W5J9JE25RA004 / Camp Holleyman SUPCEN JOC at Erbil Air Base in Erbil, Iraq
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) W5J9JE25RA004 to construct a Support Center (SUPCEN) Joint Operations Center (JOC) at Camp Holleyman at Erbil Air Base in Erbil, Iraq.
NOTE: This is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming; no proposals are being accepted. The subsequent solicitation will result in a firm-fixed price, design-bid-build construction contract for the construction of a SUPCEN JOC at Camp Holleyman in Erbil, Iraq.
PROJECT SCOPE: The work consists of the construction of one (1) single story Joint Operations Center (JOC), one (1) equipment pad for a generator and fuel tanks, power connection and services, and site grading and drainage within the construction area. Period of Performance (PoP) is anticipated to be 365 days after receiving Notice to Proceed (NTP).
PROJECT SERVICE CODES (PSC): Y1JZ, Construction of Miscellaneous Buildings
NAICS: The North American Industry Classification System (NAICS) code is 236220 – Commercial and Institutional Building Construction, with size standard of $45,000,000.
MAGNITUDE OF CONSTRUCTION PROJECT: The magnitude of construction is between $1,000,000 and $5,000,000.
ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 09 July 2025 and approximate closing date is on or about 09 August 2025. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when posted.
CONTRACTING PROCEDURES: This acquisition will be competed as other than Full and Open competition in accordance with 10 U.S.C. 3204(a)(1) and as implemented by FAR 6.302-1(a)(2).
Competition will be limited to vendors on the Asayish Approved Vendors List which have been cleared by the Kurdistan Regional Government’s security requirements. This action is a Design-Bid-Build selection procedure. Award will be made to the offeror who has been determined by the contracting officer to be responsible in accordance with FAR Subpart 9.1 and utilizing the Lowest Price Technically Acceptable (LPTA) acquisition approach. In determining LPTA, the Government will use FAR 15.101-2. The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the government’s best interest.
SITE VISIT: The Government does not anticipate a site visit currently. However, if the Government decides it is in its best interest to schedule a site visit, the information will be posted within the solicitation.
SELECTION PROCESS: The Government intends to select a contractor for award using LPTA source selection procedures to obtain best value for the Government. It has been determined that using the LPTA process would not deny the Government the benefits of price and non-price (technical) tradeoffs in source selection. There is no benefit or value gained by having a higher technical proposal. Award will be made to the offeror whose proposal represents the lowest price of the technically acceptable offers.
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. Telephone and Fax requests for this solicitation will not be honored.
Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. Contractors must register at the SAM website at https://sam.gov to download the solicitation for this project. 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: SYSTEM FOR AWARD MANAGEMENT (SAM): 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.
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/.
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/.
RESPONSES TO THIS PRESOLICITATION NOTICE: Be advised that this is a pre-solicitation notice and is not a request for proposal. Responses to this notice are not required. This purpose of this notice is to inform the public of the upcoming solicitation.