Simplified Base Engineering Requirements (SABER)
ID: FA4855-18-R-0003Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4855 27 SOCONS LGCCANNON AFB, NM, 88103-5321, USA

PSC

MAINT, REPAIR, ALTER REAL PROPERTY (Z)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Simplified Base Engineering Requirements (SABER) contract at Cannon Air Force Base and Melrose Air Force Range in New Mexico. This procurement aims to provide maintenance, repair, and alteration services for real property, ensuring the operational readiness and safety of the facilities. The contract is set aside for small businesses, emphasizing the importance of engaging local and small-scale contractors in fulfilling government needs. Interested parties can reach out to Sarah C. Muraco at sarah.muraco@us.af.mil or Charles M. Carnley at charles.carnley@us.af.mil for further details, with the presolicitation notice indicating a focus on timely submissions and compliance with federal contracting regulations.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Westover Air Reserve Base Simplified Acquisition of Base Engineering Requirements (SABER)
    Buyer not available
    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.
    Cannon AFB - Operation and Maintenance of Wastewater Treatment Plant
    Buyer not available
    The Department of Defense, through the 27th Special Operations Contracting Squadron, is seeking proposals for the operation and maintenance of the Wastewater Treatment Plant (WWTP) at Cannon Air Force Base (AFB) in New Mexico. This procurement, designated as a Total Small Business Set-Aside, requires comprehensive non-personal services, including management, tools, supplies, equipment, and certified personnel to ensure 24/7 operation, maintenance, inspection, and repair of the WWTP, which has a capacity of approximately 1.5 million gallons per day. Proposals must demonstrate technical capability, past performance, and pricing, with a focus on technical and past performance factors being significantly more important than price. Interested vendors should submit their proposals by January 7, 2026, at 12:00 P.M. MST, and are encouraged to attend site visits scheduled for December 4 and 11, 2025. For further inquiries, contact Karina Bala at karina.bala@us.af.mil or Iris Rangel Bermudez at iris.rangelbermudez.1@us.af.mil.
    Project Sabre - Commercial Solutions Opening (CSO)
    Buyer not available
    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
    Buyer not available
    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.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Buyer not available
    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.
    Facility Maintenance Contract IDIQ Sources Sought
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry capabilities for a Facility Maintenance Contract (FMC) Indefinite Delivery Indefinite Quantity (IDIQ) Support contract for the 55th Wing at Offutt Air Force Base, Nebraska. This procurement aims to gather information on comprehensive facility maintenance, repair, inspection, and operation services, which are critical for ensuring the continuous, safe, and efficient operation of infrastructure and systems at the base. The contract will encompass a wide range of services, including preventative and corrective maintenance, emergency repairs, and compliance with regulatory standards, with individual Task Orders issued to address specific needs. Interested parties should contact Casey Hupton at casey.hupton.1@us.af.mil or Nichole Barragan at nichole.barragan.2@us.af.mil for further information, as the government is evaluating responses to inform its acquisition strategy.
    F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Buyer not available
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting proposals for F-15 Cable and Light Off Detector (LOD) Repair Services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E cable and LOD parts to serviceable condition in accordance with specified technical orders. Interested vendors must possess an approved Source of Approved Repair (SAR) letter and be registered in the System for Award Management (SAM) to be eligible for award. For inquiries, potential offerors can contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, referencing Solicitation Number FA480926Q0003. All solicitation documents will be available on SAM.gov.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Buyer not available
    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.
    TINKER AFB MAC BOA WWYK250031 - Repair B62528 (Round 2)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of Building B62528 at Tinker Air Force Base, Oklahoma, under the project title "WWYK250031 - Repair B62528." This project, which is a total small business set-aside, involves various demolition and renovation tasks to ensure compliance with applicable NEC and NFPA standards, with an estimated construction cost between $1,000,000 and $5,000,000. Contractors must commence work within 10 calendar days of receiving the notice to proceed and complete the project within 400 calendar days, adhering to strict quality control and safety protocols. Interested parties must attend a mandatory site visit on October 21, 2025, and submit proposals by December 10, 2025. For further inquiries, contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil.
    Multiple Award Task Order Contract for Resilient Architect-Engineer Services (RAES)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is issuing a presolicitation for a Multiple Award Task Order Contract (MATOC) for Resilient Architect-Engineering Services (RAES), with a total contract ceiling of $3.4 billion. This contract aims to support Facility Sustainment, Restoration, and Modernization (FSRM) and Military Construction (MILCON) projects, focusing on both Title I and Title II services over a ten-year period, which includes a five-year base and a five-year option. The procurement is significant for enhancing mission resilience through innovative design and construction practices, and it includes a partial small business set-aside, specifically reserving a portion for Woman-Owned Small Businesses (WOSB). Interested firms must RSVP for a virtual Industry Day on December 16, 2025, submit questions by December 15, 2025, and prepare for SF330 submissions due by January 30, 2026. For further inquiries, contact Samuel Mendez at samuel.mendez@us.af.mil or Salvador Castillo at salvador.castillo@us.af.mil.