Loading...
W912ER26RA033
Response Deadline
Jun 14, 2026, 2:00 PM(EDT)32 days
Eligibility
Contract Type
Sources Sought
SOURCES SOUGHT Tracking Number: W912ER26RA033
Title: Egyptian Navy Fleet Sustainment SATOC Egypt
Place of Performance: Egypt
The U.S. Army Corps of Engineers (USACE), Transatlantic Middle East District (SWM), is seeking capable sources for a $26.5 million Single Award Task Order Contract (SATOC) Indefinite Delivery, Indefinite Quantity (IDIQ) to provide routine facility maintenance, repair, renovation, and procurement services for Egyptian Naval Armament Department (ENAD) installations across Egypt. Spanning a one-year base period with four one-year options (and a potential six-month extension), this contract requires a scalable workforce to execute non-complex operations and maintenance (O&M) tasks on secure military installations, including work on HVAC, power generation, plumbing, and structural systems, along with incidental construction and equipment procurement. The contract carries a $10,000 minimum guarantee for the base period, with specific work, size, and scope driven by funding and customer priorities under individual task orders. Period of Performance will be completed in 265 calander days.
All work under this SATOC will be executed through negotiated, firm-fixed-price (FFP) task orders (TO) as determined by Government requirements. Upon receiving a Request for Proposal (RFP) and specific Performance Work Statement (PWS) for a new task, the Contractor must submit a comprehensive technical and price proposal detailing labor, materials, equipment, subcontractor costs, overhead, and profit. The Government will evaluate these proposals for technical compliance, fairness, and price reasonableness—potentially engaging in negotiations—before awarding the task order and directing the Contractor to commence work according to an approved schedule.
Under individual TOs, the Contractor must execute routine and corrective maintenance, inspections, and procurements in strict accordance with manufacturer standards or specific PWS requirements. The scope of work extends to inventory management, incidental construction, renovations, and end-user training, requiring the Contractor to submit comprehensive price proposals that encompass all labor, materials, management, and transportation costs. To accommodate fluctuating funding and variable workloads, the Contractor must maintain a highly scalable organization that complies with Egyptian laws and includes a skilled, local/in-country workforce. This workforce must successfully execute Government-approved performance schedules and maintain the capability to deploy rapidly—typically within 24 to 48 hours—to resolve urgent or emergency repairs that threaten life, safety, or mission-critical operational readiness, as directed by the Contracting Officer or their Representative (COR).
Interested PRIME CONTRACTORS should submit a capabilities package to BOTH Ms. Heather McFarlin at Heather.S.McFarlin@usace.army.mil and Mr. Christopher L. Hunt at christopher.hunt@usace.army.mil.
The package should include the following:
1. Your intent to submit a proposal for this project when/if it is formally advertised.
2. Name of firm with address, phone, email address and point(s) of contact.
3. DUNS/CAGE/UEI code, registered in System for Award Management (SAM) at www.sam.gov
4. Size of Firm (Large or Small).
5. Bonding capability for single contract action in the magnitude of this project.
6. Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. The SOC should be no more than two pages in length.
7. In addition to Statement of Capability, provide answers specifically to the following questions:
a. Has your company performed construction of similar scope, size and nature as the above?
i. As a prime contractor?
ii. As a subcontractor?
iii. For a military base? Name of base(s)?
b. Has your company ever:
i. Performed construction in remote location, such as Bahrain?
ii. Performed any projects with the US Army Corps of Engineers? If so, provide Contract Numbers and brief description of project.
Place the words “Market Research for W912ER26RA033 and "Your Company Name” on the subject line of your message. Upon review of industry response to this sources sought notice, the Government will determine what acquisition strategy is in the Government's best interest.
The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research. All information submitted will be held in a confidential manner and will only be used for the purpose intended.
DEPT OF DEFENSE
DEPT OF THE ARMY
US ARMY CORPS OF ENGINEERS
ENGINEER DIVISION SOUTHWESTERN
W076 ENDIST MIDDLE EAS(PROVIS)
W076 ENDIST MIDDLE EAS(PROVIS)
201 PRINCE FREDERICK DRIVE
WINCHESTER, VA, 22602-0000
NAICS
Commercial and Institutional Building Construction
PSC
CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS