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 (99 CONS), is soliciting proposals for a Simplified Acquisition for Base Engineering Requirements (SABER) Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. This opportunity is a 100% HUBZone Set-Aside for 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 contract has a maximum ceiling of $185,000,000 over five years. Proposals are due March 19, 2026, at 2:30 PM PST.
Opportunity Overview
This SABER IDIQ will provide a vehicle for a broad range of maintenance, repair, and minor construction projects, including carpentry, road repair, roofing, excavation, electrical, HVAC, plumbing, sheet metal, fencing, demolition, fire protection, concrete, and masonry. Contractors 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 for this solicitation involves the renovation of Building 10250 at Nellis AFB to accommodate the Honor Guard, including sewer line replacement, restroom renovation, conversion of space to offices, and HVAC/fire alarm upgrades.
Contract Details
- Contract Type: Firm Fixed-Price (FFP) Indefinite-Delivery Indefinite-Quantity (IDIQ)
- Set-Aside: 100% Historically Underutilized Business (HUBZone) Set-Aside
- NAICS Code: 236220 (Construction), Size Standard: $45M
- Value: Minimum Guarantee: $50,000; Maximum Ceiling: $185,000,000
- Period of Performance: Five (5) year ordering period. Individual task orders to begin within 21 calendar days and complete within 1825 calendar days after Notice to Proceed.
- Bonding: $40M bonding capability required. Performance and Payment Bonds are mandatory.
Submission & Evaluation
- Proposal Due Date: March 19, 2026, at 2:30 PM PST
- Submission Method: Electronically via DoD SAFE. Hard copies are no longer required.
- Evaluation: Best Value Source Selection based on a "2 Highest Technically Rated Offeror" (2HTRO) methodology. Evaluation factors include Technical Experience, Technical Proposal and Qualifications, and Pricing.
- Pre-Proposal Conference/Site Visit: Held on October 29, 2025, at Nellis AFB Theater, followed by a site visit at B10250.
- Requests for Information (RFIs) Due: November 3, 2025, at 4:30 PM PST.
Key Requirements
Offerors must be registered in SAM.gov with a CAGE code and UEI. The contract utilizes Gordian Group's SABER System License for task order contracting, with license fees (5% up to $6M, 1.95% thereafter) to be included in adjustment factors. A mandatory Self-Scoring Matrix (Attachment 3) is used for past performance evaluation, considering CPARS ratings for relevant contracts. Foreign participation is not permitted at the prime contractor level. Environmental compliance, hazardous materials handling, and quality control programs are mandatory for all projects.