Skip to main content

An official website of the United States government

You have 2 new alerts

Job Order Contract for NAVFAC - Bahrain and United Arab Emirates

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Jan 31, 2025 11:02 am CET
  • Original Published Date: Jan 31, 2025 10:59 am CET
  • Updated Response Date: Feb 14, 2025 05:00 pm CET
  • Original Response Date: Feb 14, 2025 05:00 pm CET
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Mar 01, 2025
  • Original Inactive Date: Mar 01, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    BHR

Description

Y--SOURCES SOUGHT –Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) to perform renovations, repairs, maintenance, replacements, alterations, and demolition. For work within the NAVFAC Public Works Department (PWD) Bahrain Area of Responsibility (AOR), which includes Bahrain and United Arab Emirates. Specific site locations will be stated in the individual task orders.

THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy.

Description: The purpose of this SOURCES SOUGHT NOTICE is for Market Research ONLY to determine interest and capability of potential qualified firms relative to the North American Industry Classification Code (NAICS) 236220, Commercial and Institutional Building Construction. NO AWARD will be made from this Sources Sought Notice. NO SOLICITATION is available at this time. All responses shall be used to determine the appropriate acquisition strategy for an anticipated future acquisition.

Naval Facilities Engineering Command Europe, Africa, Central (NAVFAC EURAFCENT) is seeking potential firms capable of performing under an indefinite delivery indefinite quantity (IDIQ) job order contract (JOC) to perform renovations, repairs, maintenance, replacements, alterations, and demolition. For work within the NAVFAC Public Works Department (PWD) Bahrain Area of Responsibility (AOR), which includes Bahrain and United Arab Emirates. This is not a follow-on contract. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract.

PROJECT INFORMATION: NAVFAC EURAFCENT requires the services of a construction firm capable of managing simultaneous projects (up to 10+) to perform renovations, repairs, maintenance, replacements, alterations, and demolition. For work within the NAVFAC Public Works Department (PWD) Bahrain Area of Responsibility (AOR), which includes Bahrain and United Arab Emirates.

The scope of work is anticipated to encompass a wide variety of minor construction and repair tasks to provide real property repair and maintenance to include, but not limited to, the following areas: 1) General Contractor Services, including road repair; pavement repair; building renovation; roofing; excavation; emergency repairs; providing new finishes on the interior of buildings; water lines and gas line construction and repair; all utility repairs including sanitary sewer and storm drainage; all fire protection repairs 2) Structural System Services, including carpentry;  maintenance, repair and replacement services on floors, floor coverings, walls, wall coverings, window repairs and replacement; exterior systems such as roofs and gutters; structural brick work and stone and concrete masonry; sheet metal work; painting; demolition; concrete masonry; and welding; 3) Electrical Services (interior and exterior); 4) Plumbing Services; and 5) Heating, Ventilation, and Air Conditioning Services - heating, ventilating, and air conditioning (HVAC) repair and replacement.

The contractor will be required to furnish all materials, equipment, and personnel necessary to manage and accomplish the job. Work ordered under this contract will not require the Contractor to provide designs. The contractor is, however, responsible for providing drawings, calculations, test reports, and additional information required by the Contracting Officer to demonstrate construction compliance with UFC and UFGS criteria after Task Order award.

The Contracting Officer has classified this requirement as Commercial and Institutional Building Construction, North American Industry Classification System (NAICS) code 236220. The small business size standard is $36.5 million. PERIOD OF PERFORMANCE AND CONTRACT VALUE: Any resultant contract is anticipated to be awarded for a period of one (1) base year, and four (4) option years, not to exceed five (5) years. The magnitude for this effort is estimated to have a total contract ceiling of $49.9 million over five (5) years.

The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. It is requested that interested sources submit to the contracting office a brief capabilities statement package (no more than 5 pages in length, single-spaced, 10 point font minimum) demonstrating ability to perform the requested services identified in the above project information. If you can meet all of the requirements for this project, please respond to this sources sought synopsis by email to Marc Zurasky at marc.r.zurasky.civ@us.navy.mil with a courtesy copy to Alex Wingert at alex.h.wingert.civ@us.navy.mil. Late responses may be considered, however interested parties are advised that an acquisition strategy decision will be approved shortly after the deadline, and as such the Government reserves the right to disregard late responses.

Contact Information

Contracting Office Address

  • PSC 817 BOX 51
  • FPO , AE 09622-0051
  • USA

Primary Point of Contact

Secondary Point of Contact

History