FA466425R0001 - SABER MAC IDIQ B+4 @ March ARB
ID: FA466424R0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4664 452 MSG PKMARCH ARB, CA, 92518-1716, 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, specifically the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at March Air Reserve Base in California under the contract FA466425R0001. This opportunity is set aside for eligible small businesses certified by the Small Business Administration and involves providing maintenance, repair, and minor construction services, with a base period of one year and four optional extensions. The procurement emphasizes compliance with federal acquisition regulations, environmental protection standards, and the submission of detailed proposals, including past performance evaluations and pricing coefficients. Interested contractors must submit their sealed bids by February 28, 2025, and can contact Jon Aaron at jon.aaron@us.af.mil or Michael Dorsey at michael.dorsey.14@us.af.mil for further inquiries.

    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for a Simplified Acquisition of Base Engineering Requirements (SABER) at March Air Reserve Base, California. This competitive solicitation is designated for eligible small businesses certified by the Small Business Administration and includes a base period of one year with four optional extensions. Offerors are required to submit sealed bids by 28 February 2025 and provide performance and payment bonds for task orders exceeding $150,000. Key features include a guaranteed minimum order amount of $2,000 and a focus on providing maintenance, repair, and minor construction services. The selection process will employ a Best Value - Performance/Price Trade-off methodology, with awards made to two responsible offerors. Importantly, funds for the project are currently unavailable until further notice from the Government, which reserves the right to cancel the solicitation at any time without obligation. Compliance with various federal acquisition regulations and clauses is necessary, along with proper insurance coverage and bonding to secure the completion of the tasks outlined in the RFP. Overall, this solicitation is a strategic initiative supporting operational capabilities and safety at the March Air Reserve Base.
    The Simplified Acquisition of Base Engineering Requirements (SABER) Statement of Work for March Air Reserve Base outlines the contractor's responsibilities for concurrent maintenance, repair, and minor construction projects. The contractor (KTR) is required to manage all aspects, including labor, materials, environmental compliance, and design support, while adhering to local, state, and federal regulations. Each task order (TO) will be executed based on detailed seed project scopes, and the KTR must maintain a local office for proposal delivery and project management. Focused on quality and efficiency, the KTR must demonstrate technical expertise across multiple disciplines, with assigned roles for oversight and control, including a Contract Manager and Quality Control Manager. Safety, communication, and coordination with government activities are paramount, especially when the work occurs in occupied areas. Compliance with numerous codes and quality control measures is mandated, alongside environmental protection protocols. The document emphasizes the need for meticulous planning, adherence to pricing guidelines based on RS-MEANS, and thorough inspection protocols. Ultimately, the document serves as a framework for executing engineering projects at MARB, ensuring they align with military standards and operational requirements, thereby maintaining mission readiness and safety.
    The file outlines the Master Specifications for the Simplified Acquisition of Base Engineering Requirements (SABER) at March Air Reserve Base in Riverside County, California. It serves as a comprehensive guide for contractors, detailing general and specific requirements for various construction, maintenance, and repair projects under the SABER program, with an emphasis on environmental compliance, safety, and quality control standards. Key components include a structured project table of contents covering divisions from general requirements to finishes, alongside safety protocols, contractor obligations, and the necessary coordination with governmental and environmental agencies. Specific attention is given to the execution of work, which requires adherence to local, state, and federal regulations, including the provision of task orders for projects usually under $750,000. Contractors must present proposals upon receiving Fair Opportunity Proposal Requests (FOPR) that detail their approach, project plans, and cost estimates, while also complying with environmental protection plans to mitigate any adverse impacts. The document establishes a clear flow of responsibilities, documentation, and procedural steps required to ensure projects meet stringent military and environmental standards, ultimately ensuring successful installations and compliance with all relevant codes and regulations.
    The document outlines a cost proposal for a government contract, emphasizing the Source Selection Information per FAR regulations. It details various Contract Line Item Numbers (CLIN) related to different proposed coefficients, with all items showing ‘0’ for the base and optional costs, indicating no financial projections. Notably, it includes a breakdown of standard and non-standard hours for both secure and non-secure areas, categorized based on cost thresholds below and above $200,000. The document suggests a total project estimate of $7,500,000.00 but lists all coefficients and evaluated prices as zero, which may imply that no expenses are being accounted for at this stage. This proposal serves as preliminary documentation for evaluating contractor bids within the framework of federal grants or RFPs at state and local levels, emphasizing compliance with federal procurement regulations while aiming to ensure transparency and competitiveness in the bidding process. Overall, it signifies an early phase in contract negotiations, focused on cost assessments and compliance with government protocols.
    The March Air Reserve Base project outlines comprehensive requirements for construction and facility improvements under the SABER contract (FA466425R0001) in Riverside County, California. The document includes various divisions detailing general requirements, existing conditions, and specific constructions such as concrete, masonry, metals, finishes, and utility systems. Each section specifies procedures for demolition, safety, quality control, environmental protection, and material handling. Notably, the emphasis on adherence to standards, such as those presented by ASTM and proper disposal of hazardous materials, underscores the project's focus on safety and compliance with regulations. Additionally, it includes specific requirements for signage, toilet compartments, folding partitions, and HVAC systems, ensuring functional and accessible outcomes. The document promotes a structured approach, necessitating contractor accountability for quality assurance and operational effectiveness in line with federal guidelines. Collectively, these detailed specifications aim to enhance operational capacities while establishing a safe and compliant environment at the March Air Reserve Base.
    The document outlines the source selection information for a federal proposal, detailing a cost evaluation for various contract line item numbers (CLIN) associated with a government project. All proposed coefficients for base and optional line items are noted as zero, indicating no costs or data have been submitted. The financial framework emphasizes maximum bare costs under and over $200,000 for both standard and non-standard hours across secure and non-secure areas, reinforcing a focus on budget allocations that must fit specific thresholds. Additionally, the document provides weightings for different evaluation criteria totaling a proposed budget of $7,500,000 but reflects no evaluated prices given the zero entries. This document serves as a procedural guideline for contractors bidding on federal grants and requests for proposals, emphasizing compliance with the Federal Acquisition Regulation (FAR) related to cost assessments. The empty cost entries imply an incomplete proposal or the stage of preliminary bidding, underlining the importance of clear, defendable pricing in federal contracting.
    This document serves as an instruction guide for potential Offerors responding to the March Air Reserve Base (MARB) Simplified Acquisition for Base Engineering Requirements (SABER) Indefinite Delivery-Indefinite Quantity (IDIQ) contract proposal. Offerors must submit compliant proposals with specified components within set page limits across three sections: Technical Understanding and Approach, Past Performance, and Price & Administrative Documents. The estimated construction project magnitude is between $250,000 and $500,000, with a minimum guarantee of $2,000. Key elements for evaluation include a detailed Technical Proposal demonstrating the Offeror's understanding of contract requirements, qualifications, and a viable management structure. The proposal must illustrate previous relevant experience, bonding capacity, and a comprehensive Quality Control Plan. The solicitation emphasizes the importance of clarity, organization, and the submission of all required forms within specified formats. Overall, the document denotes the government's commitment to selecting an Offeror that can effectively fulfill the project’s requirements while also considering cost effectiveness and previous performance credibility in similar contracts, underscoring a rigorous evaluation process to ensure compliance and quality in execution.
    The 452nd MSG PK Contracting Squadron of the Air Force Reserve Command is seeking proposals for a Streamline Acquisition Base Engineering Requirement (SABER) program through a competitive source selection process. A critical aspect of the proposal evaluation involves assessing the offerors' past performance on similar contracts. The document includes a Past Performance Questionnaire, intended to gather firsthand feedback from organizations that have worked with the offerors. Respondents are requested to complete the questionnaire electronically and submit it by October 11, 2024. The form seeks detailed information about the contractor’s contract identification, performance metrics, and general performance ratings based on various criteria, including management effectiveness, problem resolution, and compliance with contract goals. The responses will be incorporated into the source selection records, emphasizing the importance of the respondents' timely and thorough feedback in ensuring a successful acquisition process. Contact information is provided for any inquiries.
    The government document outlines the Submittal Register for the March ARB - SABER project, detailing the required preconstruction submittals and certification necessary for compliance and project execution. It encompasses a variety of categories, including safety plans (Accident Prevention Plan, Activity Hazard Analysis) and quality control measures (Contractor Quality Control Plan, quality certifications for materials). The register includes detailed documentation instructions for contractors, schedules for approval, and specific report requirements. Each entry specifies the needed actions, dates for submissions, and relevant approvals. This comprehensive framework ensures adherence to safety standards and project specifications while facilitating the project management process. It reiterates the importance of proper documentation and compliance with regulations in federal and state/local contracting scenarios, highlighting the structured approach necessary for successful project execution.
    The Environmental Protection Plan (EPP) outlines a comprehensive strategy for mitigating environmental issues during construction at March Air Reserve Base. It identifies applicable regulations, project descriptions, and detailed personnel responsibilities, ensuring compliance with federal, state, and local laws. The plan emphasizes preventive measures for protecting natural resources, historical sites, and managing waste—both hazardous and non-hazardous. Training procedures are specified to ensure contractor personnel are equipped to handle pollution control responsibilities. The EPP necessitates effective communication and emergency notifications to prevent environmental releases, including rigorous protocols for spill responses. It also includes regulations for stormwater management, hazardous materials storage, and compliance with the Clean Water Act. The plan’s structure includes sections on personnel duties, site documentation, and operational procedures to safeguard both the environment and public health during project execution. Supporting this effort, the EPP underscores the importance of collaboration between contractors and environmental management authorities to achieve sustainable construction practices.
    The document outlines the Environmental Protection Specifications and Guidance for construction activities at March ARB, focusing on compliance with various federal, state, and local environmental regulations. It emphasizes the need for an Environmental Protection Plan (EPP) that details methods for managing waste, pollution control, and the protection of natural resources. Key requirements include pre-contract submittals, hazardous waste management, stormwater management, and coordination with environmental regulatory agencies. The plan must also address employee training, regulatory notifications, and the management of materials classified as hazardous, ensuring adherence to environmental laws. The contractor is held responsible for environmental compliance and must promptly address any notices of violation received. Overall, the document serves as a comprehensive guide to minimize environmental impacts during construction while ensuring legal compliance and protection of natural resources at March ARB.
    The memorandum from the Department of the Air Force outlines critical security requirements for civilian contractors at March Air Reserve Base (MARB). The primary purpose is to ensure a robust defense for personnel and resources, mandating that contractors and their employees comply with stringent entry and circulation controls. All contractor personnel must undergo identity verification and background vetting before being granted unescorted access. The document details procedures for installation access, controlled areas, restricted areas, and regulations concerning vehicle operation and deliveries. Specific prohibitions against weapons and controlled substances are emphasized, highlighting a zero-tolerance policy for violations which may result in legal consequences. An attached Contractor Handout provides comprehensive guidance on these issues, reinforcing that all directives are mandatory. The memorandum underscores the importance of cooperation in maintaining security while on the installation, fostering a culture of vigilance among contractors. Notably, the document is not for public release, reflecting the sensitive nature of the information it contains within the context of government operations and defense security. Overall, it is essential for contractors to meticulously follow these guidelines to protect both their personnel and national defense assets.
    This document serves as a base pass request sheet specifically for March Air Reserve Base, CA, outlining requirements for individuals seeking access. It requires potential visitors to submit personal identification, including a Real ID or an alternative valid ID, along with vehicle registration and proof of insurance. The form must be filled out and signed by a Department of Defense Common Access Card (DoD CAC) holder, emphasizing the need for physical submission or an encrypted email from a .mil address. A Privacy Act Statement is included, indicating that submitted information will be protected and used to assess past criminal activity, critical for determining base access. The document establishes submission deadlines based on visit size and requires the sponsor's contact details and unit information. This structure ensures accountability and security compliance, aligning with federal protocols for granting access to military installations. The overall goal is to manage and control entry to the base while safeguarding sensitive information and maintaining national security standards.
    The document outlines the procedures for issuing task orders (TO) for contracts under a federal RFP. It details the steps the Contractor (KTR) must follow after receiving a Request for Proposal (RFP) from the Contracting Officer (CO), including arranging site visits, submitting proposals, and engaging in negotiations. Key points include the requirement for a detailed scope of work, proposal submissions, and the use of RS-Means for cost estimation. The KTR must provide original proposal documents, address any non-priced items, and negotiate terms with the CO to reach an agreement. Upon satisfactory proposal review, a unilateral TO will be awarded, detailing pricing, schedules, and necessary documentation. The KTR must fulfill bonding requirements and secure necessary permits before commencing work, adhering to specified working hours and holidays. The document emphasizes compliance with federal regulations while outlining expectations for performance and the responsibilities of both the KTR and the USG, ultimately aimed at ensuring effective project execution and accountability within government contracting processes.
    The document outlines various federal and state Requests for Proposals (RFPs) and grant opportunities, emphasizing the government's commitment to encouraging innovative solutions to public sector challenges. Key focuses include funding for technology upgrades, community resilience projects, and environmental sustainability initiatives. The RFPs target a wide range of sectors, inviting organizations to propose actionable plans and demonstrate their capabilities. Significant components of these RFPs include guidelines for proposal submissions, eligibility criteria for applicants, and evaluation metrics to assess the potential impact of proposed projects. The structure indicates a clear intent to foster collaboration with diverse entities, from nonprofits to private companies, thereby enhancing resource allocation toward projects that deliver tangible benefits to communities and support regulatory compliance. Overall, the document highlights actionable opportunities for funding, promoting transparency and efficiency in public expenditure, while also encouraging partnerships that can drive innovation and address pressing societal needs.
    This document outlines the Request for Proposal (RFP) instructions for the Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Simplified Acquisition for Base Engineering Requirements (SABER) at March Air Reserve Base. The U.S. Government notifies potential offerors that funds are currently unavailable, and no awards will be made until funding is secured. Offerors must submit complete proposals adhering to specific formatting and content guidelines within a defined acceptance period of 180 days, failing which their proposals may be deemed ineligible. The RFP emphasizes the importance of detailed and clear technical proposals, specifying various requirements including management plans, bonding capacity documentation, and quality control plans. It outlines the need for cross-referencing minimalism and provides stringent formatting guidelines. Additionally, all proposals must be submitted electronically via the PIEE Solicitation Module. Offerors must demonstrate past performance capabilities through relevant contract examples and submit a price proposal utilizing a coefficient pricing worksheet. Overall, the document emphasizes compliance with solicitation requirements to ensure fairness and assess the best value for the Government, reflecting standard procedures for federal contracting.
    The document outlines the Evaluation Basis for Award in response to the RFP FA466425R0001, focusing on the acquisition of two contracts for the March Air Reserve Base's Simplified Acquisition of Base Engineer Requirements (SABER) Program. Utilizing the Performance-Price Trade-off (PPT) methodology, the evaluation will prioritize past performance over price, with firms required to submit complete proposals for review. The evaluation consists of multiple gates where proposals are assessed on technical understanding, past performance, and cost, with the goal of identifying the best value for the U.S. Government. Significant aspects include the proposal's technical rating, past performance assessment, and price reasonableness. Offerors must meet specified requirements, and discussions may occur if deemed necessary during the evaluation. The expected period of performance is five years and six months, with the possibility of extension based on government needs. This RFP highlights the structured and competitive selection process for defense procurement, ensuring qualified vendors are chosen for critical projects.
    This document outlines a federal Request for Proposal (RFP) related to the evaluation of contractor bids for various service categories characterized by standard and non-standard hours, differentiated by secure and non-secure areas. It specifies multiple Contract Line Item Numbers (CLINs) and their corresponding coefficients, which are currently set to zero, indicating that no bids or costs have been entered yet. Additionally, it refers to weighted averages for cost categories, both under and over $200,000, although no actual monetary amounts are provided. The document emphasizes its confidentiality status under specific federal regulations, thus marking it for official use only. It provides instructions for completion that are attached for further guidance. The purpose of the document appears to be the establishment and evaluation of a structured pricing approach to determine competitive contractor costs for federal services, reflecting adherence to federal regulations and transparent evaluation criteria.
    The document outlines the requirements for submitting pricing coefficients as part of a federal proposal for construction services under RFP FA466425R0001. It details the use of the Unit Price Book (UPB) for calculating direct costs and emphasizes that coefficients must cover all applicable direct and indirect costs, including compliance with laws and regulations. There are specified categories for work hours and locations, such as Standard and Non-Standard hours and Secured and Non-Secured areas. Offerors must propose fixed coefficients that will remain unchanged throughout the contract duration, which will be used to calculate the Total Evaluated Price (TEP) for bid comparison. Adjustments to coefficients post-submission are not allowed, and a structured approach is required to document estimated work percentages and total costs. The annual update of the UPB is noted as the sole source for economic price adjustments. This document serves as a guide for contractors to accurately price their proposals, ensuring clarity and compliance with government requirements while promoting competitive bidding in the federal contracts market.
    Unfortunately, the document provided does not contain any substantive content regarding federal RFPs, grants, or state and local proposals. Instead, it appears to be a technical error message indicating compatibility issues with the PDF viewer. Consequently, there are no main topics, key ideas, or supporting details to analyze or summarize within the context of government documents. To properly create a summary, access to the actual contents of the relevant document is required. Please provide a document that contains information pertinent to federal RFPs, grants, or state/local proposals to facilitate an accurate and effective summary.
    The 452nd MSG PK Contracting Squadron of the Air Force Reserve Command is seeking to competitively select a contractor for its Streamline Acquisition Base Engineering Requirement (SABER) program. A critical factor for proposal evaluation is the offeror's past performance, necessitating feedback from organizations with firsthand experience. Enclosed is a Past Performance Questionnaire that the organization must complete and return by February 28, 2025. The questionnaire seeks detailed information regarding contracts held by the respondent, including contract identification, customer agency details, and performance ratings on various criteria such as manager effectiveness, problem resolution, and contract compliance. Ratings range from "Exceptional" to "Unsatisfactory," with respondents encouraged to provide supporting information for their assessments. The completed questionnaire will contribute to the official source selection records. For inquiries, respondents can contact the Procuring Contracting Officer, Jon D. Aaron. This document serves as a critical component in ensuring contractors are evaluated effectively based on their past work to facilitate successful project outcomes.
    This document is a Relevant Contract Facts Sheet related to a solicitation for work at March Air Reserve Base under the SABER 2025 initiative. The purpose is for prospective offerors to provide detailed information regarding their relevant contracts and performance history. The form requests various data points, including the company name, contract specifics (such as contracting agency, contract type, and values), a brief description of the effort, completion dates, and points of contact for primary customers. Additionally, it seeks insights into unique technical aspects of the contract, the relevance of previous experience to the current acquisition, and the roles of key individuals involved in the effort. The document emphasizes the necessity for clarity and conciseness, highlighting the importance of experience and performance metrics as qualifying factors in the RFP process, which is crucial for ensuring that the proposal is adequately tailored to meet the government’s needs while encouraging transparency in contractor qualifications. Overall, the document serves as a structured guide for applicants to succinctly present their qualifications and relevant experience in the context of federal contracting.
    The Financial Institution Reference Sheet is a document required from contractors participating in the Simplified Acquisition of Base Engineering Requirements (SABER) solicitation, FA466425R0001, for March Air Reserve Base, California. Contractors must complete the sheet for each financial institution they have accounts with, providing details such as contact information and account-related data. The form mandates consent for the financial institution to release information regarding the contractor's account, including average monthly balances, loan amounts, credit lines, and payment histories. The financial institution is then responsible for verifying and signing off on the provided information. This process is a critical aspect of evaluating contractor responsibility as part of federal procurement procedures, ensuring that selected contractors maintain sound financial practices and creditworthiness. The document is structured to facilitate clear communication of financial health between contractors and the evaluation office, thereby supporting responsible government contracting.
    The document outlines the Consent Letter required from subcontractors, teaming partners, and joint venture partners involved in a proposal for the Department of the Air Force’s Request for Proposal FA466425R0001 concerning the Simplified Acquisition of Base Engineering Requirements at March Air Reserve Base, California. The key purpose of the consent form is to authorize the prime contractor to discuss relevant past performance information with the government for assessment during the source selection process. Emphasizing the importance of past performance in determining the best value for the contract, the letter requires the signing by an authorized representative from the involved party, providing their title, name, company details, contact information, and legal binding agreement. The inclusion of this consent form is crucial for the submission of the Past Performance Volume of the proposal, facilitating a transparent evaluation process by the government. This requirement reflects standard practices in government contracting where assessment of past performance is essential for informed decision-making.
    The government document clarifies various aspects related to the Request for Proposal (RFP) FA466425R0001 for the MARB SABER IDIQ project. Key clarifications include the requirement for offerors to submit complete design and documentation based on the provided attachments, particularly detailing construction and as-built drawings. The document highlights environmental survey requirements, specifying that contractors must conduct asbestos and lead paint surveys prior to construction and manage any necessary abatement according to established regulations. Further, it adjusts proposal expectations, increasing the technical volume page limit to 35 pages and affirming the need to include conceptual drawings and pricing proposals. It delineates the obligations concerning bonding, confirming no bid bond is required for the seed project and clarifying performance and payment bond requirements per task order. The document also emphasizes that designated site superintendents and safety managers are required for each task order, integrating them into the proposed coefficients for project costs. Lastly, it denotes the necessity for effective communication regarding project changes and responses, reflecting the importance of compliance and clarity in federal procurement processes. This information is vital for potential contractors to ensure accurate submissions aligned with government expectations and regulatory guidelines.
    The document is a compilation of clarifications and instructions regarding the RFP for the MARB SABER IDIQ contract. It addresses various queries from contractors regarding design documentation, environmental surveys, pricing proposals, staffing requirements, and scope specifics for construction tasks. Key topics include the need for asbestos and lead paint surveys, requirements for technical proposal submissions, and clarification on the necessary roles and qualifications of staff. The government confirms updates to page limits for proposals, acknowledges the necessity for performance and payment bonds, and sets deadlines for proposal submissions. Moreover, it discusses tasks such as window replacements, site visits, and hazardous material abatement, emphasizing compliance with construction standards. The responses outline responsibilities and expectations from both the government and the contractors, ensuring clarity for proposal development within the framework of government contracting.
    This document pertains to an amendment of a solicitation related to a federal contract, specifically for solicitation FA466425R0001. The amendment extends the deadline for offers from September 26, 2024, to October 11, 2024, and updates various sections of the solicitation to reflect changes in page count and specific attachments. Notable updates include the adjustment of Contract Line Item Numbers (CLINs) in Attachment 03, updates in Attachment 10, and the removal of Contract Specialist Michael Vu. The acknowledgment of receipt of this amendment must be communicated prior to the new deadline through defined methods. The overall contract terms remain in effect unless otherwise specified. This amendment reflects the ongoing administrative procedures prevalent in federal contracting to ensure clarity and compliance with established timelines and responsibilities.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    SABER Sources Sought
    Buyer not available
    The Department of Defense, specifically the 7th Contracting Squadron at Dyess Air Force Base in Texas, is conducting a Sources Sought notice to identify small businesses capable of fulfilling a Simplified Acquisition Base Engineering Requirement (SABER). This initiative aims to establish an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for design-build construction, with task orders ranging from a minimum of $250,000 to a maximum of $1,000,000 over a four-year period, including one base year and three option years. Interested businesses, particularly those classified as 8(a), Woman-Owned, Veteran-Owned, Service Disabled Veteran-Owned, and HUBZone entities, must demonstrate bonding capabilities and be registered in the System for Award Management. Responses, including company information, socio-economic status documentation, and a capability statement, are due by April 4, 2025, at 2:00 PM CST. For further inquiries, interested parties may contact SrA John G. Craig at john.craig.16@us.af.mil or 325-696-3863, or Brandon Gilbert at Brandon.gilbert.9@us.af.mil or 325-696-3862.
    Synopsis for Simplified Acquisition of Base Engineering Requirements (SABER) - Arnold AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at Arnold Air Force Base in Tennessee. This procurement aims to engage a contractor for the repair or alteration of miscellaneous buildings, falling under the NAICS code 236220, which pertains to commercial and institutional building construction. The opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) in accordance with FAR 19.14, highlighting the government's commitment to supporting veteran-owned enterprises. Interested parties should reach out to James Laney at james.laney.3@us.af.mil or Noah Bean at noah.bean.1@us.af.mil for further details regarding the solicitation process.
    SABER - INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT (IDIQ) SIMPLIFIED ACQUISITION OF BASE ENGINEERING REQUIREMENTS (SABER)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Simplified Acquisition of Base Engineering Requirements (SABER) through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This procurement aims to provide construction services related to the repair or alteration of miscellaneous buildings, primarily within the commercial and institutional building construction sector. The work will be performed in Aviano, Italy, highlighting the strategic importance of maintaining and enhancing military facilities in overseas locations. Interested parties should reach out to Jose De Pascalis at giuseppa.depascalis.it@us.af.mil or call 390434304313, or contact Amenda Davila at amenda.davila@us.af.mil or 390434304600 for further details.
    Vehicle Barrier Maintenance and Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Vehicle Barrier Maintenance and Repair services at Luke Air Force Base, with a total contract value of $34 million. The procurement aims to ensure the operational readiness of vehicle barriers through preventive maintenance, routine service calls, and necessary repairs over a performance period from April 1, 2025, to March 31, 2030, including multiple option periods. This contract is particularly significant as it supports the security infrastructure at military installations, emphasizing compliance with federal labor standards and environmental regulations. Interested small businesses must acknowledge amendments to the solicitation and submit their proposals by the specified deadlines, with primary contact Sabastian Halstead available at sabastian.halstead@us.af.mil or 623-856-2729 for further inquiries.
    IFB - Beale Aircrew Readiness Facility
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is soliciting proposals for the renovation and expansion of the Aircrew Readiness Facility at Beale Air Force Base in California. This project, categorized under NAICS Code 236220 and set aside for small businesses, involves comprehensive upgrades including electrical system enhancements, structural renovations, and the installation of essential equipment such as a generator and telecommunication infrastructure. The initiative underscores the importance of maintaining military infrastructure to support operational readiness and safety, with a projected contract value between $5 million and $10 million. Interested contractors should contact Adam Brooks at adam.m.brooks@usace.army.mil for further details and adhere to the submission guidelines outlined in the solicitation documents, with a completion target set for March 6, 2025.
    PKA - Repair Flightline Gates Travis AFB, CA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of flightline gates at Travis Air Force Base, California. This project, classified as a Firm-Fixed Price contract, is exclusively set aside for small businesses and involves the demolition of existing gate components, installation of new rail-driven gate operators, and integration of updated security features. The estimated contract value ranges from $500,000 to $1,000,000, with sealed bids due by 11:00 AM on April 4, 2025, and inquiries for clarification must be submitted by March 17, 2025. Interested contractors can reach out to Karly Zamiar at karly.zamiar@us.af.mil or Rory Gardner at rory.gardner@us.af.mil for further information.
    Repair Interior Renovation Bldg 90131
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Repair Interior Renovation project at Building 90131, located at Hurlburt Field, Florida. This opportunity is a 100% Small Business Set-Aside, emphasizing the need for contractors to submit proposals that include technical aspects, past performance, and cost proposals, with a focus on compliance with the outlined requirements. The project is critical for maintaining the functionality and safety of airfield structures, and proposals must be submitted electronically by March 24, 2025, with questions due in writing by February 26, 2025. Interested parties can contact Richard Beaty at richard.beaty.3@us.af.mil or Romeo Reyes at romeo.reyes.1@us.af.mil for further information.
    SEV STRATEGIC REPLENISHMENT CONTRACT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the SEV Strategic Replenishment Contract (SRC), aimed at sourcing and delivering approximately 500 National Stock Numbers (NSNs) related to Support Equipment and Vehicles (SE&V). This procurement is critical for maintaining operational readiness and efficiency in military aviation, as it encompasses essential equipment for aircraft maintenance and logistics, including tools and testing equipment. Interested small businesses, particularly those owned by women and veterans, are encouraged to participate in this total small business set-aside opportunity, with proposals due by February 16, 2021. For further inquiries, potential offerors can contact Shanika Brown at shanika.brown.1@us.af.mil or Reid Sawyer at reid.sawyer@us.af.mil.
    B3323 Fire Riser
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the "B3323 Fire Riser" project at Goodfellow Air Force Base in Texas. This procurement involves the removal and replacement of a pre-action fire riser valve and associated piping, with a total project value under $25,000 and a completion timeline of 60 days from the start date, which is expected to be within 10 calendar days of contract award. The project is critical for maintaining fire safety infrastructure, ensuring compliance with safety and operational standards in government facilities. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by the specified deadlines and can direct inquiries to Ryan Ramjit at ryan.ramjit.2@us.af.mil or SrA Gonzalo Loaiza at gonzalo.loaizaalzate@us.af.mil for further information.
    Remanufacture of B-1 Cylinder Assemblies (Bungees)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the remanufacture of B-1 Cylinder Assemblies (bungees) under a total small business set-aside contract. The procurement aims to restore these critical components to a like-new condition, ensuring compliance with stringent quality assurance standards and production schedules, with deliveries required every 30 days after receipt of order. This contract is vital for maintaining the operational readiness of the B-1 aircraft, which plays a significant role in national defense. Interested small businesses must submit their proposals by March 27, 2025, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at Jaqueline.West@us.af.mil.