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 (Solicitation FA486125R0003). This HUBZone Set-Aside opportunity has a maximum ceiling of $185 million over five years, with individual task orders ranging from $15,000 to $4,000,000. The contract will cover design and construction projects at Nellis Air Force Base, Creech Air Force Base Range 63, Point Bravo, and the Nellis Test And Training Range (NTTR). Proposals are due March 19, 2026, at 2:30 PM PST.
Scope of Work
The SABER IDIQ will provide a vehicle for a broad range of maintenance, repair, and minor construction projects on real property. This includes carpentry, road repair, roofing, excavation, electrical, HVAC, plumbing, demolition, fire protection, concrete, and masonry. Contractors must possess in-house design capability or ready access to design services. The contract utilizes The Gordian Group's SABER System License (eGordian) for task order contracting and pricing. A specific seed project involves the renovation of Building 10250 at Nellis AFB for the Honor Guard, including sewer line replacement, restroom updates, conversion of restrooms to office space, and HVAC/fire alarm upgrades.
Contract Details
- Contract Type: Indefinite-Delivery Indefinite-Quantity (IDIQ), Firm Fixed-Price task orders.
- Period of Performance: Five (5) ordering periods.
- Maximum Ceiling: $185,000,000.
- Minimum Guarantee: $50,000.
- Individual Task Order Value: Estimated between $15,000 and $4,000,000.
- Pricing: Based on the Gordian Construction Task Catalog (CTC) within the eGordian system. License fees apply (5% up to $6M, then 1.95%).
Set-Aside & Eligibility
This is a 100% Historically Underutilized Business (HUBZone) Set-Aside. Offerors must be qualified/eligible HUBZone firms and provide evidence of HUBZone registration. The applicable NAICS code is 236220 (Construction) with a small business size standard of $45 million. Foreign participation is not permitted at the prime contractor level.
Evaluation Factors
Award will be based on a Best Value Source Selection using the 2 Highest Technically Rated Offeror (2HTRO) methodology. Evaluation factors include Technical Experience, Technical Proposal and Qualifications, and Pricing. Offerors must complete a mandatory Self-Scoring Matrix (Attachment 3, latest version Feb 17, 2026) for past performance evaluation, primarily using CPARS ratings. The government intends to award without discussions but reserves the right to conduct them.
Key Dates & Submission
- Proposal Due Date: March 19, 2026, at 2:30 PM PST.
- Pre-Proposal Conference & Site Visit: Held on October 29, 2025.
- Requests for Information (RFIs) Due: November 3, 2025.
- Submission: Proposals must be submitted electronically via DoD SAFE. Hard copies are no longer required.
Important Notes
Prospective contractors must be registered in the System for Award Management (SAM) database, including CAGE and UEI, to be eligible for award. Funding is not currently available, and award is contingent upon its availability. The government reserves the right to cancel the solicitation at any time. Performance and Payment Bonds are required.