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 for Nellis Air Force Base, Creech Air Force Base, Range 63, Point Bravo, and Nellis Test and Training Range (NTTR). This 100% HUBZone Set-Aside opportunity covers a broad range of design and construction projects. Proposals are due March 19, 2026, at 2:30 PM PST.
Scope of Work
This FFP IDIQ contract will provide comprehensive maintenance, repair, minor construction, and design services for real property. Projects will encompass various trades including demolition, site work, excavation, concrete, masonry, structural steel, electrical, mechanical (HVAC), painting, millwork, asbestos remediation, paving, and other general contracting work. Contractors must possess in-house design capability or ready access to it. Individual task orders are estimated to range from $15,000 to $4,000,000.
Contract Details
- Contract Type: Firm-Fixed Price (FFP) Indefinite-Delivery/Indefinite-Quantity (IDIQ)
- Value: Minimum Guarantee of $50,000; Maximum Ceiling of $185,000,000 over 5 years.
- Period of Performance: 5-year ordering period (1825 calendar days after notice to proceed).
- Set-Aside: 100% Historically Underutilized Business (HUBZone) Set-Aside.
- NAICS Code: 236220 (Construction), Size Standard: $45M.
- Bonding Capability: $40M required.
Evaluation & Submission
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 Price. The top two validated technically rated offerors will undergo price reasonableness analysis. In case of a tie, the lower total evaluated proposal with fair and reasonable pricing will be awarded. Proposals must be submitted electronically via DoD SAFE and one hard copy. Offerors must be registered in SAM, have a CAGE code and UEI, and provide evidence of HUBZone registration. The latest Self-Scoring Matrix (dated Feb 17, 2026) must be used, allowing all available spaces for CPARS, including projects under $750K. Past Performance Questionnaires (PPQs) are only for work samples without CPARS. Offers must be valid for 240 calendar days.
Important Notes
A pre-proposal conference and site visit occurred on October 29, 2025, at Nellis AFB. Requests for Information (RFIs) were due November 3, 2025. Mandatory use of Gordian's Job Order Contracting (JOC) System and eGordian for pricing is required, with associated license fees (5% up to $6M, then 1.95%). Performance and Payment Bonds are required within 10 days of award. Foreign prime contractor participation is not permitted. Abatement costs for hazardous materials must be factored into estimates.