New SABER (Simplified Acquisition of Base Engineering Requirements)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is soliciting proposals for a new Simplified Acquisition of Base Engineering Requirements (SABER) contract (FA441826R0004) to provide comprehensive maintenance, repair, and minor construction services at Joint Base Charleston (JB CHS) and its outlying properties. This is a 100% 8(a) Set-Aside Indefinite Delivery Indefinite Quantity (IDIQ) contract with an estimated maximum value of $74,000,000.00. Proposals are due May 11, 2026, by 3:00 PM local time.
Scope of Work
The contractor will provide all management, labor, material, equipment, supervision, and minor designs for simultaneous projects valued between $2,000 and $2,000,000. Work encompasses a broad range of maintenance, repair, and minor construction on real property, including airfield support, R&D, waterfront, medical, academic, secure areas, infrastructure, and pavements. Services will be performed across multiple locations, including JB Charleston (Air Base, Naval Weapons Station, Short Stay), North Auxiliary Airfield, Shaw Air Force Base, Defense Fuel Supply Point, Navy Consolidated Brig, and Nuclear Power Training Unit. The contract requires managing up to 50 concurrent projects and 75 annually. A sample project for HVAC system replacement in Building 58 at JB Charleston Weapon Station is provided, requiring design, installation, commissioning, demolition, and adherence to specific environmental and safety protocols.
Contract Details
This is a Firm Fixed-Price IDIQ contract with a Base Year, four 12-month Option Periods, and a 6-month Extension of Services. The estimated magnitude is a minimum of $2,000.00 and a maximum not to exceed $74,000,000.00. A Proposal Bond of $2,960,000.00 is required, with Performance and Payment Bonds of $4,884,000.00 (or 100% of total active task orders, whichever is greater) due within 15 days of award.
Proposal Requirements
Proposals must be submitted electronically via DOD SAFE and consist of three parts:
- Part I – Price Proposal: Includes SF 1442, proposed coefficients (per Attachment 10 Schedule B, incorporating all costs except specific exclusions), and certifications.
- Part II – Technical Proposal: Addresses Program Management (organization, key personnel, subcontract management), Contractor Coefficient Development, and Project Planning and Execution. It also requires a Sample Project proposal (35% design level, detailed scope, detailed price using RS MEANS).
- Part III – Past Performance Information: Requires Attachment 9 (Past Performance Projects List) detailing up to ten relevant contracts from the last five years. Joint Ventures are permitted for this 8(a) set-aside, requiring SBA approval.
Evaluation Factors
Award will be based on a competitive best value source selection using trade-off procedures. The evaluation will consider Past Performance, Technical Capability (pass/fail), and Price. Past Performance is significantly more important than Price. Technical evaluation will be conducted on up to seven lowest-priced offerors on a pass/fail basis; only technically acceptable proposals will be considered. Price will be evaluated for reasonableness, realism, and balance, with a specific formula for "Total Evaluated Price." The sample project price will not be factored into the overall price evaluation.
Key Dates
- Pre-Proposal Conference & Site Visit: April 22, 2026 (Sign-in sheet available).
- Questions Due: April 27, 2026, by 2:00 PM EST (use Attachment 13 Q&A Form).
- Proposal Submission Deadline: May 11, 2026, by 3:00 PM local time.
- Offer Acceptance Period: 210 calendar days.
Special Conditions & Attachments
Numerous attachments detail specific requirements, including:
- Main SOW (Attachment 01): Personnel qualifications (SPM, QCM, PM, SM), limited design services, QC program, Health and Safety Plan, Task Order pricing based on Unit Price Book (RSMeans).
- Environmental & Safety: Governmental Safety Requirements (Attachment 10 JBCGS 013526), Quality Control for Minor Construction (Attachment 09 014500), Construction Waste Management (Attachment 05 JBCGS 017419), Sustainable Procurement (Attachment 04 JBCGS 015720 Att A), Environmental (Attachment 03 JBCGS 015720), Temporary Environmental Controls (Attachment 06 JBCGS 015719), and the JB CHS Tree Ordinance (SOW Attachment 11).
- Base-Specific Requirements: Architectural Compatibility Plan (SOW Attachment 01), Cable Management Policy (SOW Attachment 02), NPTU Contractor Special Conditions (SOW Attachment 08), and Brig Security Requirements (SOW Attachment 07).
- Sole Source Approvals: For chillers (Trane Inc. for JB Charleston), fire alarm panels (Monaco for JB Charleston), and generators (Cummins, Caterpillar, Kohler).
- Wage Determinations: For Berkeley, Charleston, Dorchester, Orangeburg, and Sumter Counties, SC.
- Historical Data: From previous SABER contracts (FA441816D0002 and FA441821D0002) is provided for informational purposes.