Westover Air Reserve Base Simplified Acquisition of Base Engineering Requirements (SABER)
ID: WARB-SABERType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA6606 439 CONF PKWESTOVER AFB, MA, 01022-1508, USA

NAICS

Commercial and Institutional Building Construction (236220)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought notice for the Simplified Acquisition of Base Engineering Requirements (SABER) at Westover Air Reserve Base in Chicopee, Massachusetts. This procurement aims to identify responsible sources for a single award Indefinite Delivery/Indefinite Quantity (IDIQ) contract, which will encompass a variety of multi-trade commercial and institutional building construction projects, including renovations and repairs, with task orders ranging from $10,000 to $750,000. The contract is particularly significant as it is intended to be a competitive 8(a) Set-Aside for eligible small businesses with a bona fide office within the designated geographical area, which includes parts of Connecticut, Massachusetts, New Hampshire, Rhode Island, Syracuse, and Vermont. Interested parties must submit their capability statements to Ewa Gosselin at ewa.gosselin@us.af.mil by the end of business on December 31, 2025, and must be registered in the System for Award Management (SAM) database prior to award consideration.

    Files
    No associated files provided.
    Similar Opportunities
    SABER IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Nellis Air Force Base, Creech Air Force Base, and the Nevada Test and Training Range. This contract, set aside for HUBZone firms, aims to provide a wide range of construction and maintenance services, including carpentry, plumbing, HVAC, and electrical work, with individual task orders valued between $15,000 and $4 million, and a total ceiling amount not exceeding $185 million over a five-year period. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by January 23, 2026, following a pre-proposal conference scheduled for October 29, 2025. For further inquiries, potential bidders can contact Corrine Lemon at corrine.lemon@us.af.mil or Angela Mendoza at angela.mendoza.1@us.af.mil.
    Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at Ellsworth Air Force Base in South Dakota. This procurement aims to establish a firm-fixed price indefinite delivery indefinite quantity contract, where the selected contractor will provide all necessary personnel, equipment, transportation, and supplies to execute various task orders related to base engineering. The work is crucial for maintaining safe, sanitary, and operational conditions at the base, adhering to all applicable regulations. Proposals are due by July 10, 2025, with an anticipated award date of August 30, 2025. Interested contractors must be registered in the System of Award Management (SAM) and can direct inquiries to the primary contact, Samantha Hough, at samantha.hough.2@us.af.mil or 605-385-1730.
    Maine Air National Guard Fuel Cell Hangar Construction
    Dept Of Defense
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.
    Project Sabre - Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Air Force Lifecycle Management Center (AFLCMC), is initiating Project Sabre, a Commercial Solutions Opening (CSO) aimed at acquiring innovative commercial solutions for enhancing mission system capabilities within weapon system platforms and munitions. This initiative focuses on leveraging commercial technologies to address integration challenges and minimize vendor lock, utilizing open architectures and standards to revolutionize warfighting capability delivery. The CSO operates under 10 U.S.C. 3458 and DFARS 212.70, allowing for FAR Part 12 Contracts or Other Transaction Agreements (OTAs). Interested parties can reach out to Joseph Mizzi at joseph.mizzi@us.af.mil for further information, as future calls will be issued under this base CSO.
    Sources Sought: Minot AFB Construction MACC
    Dept Of Defense
    The Department of Defense, through the 5th Contracting Squadron, is seeking industry input for a potential Multiple Award Construction Contract (MACC) program at Minot Air Force Base (AFB) in North Dakota. This opportunity aims to identify qualified small businesses capable of performing maintenance, repair, minor construction, and design-build projects on real property at Minot AFB, which includes an extensive missile field. The anticipated contract will be a firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) arrangement, with a projected ceiling of approximately $250 million over ten years, reflecting an average yearly construction budget of $22 million. Interested parties are encouraged to submit a Capability Statement to the designated contacts by January 7, 2026, with further details available on the System for Award Management (SAM) website.
    Charleston AFB- Repair POL Operations Building 675
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking sources for the repair of the Petroleum Operations Building (Facility 675) at Charleston Air Force Base. The project aims to renovate the building to enhance functional programming for the Fuel Support Command, Fuels Management, and Auxiliary operations support, as well as to improve the POL laboratory facilities. This opportunity is particularly significant as it is under consideration for a Women-Owned Small Business (WOSB) set-aside, contingent upon the results of the sources sought market research. Interested parties should submit their information to Kristal Dobry at kristal.d.dobry@usace.army.mil or Brandon Hobbs at brandon.s.hobbs@usace.army.mil, as this is a sources sought notice and not a request for proposals.
    183 CES Replace Security Forces Squadron Generator
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard, is seeking qualified contractors to replace the Security Forces Squadron generator at Building 25 in Springfield, Illinois. The project involves providing all necessary labor, materials, tools, and supervision to remove the existing deteriorated 50kW generator and install a new one, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside entirely for small businesses, has an estimated value between $100,000 and $250,000, with a duration of 240 days post-notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer via email for inquiries, and must register on SAM.gov to access the solicitation, which is expected to be issued in mid-July 2025.
    183 CES Demolish Buildings 12 & 13
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors for the demolition of Buildings 12 and 13 located in Springfield, Illinois. The project requires the contractor to provide all necessary labor, materials, tools, and supervision to safely demolish the structures, including the abatement of hazardous materials and site restoration to meet current codes and Department of Air Force Instruction requirements. This contract is set aside 100% for small businesses, with an estimated value between $250,000 and $500,000, and is expected to be awarded in mid-March 2025 following a pre-bid conference in February. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or 217-757-1265 for further details and ensure they are registered in SAM.gov to access the solicitation documents.
    Small Business Construction MATOC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers New England District, is soliciting proposals for a Small Business Construction Multiple Task Order Contract (MATOC). This procurement aims to engage small businesses in the construction of various commercial and institutional buildings, as outlined under NAICS code 236220, with a focus on the construction of miscellaneous buildings. The MATOC is crucial for supporting the Army's infrastructure needs within the North Atlantic Division Area of Responsibility, ensuring that qualified small businesses can contribute to essential construction projects. Interested parties should contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil for further details, as this opportunity is set aside exclusively for small businesses under FAR 19.5 regulations.
    183 CES Repair Vehicle Barriers
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking bids for a contract to repair vehicle barriers at their facility in Springfield, Illinois. The project involves removing existing hydraulic wedge-type barriers and installing two new final denial drop arm style barriers to ensure compliance with current regulations and operational standards. This contract is set aside entirely for small businesses, with an estimated value between $500,000 and $1 million, and is expected to be awarded within a 180-day timeframe following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register on SAM.gov to access the solicitation, which is anticipated to be issued in early August 2025.