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 (99 CONS) 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 Range 63, Point Bravo, and Nellis Test And Training Range (NTTR). The maximum contract value is $185,000,000. This is a 100% HUBZone Set-Aside. Proposals are due March 17, 2026, at 2:30 PM local time.
Scope of Work
The SABER IDIQ will provide a vehicle for a broad range of design and construction projects, including carpentry, road repair, roofing, excavation, electrical, HVAC, plumbing, demolition, fire protection, concrete, and masonry. Offerors must possess in-house design capability or ready access to design services. Individual task orders are estimated to range from $15,000 to $4,000,000. A seed project involves the renovation of Building 10250 at Nellis AFB for the Honor Guard, including sewer line replacement, restroom renovation, office conversion, and HVAC/fire alarm system upgrades. Hazardous materials testing and abatement are required for this seed project.
Contract Details
- Contract Type: Firm Fixed-Price (FFP) Indefinite-Delivery Indefinite-Quantity (IDIQ)
- Period of Performance: Five (5) years, with each year being an ordering period.
- Maximum Ceiling: $185,000,000
- Minimum Guarantee: $50,000
- Bonding Capability: $40,000,000
Eligibility & Submission
This is a 100% HUBZone Set-Aside competition, limited to qualified and eligible HUBZone firms. The applicable NAICS code is 236220 (Construction) with a small business size standard of $45M. Offerors must be registered in SAM.gov with a CAGE code and UEI. Foreign participation at the prime contractor level is not permitted. Proposals must be submitted electronically via DoD SAFE and one hard copy. Performance and Payment Bonds are required.
Evaluation Factors
Award will be based on a Best Value Source Selection using a Highest Technically Rated Offeror (HTRO) methodology. Evaluation factors include Technical Experience, Technical Proposal and Qualifications, and Pricing. Offerors must utilize a Self-Scoring Matrix (Attachment 3, latest version dated Feb 17, 2026) to document past performance, and a Contract Reference Information Sheet (Attachment 45) for completed contracts. The Gordian Construction Task Catalog (CTC) will be used for pricing, and a JOC System License fee (5% up to $6M, then 1.95%) will apply to awarded task orders.
Key Dates & Contacts
- Proposal Due Date: March 17, 2026, at 2:30 PM local time (PST).
- Pre-Proposal Conference & Site Visit: Held on October 29, 2025.
- Questions/RFIs Due: November 3, 2025, at 4:30 PM PST.
- Contact Point: Corrine Lemon; corrine.lemon@us.af.mil; 702-652-6196.