintaining operational efficiency at the embassy, and interested parties must submit their quotations electronically by November 12, 2024, with all submissions requiring active registration in the System for Award Management (SAM). For further inquiries, vendors can contact Zeyad I Qishawi or Maryam Sabri at KuwaitSolicitation@state.gov before October 28, 2024.
    FY2024-FY2025 Projections
    Active
    Dept Of Defense
    The US Army Corps of Engineers, Japan District, has released a special notice outlining its projected requirements for fiscal years 2024 and 2025. The purpose of this notice is to provide local construction companies in Japan with advance information for informational planning. The scope of work for these projections includes a range of construction and renovation projects to be executed across military facilities in Japan. The projects encompass diverse functionalities, such as family housing, hangars, schools, and fuel piers. The tasks involve design, construction, modernization, and repair services, with specific requirements in some cases. For instance, secondary containment systems and fuel offloading platforms are mentioned. The Japan District emphasizes that these projections are only for local sources physically located and licensed to operate in Japan. Companies interested in these opportunities must register in the System for Award Management (SAM) database and comply with applicable Japanese laws and regulations. Several of these projected projects have estimated values ranging from $15 million to over $25 million. It is indicated that some will be awarded through design-build contracts. While a few projects have already been solicited, others are anticipated to be issued and awarded throughout fiscal years 2024 and 2025. Key dates and further details are provided in the attached quarterly projections document. Industry participants are invited to submit any comments or concerns regarding these projections to the contracting officers mentioned in the notice. Dr. Nakiba Jackson and Ms. Jennifer Knutson are the respective contracting officers for Army, Air Force, Housing, and DoDEA, DLA, Navy, and Marine Corps. Mr. Jack Letscher serves as the contracting officer for Okinawa. It is important to note that this notice does not guarantee future solicitations or awards and that any conflicting information between this notice and future solicitations will be governed by the latter. Interested parties are advised to regularly monitor SAM.gov for individual project updates.
    Kansas City Job Order Contract (JOC)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a Job Order Contract (JOC) designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide general construction services at the Kansas City VA Medical Center. The contract aims to cover maintenance, alterations, and repair work, with a focus on ensuring compliance with safety regulations and quality standards throughout the project lifecycle. This opportunity is significant as it supports the ongoing infrastructure needs of the VA, emphasizing the importance of veteran participation in federal contracting. Interested contractors must submit their proposals by the due date, ensuring they are certified in the SBA Vetcert program and registered in SAM.gov, with a contract value not exceeding $20 million over its duration, which includes a one-year base period and up to four option years. For further inquiries, potential bidders can contact Cedric Graham at Cedric.Graham@va.gov or Sean Jackson at sean.jackson@va.gov.