Invitation for Bid: Simplified Acquisition of Base Engineering Requirements (SABER) Program, Vandenberg SFB
ID: FA461024B0003Type: Solicitation
3 AwardsJan 14, 2025
$180M$180,000,000
AwardeeRDZ CONTRACTORS, INC. Nipomo CA 93444 USA
Award #:FA461025D0003
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4610 30 CONS PKVANDENBERG SFB, CA, 93437-5212, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is inviting bids for the Simplified Acquisition of Base Engineering Requirements (SABER) Program at Vandenberg Space Force Base (SFB) in California. This procurement aims to establish multiple award indefinite delivery indefinite quantity (IDIQ) contracts for a range of construction and maintenance tasks, including carpentry, demolition, and plumbing, without the necessity for registered architects or engineers. The contracts, set aside for 8(a) Program Participants, will have a combined maximum value of $60 million, with bids due by 10:30 AM PDT on August 13, 2024, and a public bid opening scheduled for the same day at 11:00 AM PDT. Interested contractors should direct inquiries to Alyson Kolding at Alyson.Kolding@spaceforce.mil or Stella Davis at stella.davis@spaceforce.mil, and must be registered in the System for Award Management (SAM) to be eligible for award.

    Files
    Title
    Posted
    The file outlines the Master Specifications for the Simplified Acquisition of Base Engineering Requirements (SABER) system for the U.S. Space Force at Vandenberg Space Force Base (VSFB), California. The document specifies general requirements for construction tasks, including maintenance and minor construction projects. It details responsibilities of contractors, project management procedures, safety and security protocols, and compliance with federal, state, and local regulations. Key components include a comprehensive list of specifications across various construction divisions, requirements for quality control, environmental protection, and safety measures, particularly in airfield areas. Contractors must submit detailed proposals that include project plans, cost estimates, and schedules, ensuring adherence to Unified Facilities Guide Specifications (UFGS) and applicable building codes. The document also outlines procedures for task order selection, emphasizing fair opportunity for contractors and detailing proposals' evaluation criteria based on technical merit and cost. It establishes strict guidelines for project execution, ensuring minimal disruption to operations at military installations, and mandates regular communication regarding any issues that may affect work schedules. Overall, this document serves to facilitate efficient and compliant construction efforts within the military infrastructure, emphasizing safety, quality, and regulatory adherence.
    The document outlines the wage determination for construction projects in Santa Barbara County, California, under the jurisdiction of the Davis-Bacon Act. It specifies minimum wage rates that contractors must pay their workers, based on the type of construction (Building, Heavy, and Highway). Rates are categorized according to specific job classifications, such as electricians, carpenters, and laborers, with detailed pay structures including base wages and fringe benefits. Contractors are required to comply with Executive Orders 14026 and 13658, which set the minimum wage requirements for covered contracts initiated or extended after specified dates in 2022. The document also includes specific wage disclosures for various skilled positions, such as asbestos workers, boilermakers, and equipment operators, alongside additional premiums applicable in certain regions or for hazardous work. Additional compliance guidelines require contractors to submit requests for any necessary adjustments in worker classifications not listed within the wage determination. Overall, this document serves as a crucial policy instrument for enforcing fair labor standards and protecting workers in federally-funded construction projects in the specified region.
    The document outlines the wage determination for various construction projects in Ventura County, California, in accordance with the Davis-Bacon Act and associated Executive Orders. It specifies the minimum wage rates that contractors must pay to workers based on the type of work and contract type, including provisions for hourly pay rates effective in 2024. The minimum pay ranges, adjusted depending on whether the contracts fall under Executive Order 14026 or Executive Order 13658, highlight the requirement to pay no less than $17.20 or $12.90 per hour, respectively, based on contract details. The document details wage rates for a variety of construction roles such as asbestos workers, electricians, operators, and laborers, each with specific rates and fringe benefits. Additional premium pay provisions are noted for work done in hazardous conditions or at military bases. As part of the federal contracting process, this wage determination aims to ensure fair labor practices and worker protections, essential for compliance with federal grants and local RFPs within the construction sector. The comprehensive wage scales and classifications serve as a crucial resource for contractors working on governmental projects in the region, ensuring adherence to established labor standards.
    The document outlines the wage determinations for construction contracts in California, specifically under General Decision Number CA20240018, effective from February 9, 2024. It details minimum wage rates for various types of construction work—building, heavy, dredging, and highway—across multiple counties, including Alameda, Santa Clara, and San Francisco. The wages outlined adhere to the Davis-Bacon Act, ensuring contractors pay at least the applicable minimum wage based on the specific executive orders that govern their contracts. Key points include the stipulation that, for contracts effective from January 30, 2022, workers must earn a minimum of $17.20 per hour, while contracts prior to that date may allow for lower rates depending on renewal. The document includes specific wage rates for numerous job classifications, including carpenters, electricians, and operators, varying between areas within the counties mentioned. This wage determination affects employers involved in federal contracts, promoting fair compensation practices in government-funded projects, thereby directly influencing labor standards and employment conditions within the construction industry in California. The structure presents detailed wage rates and classifications methodically, ensuring clarity in compliance for contractors and fairness for workers.
    The document FA461024B0003, specifically Attachment 05 – Executive Summary Sheet, serves as an introductory overview for a contractor submitting a proposal in response to a federal Request for Proposal (RFP). It captures essential contractor information such as name, address, contact details, and various identification numbers, including the Unique Entity ID and DUNS Number. The sheet also stipulates categories for small business classification, allowing the contractor to specify if they qualify under federal minority or small business designations, such as 8(a) or Veteran-Owned Small Business. Additionally, it outlines designated individuals authorized to negotiate the proposal—both a primary and an alternate point of contact—ensuring communication clarity. This summary sheet is vital for streamlining the proposal process, promoting transparency and accountability in contractor engagements, and adhering to federal procurement standards. Its structured format facilitates easy reference and assists in determining contractor eligibility in alignment with federal and state guidelines.
    The document FA461024B0003 is a coefficient worksheet associated with the Simplified Acquisition of Base Engineer Requirements (SABER) for a federal solicitation. It outlines the periods of performance for a proposed contract, encompassing a base year and four option years, along with a 6-month extension. Each period shows a proposed standard coefficient, which is required to be provided in four decimal places and is presently set to zero across all periods, indicating no proposed values at this time. The instruction to offerors emphasizes that only the standard coefficients in the highlighted boxes are to be evaluated, linking them to the pricing proposed in the solicitation. This document serves as a guideline to ensure offerors follow specific formatting and evaluation criteria integral to the procurement process in adherence to federal RFP standards. It directly relates to the government's structured approach to soliciting offers for engineering services, ensuring clarity and consistency in the contract award process.
    The document outlines a Request for Proposal (RFP) for the Simplified Acquisition of Base Engineering Requirements (SABER) at Vandenberg Space Force Base (SFB), California. The solicitation (FA461024B0003), issued on July 9, 2024, intends to award up to three Firm-Fixed-Price, Indefinite Delivery Indefinite Quantity (IDIQ) contracts with a combined maximum value of $60 million. Task Orders will range from $2,000 to $5 million, starting with a minimum guarantee of $2,000 post-award. Contractors are required to provide appropriate performance and payment bonds for each task order. Key dates include a pre-bid conference scheduled for July 16, 2024, and due dates for pre-bid Requests for Information (RFIs) by July 23, 2024. The RFP specifies that sealed bids must be submitted by a defined date and time. The attached specifications detail performance expectations, compliance with various federal regulations, and contract administration procedures. Emphasizing the importance of health and safety, the RFP encompasses clauses for inspecting construction work, ensuring conformity with labor standards, and prohibiting certain international business dealings. This solicitation reflects the government's strategic investment in engineering and construction services aligned with national defense operations and infrastructure improvement.
    This document outlines the selection process and requirements for contractors involved in the SABER program under federal RFPs. It explains that contractors with equal qualifications will be evaluated based on their Total Evaluated Price, which is determined by averaging their coefficients. The Statement of Work (SOW) must detail the contractor's understanding of the project, separate from the necessary design documentation. Contractors are not required to hire licensed architects or engineers unless specific designs demand it. The document details the expected volume of task orders, training obligations, and stipulations about using RS Means cost data. There are no compliance requirements for CMMC or specific bonding details, although compliance with NIST SP 800-171 is mandated. Joint ventures and standalone bidders will be treated equally, with a commitment made to notify contractors regarding future opportunities. Lastly, the document clarifies that electronic submissions are acceptable, and a fixed maximum of three contracts will be awarded for the program overall. The purpose of this document is to provide clarity on the selection, bid preparation, and project execution processes for contractors bidding on government contracts, emphasizing transparency and fairness in the procurement process.
    The document outlines the details of the VSFB SABER 2024 Pre-Bid Conference held on July 16, 2024. Key participants included representatives from various contracting and construction companies, federal personnel from the USSF SSC 30 CONS (Contracting Squadron), and several unverified individuals. The meeting commenced at 12:48 PM and concluded at 2:31 PM, facilitating discussions among attendees representing diverse organizations, both in-person and virtually. The focus of the conference was likely to prepare contractors for the upcoming Request for Proposals (RFP) related to the SABER (Standardized A-E Basic Engineering Requirements) program, an initiative associated with federal grants. This platform allows interested parties to gain insights into project requirements, scope, and bidding procedures. The extensive participant list underscores a collaborative effort to engage various stakeholders in the military contracting process, emphasizing the importance of compliance and competitive bidding within federal and local contracting frameworks. Overall, the meeting served as a crucial step for contractors in aligning their capabilities with the government's needs while fostering transparency in the bidding process.
    The document outlines the "Launch and Test Above the Rest" initiative under the 2024 SABER program, specifically aimed at soliciting bids for construction-related tasks at various California Air Force installations. It emphasizes a competitive, small business set-aside approach, with a focus on joint ventures and mentor programs. The acquisition plan details the awards of up to three contracts based on sealed bidding for a base year and four option years, with a minimum contract guarantee of $2,000. Key locations include Vandenberg SFB and other notable sites in the region. The document provides specifications on construction requirements and guidelines for bids, encompassing environmental, safety, and security considerations. It outlines the basis for awarding contracts, emphasizing a thorough evaluation process for bids based on price and responsiveness. Additionally, it gives details about on-ramping and off-ramping procedures for contractors based on performance, ensuring the quality and capability of awardees throughout the contract's term. Overall, this RFP is part of an ongoing effort to enhance infrastructure while adhering to strict compliance and performance standards within the federal government contracting framework.
    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.
    Westover Air Reserve Base Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    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.
    SENTINEL AIR EDUCATION TRAINING COMMAND FORMAL TRAINING UNIT (AETC FTU)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of the Sentinel Air Education Training Command Formal Training Unit (AETC FTU) at Vandenberg Space Force Base in California. This project involves the construction of a 16,489 square meter (177,490 square feet) training facility designed to support Sentinel training for maintenance and operations, integrating student instruction and lab curriculum to enhance collaboration and reduce transit times between venues. The estimated contract value ranges from $100 million to $250 million, with a project duration of 1,000 calendar days, and it is issued as an unrestricted full and open competition. Interested parties can contact Raj Cooper at raj.cooper@usace.army.mil or by phone at 213-452-3168 for further details.
    Amended: 20251210; Security Escorts at Vandenberg SFB, CA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a contract to provide security escorts at Vandenberg Space Force Base, California. This procurement requires contractors to supply TS/SCI cleared, unarmed security escorts to assist IT contractors from DH Technologies, Inc. in the installation of communication cabling and network components within a restricted area, specifically Building 10577 SCIF. The contract is a total small business set-aside, covering approximately 4,400 hours of service from January 1, 2026, to July 1, 2027, with proposals due by 11:00 AM Pacific Time on December 18, 2025. Interested parties should direct inquiries to Scott Yeaple at scott.yeaple@spaceforce.mil or Vince Mills at vincente.mills.2@spaceforce.mil, and must comply with various federal regulations and wage determinations as outlined in the solicitation documents.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, ND. This opportunity is aimed at identifying potential prime construction contractors with bonding capabilities of at least $108 million to undertake a project valued between $100 million and $250 million, which includes the construction of a 132,000 square foot facility with various operational spaces and site improvements. Interested contractors must submit their qualifications and relevant project experience by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, as the anticipated contract award is expected in the third or fourth quarter of fiscal year 2027.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Ground Based Strategic Deterrent Consolidated Maintenance Facility at F.E. Warren Air Force Base in Wyoming. This project aims to establish a facility that will support the maintenance and operational readiness of strategic deterrent systems, which are critical for national defense. The solicitation is open to both large and small businesses, and interested vendors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) to access the necessary specifications and drawings. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to follow the registration instructions outlined in the solicitation documents.
    Special Notice For Space Systems Command Strategic Services Vehicle (SSSV) Program
    Dept Of Defense
    The Department of Defense, specifically the United States Space Force's Space Systems Command, is issuing a special notice regarding the Strategic Services Vehicle (SSSV) Program, which includes the upcoming release of multiple Blanket Purchase Agreements (BPAs) for various advisory and assistance services. The procurement aims to provide essential support in areas such as Acquisition, Security, Financial Management, and Engineering, with a focus on engaging small businesses, particularly Service-Disabled Veteran-Owned and Woman-Owned Small Businesses. The estimated release for the Acquisition Support BPA is projected for the fourth quarter of Calendar Year 2025, with additional solicitations expected throughout 2026, and a total funding magnitude of approximately $188 million for Acquisition Support alone. Interested parties can reach out to Maria Jimenez or Capt Bryan Smith at ssc.esd.sssv-program@spaceforce.mil for further information.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    30 FSS Sports Officials
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Sports Officials and Scorekeeping services at Vandenberg Space Force Base in California. The procurement aims to provide officiating and scorekeeping for various adult intramural, varsity, and youth sporting events, ensuring that all officials are certified and adhere to game rules and base-specific bylaws. This contract is crucial for maintaining organized and professional sporting activities at the base, enhancing community engagement and morale among service members and their families. Interested small businesses must submit their quotations by August 19, 2025, with an anticipated award date of October 1, 2025, and can direct inquiries to Vince Mills or Kristofer Clark via email.
    U.S. Space Force (USSF) Space Based Interceptor (SBI) LOE 2M Request for Prototype Proposal (RPP)
    Dept Of Defense
    The U.S. Space Force (USSF) is seeking proposals for the Space Based Interceptor (SBI) Level of Effort 2M through a Request for Prototype Proposal (RPP) under the Department of Defense. This initiative focuses on developing kinetic midcourse solutions, with the intention to competitively award multiple fixed-price Other Transaction Agreements (OTAs) in accordance with relevant U.S. Code provisions. The SBI program is critical for enhancing the U.S. defense capabilities in space, and while this opportunity is not set aside for small businesses, participation from small and disadvantaged businesses is encouraged. Interested companies must submit requests for access to the RPP Bidders Library by December 15, 2025, and can contact Brent Jorgensen at brent.jorgensen.1@spaceforce.mil for further information.