Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 05, 2025 SAM #8622
SOLICITATION NOTICE

Z -- SABER IDIQ

Notice Date
7/3/2025 6:57:08 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA4861 99 CONS LGC NELLIS AFB NV 89191-7063 USA
 
ZIP Code
89191-7063
 
Solicitation Number
FA486125R0003
 
Archive Date
07/19/2025
 
Point of Contact
Corrine Lemon, Phone: 7026526196, Angela Mendoza, Phone: 7026528510
 
E-Mail Address
corrine.lemon@us.af.mil, angela.mendoza.1@us.af.mil
(corrine.lemon@us.af.mil, angela.mendoza.1@us.af.mil)
 
Small Business Set-Aside
HZC HUBZone Set Aside
 
Description
SABER IDIQ PROPOSED SOLICITATION NUMBER: FA486125R0003 DISCLOSURE OF MAGNITUDE: between $100,000,000 and $250,000,000 BONDING CAPABILITY: $40M COMPETITION INFORMATION: HUBZone Firms ESTIMATED SOLICITATION DATE: On or around 15 August 2025 CONTRACTING OFFICE: 99CONS, Nellis AFB, NV 89191 CONTACT POINT: Corrine Lemon, corrine.lemon@us.af.mil The 99th Contracting Squadron intends to solicit a Simplified Acquisition for Base Engineering Requirements (SABER) for Nellis Air Force Base, Creech Air Force Base Range 63, Point Bravo and Nellis Test And Training Range (NTTR). The SABER will be an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for design and/or construction projects that will be awarded via individual task orders. It is anticipated the solicitation will be issued electronically on or around 15 August 2025, on the SAM.gov web page. Paper copies will not be available. Once the solicitation is posted, it is encouraged that interested parties to review this site frequently for any updates/amendments to any and all documents. Base Notice: It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), and WinZip (.zip or .exe.). Task orders will provide a vehicle for execution of a broad range of projects, such as carpentry, road repair, roofing, excavation, interior/exterior electrical, steam fitting, HVAC, plumbing, sheet metal, fencing, demolition, fire protection, concrete, masonry, and other projects. In-house design capability or ready access to design capability is a must for projects including alteration and repair to existing infrastructure. Period of Performance and Magnitude: The maximum ceiling amount (potential price of all task orders issued to SABER Awardee) is between $100M and $250M. The period of performance on the SAMER program is intended to be for five (5) years with each contract year being an ordering period. Individual task orders are estimated to be between $15,000 and $4,5000,000 and will vary in size and complexity. All work shall be in strict compliance with the specifications of the contract and specifications and drawings for each task order. This will be a Competitive HUBZone Procurement limited to qualified/eligible HUBZone firms in the Small Business Administration. The applicable North American Industry Classification System (NAICS) code for this acquisition is Sector 23 (Construction) with a small business size standard of NAICS code: 236220/ Size Std: $45M). The government intends to award one contract under this program. The government intends to hold a site visit for the proposal demonstration project. The exact date of the site visit will be identified in the solicitation. Any prospective contractor must be registered in the System for Award Management (SAM) database in order to be eligible for award. Registration requires applicants to have a CAGE and UEI. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. All prospective offerors must go to http://www.sam.gov/ to add or update its representations and certifications record. It should be noted that per IAW DAFMAN 16-201, foreign participation is not permitted at the prime contractor level.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7aba15f2faa44a348f1310205c4f2789/view)
 
Place of Performance
Address: Nellis AFB, NV 89191, USA
Zip Code: 89191
Country: USA
 
Record
SN07498836-F 20250705/250703230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.