Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)
ID: FA469025R0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4690 28 CONS PKCELLSWORTH AFB, SD, 57706-4947, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

8a Competed (8A)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The document outlines the Saber Bid Schedule (FA4690-25-R-0002), specifically focusing on training costs associated with the RS Means & Estimating Tool. It details the pricing structure for the base year and four option years, each with a budget of $1,600,000, split into a 97.5% price weight and 2.5% for coefficients. The offeror must complete specified sections of the schedule while adhering to conditions outlined in the Statement of Work (SOW). Additionally, it mentions the use of RS Means software for cost estimates, requiring a hardcopy of the RSMeans price book. The coefficients mentioned, particularly the Secure Area Standard Hours Coefficient, apply to standard work hours designated for task orders. The coefficients and estimated amounts are for evaluation purposes and do not reflect actual contract usage. The document's structure includes key guidance for completing the bid while ensuring clarity on expectations for pricing and software usage in the context of government procurement. The overarching purpose is to facilitate the acquisition of training resources effectively while emphasizing compliance with technical requirements.
    The Statement of Work outlines the Simplified Acquisition of Base Engineering Requirements (SABER) for construction projects at Ellsworth Air Force Base, South Dakota. The IDIQ contract facilitates non-complex maintenance and construction work, mandating compliance with federal regulations and requiring the contractor to provide all necessary materials and services. The Contracting Officer is the sole authority for contract decisions, and the contractor must select cost estimating software. Key aspects of the pricing method involve proposing coefficients for indirect costs and non-priced items, with provisions for joint scoping sessions to ensure accurate project alignment between the government and contractor. The document details strict adherence to various building codes and safety standards, alongside rigorous quality control measures and environmental compliance. The construction process emphasizes orderly task order issuance, comprehensive proposal evaluations, and a clear breakdown of responsibilities among all parties, including contractors and facility managers. Additionally, stringent security, communication, and safety requirements are highlighted to ensure operational integrity on the base. The summary effectively encapsulates the essential elements of the contract, focusing on obtaining efficient, compliant construction services while adhering to military standards and regulations.
    The solicitation number FA469025R0002 outlines a federal contracting opportunity for an indefinite delivery indefinite quantity (IDIQ) Simplified Acquisition Base Engineer Requirement (SABER) project at Ellsworth Air Force Base (EAFB) in South Dakota. This project focuses on various construction tasks including maintenance, repair, alteration, and restoration, with each task to be defined in individual task orders under the NAICS code 236220. The acquisition is set aside for 8(a) small business concerns, with a contract magnitude expected between $5 million and $10 million. The offeror must provide performance and payment bonds for each task order and adhere to strict bid submission requirements, including timelines for acceptance and project execution. The contract encompasses a range of construction services, emphasizing compliance with federal regulations and the integration of eco-friendly practices, thereby ensuring high safety standards and quality construction outcomes. This solicitation represents the U.S. government’s commitment to engaging small businesses in federal procurement while fostering economic growth and fulfilling construction needs at military installations.
    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.
    Construct B-21 ADD Flight Simulator Phase 2, Ellsworth Air Force Base (AFB), South Dakota (SD)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of a new Flight Simulator Facility at Ellsworth Air Force Base in South Dakota. This project aims to enhance training capabilities for military personnel by providing a state-of-the-art simulator environment. The procurement is categorized under the NAICS code 236220, focusing on commercial and institutional building construction, and is critical for maintaining operational readiness. Interested contractors should note that the proposal due date has been revised to January 15, 2026, at 1400 CT, and can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or by phone at 402-995-2584 for further information.
    Sole Source Justification Liberty Center Blanket Purchase Agreement
    Dept Of Defense
    The Department of Defense, through the 28th Contracting Squadron at Ellsworth Air Force Base (AFB) in South Dakota, has awarded a sole source Blanket Purchase Agreement (BPA) to the South Dakota Ellsworth Development Authority (SDEDA) for services at the Liberty Center. This procurement is justified under FAR 13.501(a), as SDEDA is uniquely positioned less than one mile from Ellsworth AFB and operates a comprehensive 58,000-square-foot facility that includes various recreational and support spaces for military personnel. The estimated value of the BPA is $100,000 over a five-year period, from October 2022 to October 2027, with annual assessments to determine the continued necessity of a sole source. For further inquiries, interested parties may contact SSgt Jonathan Slayton at jonathan.slayton@us.af.mil or by phone at 605-385-1655.
    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.
    Sources Sought: Bat Guano Remediation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a bat guano remediation project at Ellsworth Air Force Base in South Dakota. The project involves the removal of bat guano from the attics of dormitory areas, disinfection of affected spaces, and replacement of insulation to ensure a safe environment. This initiative is critical for maintaining health and safety standards within the facilities, and contractors must adhere to building and fire codes while completing the work within 45 days of contract award. Interested businesses are encouraged to submit their capabilities and relevant experience by December 17, 2025, to the designated contacts, SrA Vaishali Upadhyay and Jason Wright, via email.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Survival, Evasion, Resistance, and Escape (SERE) Support Services
    Dept Of Defense
    The Department of Defense, through the Air Force Installation Contracting Center (AFICC) 338th Enterprise Sourcing Squadron, is seeking qualified sources for Survival, Evasion, Resistance, and Escape (SERE) Support Services at Fairchild Air Force Base (AFB), WA, and Joint Base San Antonio (JBSA) – Lackland, TX. The procurement involves providing non-personal services for various SERE training programs, including advanced skills training, water survival, and conduct after capture, with the contract structured as a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) over a four-year base period and a two-year option period. This acquisition is a total Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of performance and technical capability over price in the evaluation process. Interested offerors must register under NAICS code 611519 and submit proposals electronically by the specified deadlines, with the anticipated solicitation release around January 12, 2026. For further inquiries, contact Cameron Fernald at cameron.fernald@us.af.mil or Justin Haynes at justin.haynes.7@us.af.mil.