Invitation for Bid: Simplified Acquisition of Base Engineering Requirements (SABER) Program, Vandenberg SFB
ID: FA461024B0003Type: Solicitation
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
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified HUBZone firms for the SABER IDIQ contract, aimed at fulfilling Base Engineering Requirements at Nellis Air Force Base and associated locations. This procurement involves an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for various design and construction projects, including carpentry, road repair, HVAC, plumbing, and more, with individual task orders ranging from $15,000 to $4.5 million. The total estimated value of the contract is between $100 million and $250 million, with a performance period of five years anticipated to begin with a solicitation release around August 15, 2025. Interested contractors must register in the System for Award Management (SAM) and can contact Corrine Lemon at corrine.lemon@us.af.mil or Angela Mendoza at angela.mendoza.1@us.af.mil for further information.
    SXHT 24-9000 Construct Weapons Maintenance Addition
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a Firm-Fixed-Price Construction Contract to construct a Weapons Maintenance Addition at Patrick Space Force Base in Florida. This project, designated as SXHT 24-9000, aims to enhance the existing facility by adding administrative offices, meeting rooms, and classroom spaces, with an estimated construction cost between $1 million and $5 million. The opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the government's commitment to supporting small business participation in federal contracting. Interested contractors must submit their bids by July 14, 2025, and are encouraged to contact the contracting officer, 2d Lt. Charles Cowart, at charles.cowart.4@spaceforce.mil for further inquiries.
    21 CES Traffic Control Barriers
    Buyer not available
    The Department of Defense, through the 21st Contracting Squadron, is soliciting proposals for the installation of Traffic Control Barriers at Peterson Space Force Base in Colorado. The project requires contractors to provide all necessary management, tools, supplies, equipment, and labor to meet the specifications outlined in the Statement of Work, including the installation of electric traffic control gate arms with specific crash ratings. This procurement is a total small business set-aside, with a firm-fixed price contract anticipated to be awarded for a total amount of up to $45 million, and completion expected within 110 calendar days from the award date. Interested vendors must submit their proposals by July 18, 2025, and can direct inquiries to Contract Specialist SrA Kyle Howard at kyle.howard.12@spaceforce.mil or Contracting Officer TSgt Patrick Berger at patrick.berger@spaceforce.mil.
    CES INCLINOMETER READINGS AT SOUTH VSFB
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the CES Inclinometer Readings project at South Vandenberg Space Force Base (VSFB) in California. This procurement aims to secure commercial services for conducting inclinometer sensor readings and geotechnical site evaluations, which are critical for ensuring the stability of mission operations and infrastructure. The selected contractor will be responsible for overseeing the readings of 13 existing sensors, with evaluations scheduled twice in the base year and annually for the following four years, adhering to industry standards and safety regulations. Interested small businesses must submit their quotes by July 21, 2025, and ensure they are registered with the System for Award Management (SAM). For further inquiries, potential offerors can contact Quintin Day at quintin.day@spaceforce.mil or Chris Richardson at charles.richardson.16@spaceforce.mil.
    SLD 30-SE FY25 Indirect Funded VSFB Population Study, Vandenberg SFB CA
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking contractors to conduct a population study at Vandenberg Space Force Base (VSFB) in California. The objective of this study is to accurately estimate the current resident and transient populations, accounting for seasonal variations and differentiating between various land uses, to support launch flight safety analysis. This initiative is critical for updating decade-old demographic data that informs safety protocols for space launches. Interested contractors must submit their quotes by July 8, 2025, and ensure they are registered with the System for Award Management (SAM). For further inquiries, potential bidders can contact Chris Hummel at christopher.hummel.6@spaceforce.mil or SSgt Devante Mathews at devante.mathews@spaceforce.mil.
    Education Center Science Lab Equipment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of commercial science lab equipment for an education center at Vandenberg Space Force Base in California. This initiative aims to enhance STEM education by providing essential laboratory equipment, including sinks, cabinets, and adjustable desks, to support on-site lab classes for students enrolled in local colleges. The contract is a 100% Small Business Set-Aside, with quotes due by July 14, 2025, and delivery expected between December 2025 and February 2026. Interested contractors must ensure compliance with federal procurement standards and can direct inquiries to Taylor Dunn or Kristofer Clark via their provided email addresses.
    KSCC 18-1525 Construct Vehicle Barriers
    Buyer not available
    The Department of Defense, specifically the U.S. Space Force, is soliciting bids for a Firm-Fixed-Price construction contract to construct vehicle barriers at the Kennedy Space Center in Florida. This project, designated as KSCC 18-1525, aims to enhance security through the installation of anti-terrorism measures, including bollards and cable barriers, with an estimated contract value between $500,000 and $1,000,000. The procurement is set aside for Women-Owned Small Businesses (WOSB), emphasizing the government's commitment to promoting equitable contracting opportunities. Interested bidders must submit their electronic proposals by July 24, 2025, with all inquiries directed to the primary contact, 2d Lt. Charles Cowart, at charles.cowart.4@spaceforce.mil.
    RPR/ADD RADR VEHICLE MX, B121
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the construction project titled "RPR/ADD RADR VEHICLE MX, B121" at Morón Air Base in Spain. The project involves expanding the vehicle maintenance facility by constructing a new building of approximately 608 square meters, which will include maintenance bays, storage areas, and restroom facilities, alongside necessary renovations to the existing structure. This initiative is crucial for enhancing military infrastructure and ensuring operational readiness for the Rapid Airfield Damage Recovery (RADR) vehicle fleet. Interested contractors must submit their bids by 10:00 AM local time on July 30, 2025, and are encouraged to attend a pre-proposal conference on July 11, 2025. The estimated contract value ranges between $1 million and $5 million, and inquiries can be directed to the primary contact, Augustus Shinn, at augustus.shinn@us.af.mil.
    EDI CNS MSA Barricades
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the construction of EDI CNS MSA barricades at Morón Air Base in Spain, with a project budget estimated between $1,000,000 and $5,000,000. The project involves the installation of earthen and concrete barricades, requiring compliance with local Spanish laws and regulations, as well as adherence to safety, environmental, and quality control standards. Interested contractors must submit sealed bids by July 16, 2025, and are encouraged to attend a pre-proposal conference on June 25, 2025, to clarify project specifications and requirements. For further inquiries, contractors can contact Augustus Shinn at augustus.shinn@us.af.mil or Elia Portz at elia.portzcueli.1.es@us.af.mil.
    Repair Water Lines, Various
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to undertake the Repair Water Lines project at Patrick Space Force Base in Florida. The project involves replacing approximately 9,438 linear feet of 16" diameter water main and 13,527 linear feet of 12" diameter water main, along with additional replacements of various smaller diameter mains, all as specified in the project drawings and statement of work. This procurement is critical for maintaining the infrastructure necessary for water supply and management at the base, with a contract value estimated between $5 million and $10 million. Interested 8(a) small business contractors must register on the System for Award Management (SAM) and submit their bids electronically, with the solicitation expected to be available around July 16, 2025. For further inquiries, contact Frank Gillen at frank.gillen@spaceforce.mil or Patricia Bates at patricia.bates@us.af.mil.