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 7th Contracting Squadron (7 CONS), Dyess AFB, TX, is conducting market research through a Sources Sought notice for a Simplified Acquisition of Base Engineering Requirements (SABER) IDIQ. This opportunity is contemplated as a 100% Small Business Set-Aside for design-build and minor construction projects at Dyess AFB, Texas. Responses are due by May 31, 2026, at 8:00 PM CST.
Purpose & Scope
This Sources Sought aims to identify capable small businesses (including 8(a), WOSB, VOSB, SDVOSB, and HUBZone) for a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. The SABER IDIQ will cover a broad range of maintenance, repair, and construction across multiple trades. Projects will involve alteration and repair to existing infrastructure, requiring in-house design capability or ready access to registered/licensed Engineers and Architects. Work will be priced using a Government-provided unit price book (BNI Cost Data) multiplied by the contractor's competitively bid coefficient. Task orders are anticipated to be valued at or over $250,000.00.
Contract Details
- NAICS Code: 236220 – Commercial and Institutional Building Construction
- Size Standard: $45.0M
- Contract Type: Firm-Fixed-Price IDIQ
- Structure: Contemplated as a Single-Award IDIQ with a base period and option years (details to be inserted).
- Place of Performance: Dyess AFB, TX
Eligibility & Requirements
This is a Total Small Business Set-Aside (FAR 19.5). Mandatory requirements include:
- Capability to secure bonding (Bid, Payment, Performance) up to the maximum IDIQ ceiling and individual task orders.
- Registration in the System for Award Management (SAM) via www.sam.gov.
- Prime contractor must be a US-owned entity.
Submission Instructions
Contractors are highly encouraged to submit a capability package by May 31, 2026, at 8:00 PM CST. The package must include:
- Company Information (Name, Address, POC, Phone, Email, UEI, CAGE Code).
- Business Profile (Size, Employees, Years in Business, statement of interest).
- Socio-Economic Status (e.g., Small Business, HUBZone, 8(a), SDVOSB) with documentation.
- Capability Statement identifying specific trades (e.g., carpentry, electrical, HVAC, design/build).
- Relevant Experience: Up to 3 brief descriptions of similar projects within the last 5 years, including value and use of unit price book/coefficient pricing.
- Bonding Capacity (single project and aggregate).
- Direct, detailed answers to the Market Research Questionnaire (attached).
Submit the complete package as a single PDF or Word document to TSgt Marshal Khinno (marshal.khinno@us.af.mil) and Traci Hughes (traci.hughes.1@us.af.mil) with the subject line: "SABER Sources Sought Response - [Your Company Name]".
Attachments
- Draft Statement of Work
- Market Research Questionnaire