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 at Joint Base Charleston (JB CHS), SC, and its outlying properties. This 100% 8(a) Set-Aside opportunity requires comprehensive management, labor, material, equipment, and minor design services for a broad range of maintenance, repair, and minor construction projects. Task Orders (TOs) will range from $2,000 to $2,000,000, with an estimated maximum contract value of $74,000,000. Proposals are due May 11, 2026, at 3:00 PM local time.
Scope of Work
The contractor will execute simultaneous projects across diverse facilities, including airfield support, research and development, waterfront, medical, academic, secure areas, infrastructure, and pavements. Locations include JB CHS - Air Base, JB CHS - Naval Weapons Station, Joint Base Recreational Area - Short Stay, North Auxiliary Airfield, Shaw Air Force Base, Defense Fuel Supply Point, Navy Consolidated Brig, and Nuclear Power Training Unit. The scope involves managing up to 50 concurrent and 75 annual projects, with specific requirements for personnel (Senior Project Manager, Cost Estimator, Quality Control Manager, Project Manager, Safety Manager), limited design services, and a comprehensive Quality Control (QC) program. A sample project for HVAC system replacement in Building 58 at JB CHS Weapon Station is provided, detailing design, installation, and commissioning requirements.
Contract Details
- Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ), Firm Fixed Price.
- Period of Performance: One Base Year, four 12-month Option Periods, plus a 6-month Extension of Services.
- Estimated Magnitude: Minimum $2,000; Maximum Not-to-Exceed $74,000,000.
- Set-Aside: 100% 8(a) Set-Aside (FAR 19.8). Joint Ventures are permissible.
- Place of Performance: Joint Base Charleston, SC, and various outlying properties.
Submission & Evaluation
Proposals must be submitted electronically via DOD SAFE by May 11, 2026, 3:00 PM local time, and remain firm for 210 calendar days. A Proposal Bond of $2,960,000 is required. Performance and Payment Bonds are due within 15 days of award. Proposals consist of three parts:
- Part I – Price Proposal: Includes SF 1442, coefficients for Schedule B (based on RS MEANS), and 8(a) SBA letter.
- Part II – Technical Proposal (20 pages max): Covers Program Management, Project Planning and Execution, and a Sample Project with 35% design.
- Part III – Past Performance Information: Up to ten relevant contracts from the last five years using Attachment 9.
Evaluation will use trade-off procedures, with Past Performance significantly more important than Price. Technical Capability is a pass/fail requirement. The government may hold discussions and request Final Proposal Revisions.
Key Requirements & Attachments
Bidders must adhere to extensive requirements detailed in attachments, including:
- Environmental & Sustainability: Compliance with federal, state, local environmental laws, waste management (60% diversion goal), sustainable procurement (recovered/biobased materials), and specific environmental controls.
- Safety & Quality: Comprehensive QC program (three phases of control), Health and Safety Plan (EM 385-1-1), and adherence to governmental safety requirements.
- Wage Rates: Prevailing wage rates for various counties in South Carolina (Orangeburg, Berkeley, Charleston, Dorchester, Sumter) must be incorporated.
- Base-Specific Conditions: Adherence to the JB CHS Architectural Compatibility Plan, Cable Management Policy, Tree Ordinance, and special conditions for areas like the Naval Consolidated Brig (security vetting) and NPTU.
- Standardization: Awareness of approved sole-source manufacturers for chillers (Trane), fire alarm panels (Monaco), and generators at JB Charleston.
- Submittals: Use of JB CHS Transmittal Form 4025 for approvals.
Important Dates
- Pre-proposal Conference & Site Visit: April 22, 2026, 10:00 AM EST.
- Questions Due: April 27, 2026, 2:00 PM EST.
- Proposal Due: May 11, 2026, 3:00 PM local time.