SABER IDIQ
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, 99th Contracting Squadron, is soliciting proposals for a Simplified Acquisition for Base Engineering Requirements (SABER) Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. This opportunity covers design and construction projects at Nellis Air Force Base, Creech Air Force Base, and the Nellis Test and Training Range (NTTR). This is a 100% Competitive HUBZone Set-Aside. Proposals are due March 10, 2026.
Scope of Work
This SABER IDIQ will provide a vehicle for a broad range of maintenance, repair, and minor construction projects on real property. Work may include demolition, site work, excavation, concrete, masonry, structural steel, electrical, mechanical (HVAC), painting, millwork, and other general contracting services. Design services are also included. Individual task orders will define specific projects.
A seed project, the Renovation of Building 10250 at Nellis AFB for the Honor Guard, is part of this solicitation. This renovation includes replacing collapsed sewer lines, updating existing restrooms, converting other restrooms into office space, and upgrading the building's fire alarm and HVAC systems. Extensive demolition and new construction (walls, ceilings, flooring, electrical, plumbing) are required. Hazardous materials testing and abatement are necessary, with bidders expected to factor abatement costs into their estimates.
Contract Details
This is a Firm-Fixed Price (FFP) IDIQ contract with a maximum ceiling of $185,000,000 over a five-year ordering period. The minimum guarantee for the awarded contract is $50,000. Individual task orders are estimated to range from $15,000 to $4,000,000. The applicable NAICS code is 236220 (Construction) with a small business size standard of $45M. A bonding capability of $40M is required.
Submission & Evaluation
Proposals are due by March 10, 2026, at 2:30 PM PST. Evaluation will follow a Best Value Source Selection based on the Highest Technically Rated Offeror (HTRO) methodology, considering Technical Experience, Technical Proposal and Qualifications, and Pricing. The top two technically rated offerors will have their pricing analyzed for reasonableness.
Offerors must be certified HUBZone firms and registered in SAM.gov. Proposals must be submitted in both hard copy and electronic format, including CAGE code and UEI. A mandatory Self-Scoring Matrix (latest version Feb 3, 2026) must be completed for past performance, considering CPARS scores for task orders of $750,000 or more. The Gordian Construction Task Catalog (CTC) within the eGordian system is the required pricing basis, and the awardee will be responsible for Gordian system license fees (5% up to $6M, then 1.95%).
Key Dates & Contacts
- Proposal Due Date: March 10, 2026, 2:30 PM PST
- Contracting Office: 99 CONS, Nellis AFB, NV 89191
- Primary Contact: Corrine Lemon (corrine.lemon@us.af.mil; 702-652-6196)