ContractSolicitationHUBZone Set Aside

SABER IDIQ

DEPT OF DEFENSE FA486125R0003
Response Deadline
Mar 19, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
HUBZone Set Aside
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of the Air Force’s 99th Contracting Squadron is seeking a HUBZone set-aside SABER IDIQ contract to support design and construction work at Nellis Air Force Base, Creech Air Force Base Range 63, Point Bravo, and the Nevada Test and Training Range. The contract covers task-order based construction, alteration, repair, demolition, and related design services across a broad range of building trades, with the contractor expected to provide design capability along with labor, equipment, and materials as needed. The program is structured as a five-year ordering contract with a maximum ceiling of $185 million, task orders generally ranging from $15,000 to $4 million, and award evaluation based on the 2 Highest Technically Rated Offeror method using technical experience, technical proposal quality, and price reasonableness; the eGordian coefficient defaults to 1 and is applied manually to the seed project. Proposals are due March 19, 2026 at 2:30 PM PST and must be submitted both electronically via DoD SAFE and in hard copy to the 99th Contracting Squadron, with amendment acknowledgment required.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Z2JZ
REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS

Solicitation Documents

129 Files
2 - Price Schedule 23 September 25.pdf
PDF407 KBNov 20, 2025
AI Summary
The SABER IDIQ pricing schedule outlines an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Simplified Acquisition of Base Engineering Requirements across Nellis AFB, Creech AFB, and Nellis Test and Training Range. The contract spans five ordering periods, detailing labor, equipment, materials, transportation, supervision, and administration for construction projects. Each ordering period specifies pricing for services during standard and non-standard working hours in unrestricted, controlled, and restricted areas, as well as contractor-provided escorts. It also includes pricing for different levels of project proposals (Level 0, Level 1, Level 2) and revised proposals due to scope changes. These proposals vary in complexity, some requiring site visits, scoping meetings, negotiation sessions, and Lead-Based Paint (LBP) and Asbestos surveys. Projects are categorized into four magnitude levels, ranging from $15,000 to $4,500,000, for which contractors must provide detailed cost proposals, drawings, Statements of Work (SOW), and periods of performance.
3 - Self Score Worksheet SABER_23 Sept 2025.xlsx
Excel103 KBNov 20, 2025
AI Summary
The document outlines a self-scoring matrix for government contractors bidding on Nellis/Creech Simplified Acquisition of Base Engineer Requirements (SABER) IDIQ contracts and Multiple Award Construction Contracts. The matrix is mandatory and evaluates past performance (CPARS) across six tabs: SABER Annual, SABER Per Task Order, Multiple Award IDIQ Annual, Multiple IDIQ Per Task Order, Design Build, and General Construction. The government will only deduct points for adverse CPARS ratings (below satisfactory) and will not add to an Offeror's score. Specific criteria define what constitutes a SABER contract and a Multiple Award Construction Contract, including fixed-price IDIQ, design-build scope, unit price guides, and multi-disciplinary general construction. CPARS scores are considered for task orders of $750,000 or more. The total possible score across all sections is 3282 points, with individual tabs weighted differently (e.g., SABER Annual at 2000 points, General Construction at 30 points). The document provides a framework for contractors to self-score their past performance, which will then be subject to government validation and potential deductions.
Solicitation Amendment FA486125R00030011 SF 30 .pdf
PDF1590 KBApr 1, 2026
AI Summary
This document is an amendment to Solicitation Number FA486125R0003, dated September 26, 2025, with an effective date of December 30, 2025. The primary purpose of this amendment, numbered FA486125R00030011, is to replace Attachment 1, the SABER Statement of Work (SOW), dated January 7, 2026. This replacement addresses access-related technical issues with the previous version. The amendment specifies that all other terms and conditions of the original solicitation remain unchanged. Contractors must acknowledge receipt of this amendment to ensure their offers are considered valid. The point of contact for this amendment is Corrine Lemon.
Solicitation Amendment - FA486125R00030011.pdf
PDF1761 KBApr 1, 2026
AI Summary
This document is a Request for Proposal (RFP) for a competitive HUBZone Indefinite Delivery/Indefinite Quantity (IDIQ) contract titled "Nellis SABER IDIQ" (Solicitation Number FA486125R00030011). The project involves construction work at Nellis AFB, Creech AFB, and NTTR, with a NAICS code of 236220 and a size standard of $45M. The contract has a minimum guarantee of $50,000 and a maximum value of $185,000,000. Key dates include a pre-proposal conference on October 29, 2025, a base pass request deadline of October 20, 2025, and an RFI submission deadline of November 3, 2025. Offers are due by February 5, 2026, at 2:30 PM local time. The contract outlines specific requirements for performance, payment, subcontracting limitations for HUBZone firms (85% for general construction, excluding materials), and electronic invoicing via Wide Area WorkFlow (WAWF). It also includes clauses on Buy American provisions for construction materials, requiring the use of domestic materials unless exceptions apply.
Solicitation Amendment - FA486125R00030010.pdf
PDF1760 KBApr 1, 2026
AI Summary
This government solicitation (FA486125R00030010) is a competitive HUBZone Indefinite Delivery/Indefinite Quantity (IDIQ) contract for construction work at Nellis AFB, Creech AFB, and NTTR. The contract, with a NAICS code of 236220 and a size standard of $45M, has a minimum guarantee of $50,000 and a maximum value of $185,000,000. It covers general construction projects defined by individual task orders. A pre-proposal conference and site visit are scheduled for October 29, 2025, at Nellis AFB, with base pass requests due by October 20, 2025. Questions and Requests for Information (RFIs) must be submitted in writing by November 3, 2025. The contract outlines specific requirements for performance, payment bonds, and electronic invoicing via the Wide Area WorkFlow (WAWF) system. It also includes various FAR and DFARS clauses, notably regarding Buy American provisions for construction materials, limitations on subcontracting for HUBZone firms (85% for general construction), and post-award small business program rerepresentation.
Solicitation Amendment FA486125R00030007 SF 30.pdf
PDF1574 KBApr 1, 2026
AI Summary
Amendment 0007 to Solicitation FA486125R0003, issued by the Department of the Air Force, extends the response period for Requests for Information (RFI) to around December 29, 2025. This amendment clarifies that the proposal deadline remains January 23, 2026, at 2:30 PM PST. It also provides contact information for Corrine Lemon and Gilbert R. Cano for inquiries. The document emphasizes that all other terms and conditions of the original solicitation remain unchanged. This modification is critical for potential offerors to ensure timely submission of their proposals and acknowledgments of the amendment.
Solicitation Amendment - FA486125R00030006.pdf
PDF1754 KBApr 1, 2026
AI Summary
This government solicitation (FA486125R00030006) is a competitive HUBZone Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Simplified Acquisition of Base Engineering Requirements (SABER) construction work at Nellis AFB, Creech AFB, and NTTR. The contract, with a NAICS code of 236220 and a size standard of $45M, has a minimum guarantee of $50,000 and a maximum value of $185,000,000. It is open only to certified HUBZone firms. Key dates include a pre-proposal conference on October 29, 2025, a base pass request deadline of October 20, 2025, and a Request for Information (RFI) deadline of November 3, 2025. Offers are due by January 23, 2026, at 2:30 PM PST and require cage code and UEI in Block 14. The contract outlines specific clauses for ordering, order limitations, indefinite quantity, subcontracting, and payment instructions via Wide Area WorkFlow (WAWF). Performance periods for the five ordering periods range from October 2025 to October 2030, with liquidated damages set at $413.60 per day for delays.
1- SABER SOW 7 Jan 2025 .pdf
PDF1020 KBJan 20, 2026
AI Summary
The provided document, titled "Microsoft Information Protection," indicates that it is an encrypted file utilizing Microsoft Information Protection. The content is inaccessible to the user, either due to a lack of authorization or the use of an unsupported PDF viewer. To open the document, the user is instructed to use a PDF viewer that supports Azure Rights Management or to contact the document owner for permission. The document also provides links to learn more about PDF documents protected by Microsoft Information Protection and to read Microsoft's privacy statement. This document serves as a security measure within government files, likely for RFPs, grants, or similar sensitive information, ensuring that only authorized personnel with appropriate software can access its contents.
3 - Self Scoring Matrix 7_Jan 26.xlsx
Excel103 KBJan 20, 2026
AI Summary
The document outlines a self-scoring matrix for evaluating contractor past performance on government construction contracts, specifically for Nellis AFB. It details criteria for various contract types: Simplified Acquisition of Base Engineer Requirements (SABER) contracts (Tabs 1 & 2), Multiple Award Indefinite-Delivery/Indefinite-Quantity (IDIQ) contracts (Tabs 3 & 4), Design Build contracts (Tab 5), and General Construction contracts (Tab 6). The evaluation primarily uses CPARS scores, with specific definitions for what constitutes a SABER or Multiple Award contract. The government can only deduct points from an offeror's score, not add, and will deduct 5 points for any unreported adverse CPARS ratings (below satisfactory). For SABER contracts, CPARS scores are considered for task orders of $750,000 or more. The matrix aims to standardize the comparison of past performance among offerors.
6 - Nellis-Creech Comm Req NC 2710 - Jun 2023.pdf
PDF1080 KBApr 1, 2026
AI Summary
The Department of the Air Force's 99th Communications Squadron (ACC) has issued the Nellis and Creech AFB Addendum 2710 (June 2023), which updates and supersedes previous communications installation standards for Nellis and Creech Air Force Bases. These standards apply to all construction and renovation projects requiring communications wiring, including wireless systems. The document details requirements for telecommunications cabling systems, covering aspects such as references, definitions, submittals, testing procedures (including performance and certification tests), and environmental requirements for communication equipment locations. It specifies product standards for components, pathways, cabling (copper and fiber optic), telecommunications spaces (e.g., backboards, equipment support frames, patch panels), and outlet/connector assemblies. The addendum also outlines execution guidelines for cable installation and termination, and includes appendices with further details on interior distribution systems, fiber optic data transmission, underground electrical distribution, outside plant telecommunications, and geospatial information collection using GPS technology. The overall purpose is to ensure consistent and compliant telecommunications infrastructure installations at both bases.
7 - Nellis-Creech Electrical Req 2023-10-17.pdf
PDF206 KBApr 1, 2026
AI Summary
The Nellis and Creech Air Force Bases Installation Facilities Standards (IFS) document outlines comprehensive electrical requirements for low and medium voltage systems. Key requirements include detailed labeling for electrical components, specific temperature derating for equipment in various environments, and robust concrete encasement for underground circuits. The standards mandate dedicated circuits for computer workstations, large office equipment, and critical control systems. Panelboards must use breakers (Square D or GE preferred), and all wiring must be stranded copper. The document also specifies requirements for transformers, grounding systems—including counterpoise ground rings due to high soil resistivity—and NEMA ratings for enclosures to withstand Southern Nevada's dusty conditions. Medium voltage systems require pre-approval for equipment, 100% neutral conductors, specific conduit encasement, and adherence to strict designs for manholes, vaults, switches, and transformers, emphasizing safety, reliability, and expandability within the base's infrastructure.
26 - Connection Charge Agreement - 22 Feb 23.pdf
PDF156 KBApr 1, 2026
AI Summary
This Connection Charge Agreement outlines the terms between a Contractor and Valley Electric Association, Inc. (Utility Owner) for electrical utility connections at Creech Air Force Base and/or Southern Ranges of Nevada Test and Training Range. The Utility Owner, under a Department of Defense utilities privatization program, will provide temporary and permanent electrical connections, as well as inspections of Contractor-Furnished Primary Facilities. The agreement defines terms like "Contractor-Furnished Primary Facilities," "Idle Time," "Overtime Work," and "Working Hours." It details scheduling requirements, including the Contractor's obligation to provide a project schedule and potential charges for overtime work or extra inspection time. Pricing includes project materials, labor, indirect costs, and a 10% margin, with the Contractor responsible for additional charges for overtime, extra inspection, and idle time. Payment is due within 30 days of the Utility Owner's invoice after permanent connection. Disputes are resolved between the Contractor and Utility Owner, governed by Nevada law, and not under the Construction Contract or UP Contract. The UP Contract governs the relationship between the Utility Owner and the Government.
27 - NTTR Visit Request - 27 Jan 2023.pdf
PDF276 KBApr 1, 2026
AI Summary
The Nevada Test and Training Range (NTTR) Visit Request/Authorization form is a mandatory document for individuals seeking access to restricted and controlled areas within the NTTR. Subject to the Privacy Act of 1974, the form requires detailed personal information, security clearances, and purpose of visit. Visitors must pick up badges at Nellis AFB, Building 200. Requests must be submitted a minimum of five working days prior to the visit. Specific areas like the Southern Ranges, Tolicha Peak, and Tonopah Test Range require additional safety and security briefings, and naturalization numbers for naturalized citizens. Access to Northern Ranges is restricted to U.S. citizens and approved allies. The form outlines the authority for information collection (10 USC 8013) and emphasizes that disclosure is voluntary, but necessary for entry.
44 -Statement of Objectives (SOO) for RKMF 240010 20 Nov 25.pdf
PDF244 KBJan 20, 2026
AI Summary
The RKMF240010 project at Nellis Air Force Base, Nevada, is a comprehensive renovation of Building 10250, focusing on the Honor Guard facility. Key objectives include replacing collapsed sewer lines, renovating west-side restrooms, and converting east-side restrooms into office space. The project also entails upgrading the break room, adding a water bottle filling station, creating a reception and changing area, replacing doors and windows, enhancing connectivity, and improving egress/ingress. Significant upgrades to the building's fire alarm and HVAC systems are also planned. The contractor is responsible for all design, labor, equipment, and materials, adhering to ADA standards and various hazardous material testing and abatement protocols. The performance period for construction is 180 days.
(Attachment 56) SABER Seed SOO Honor Guard Building 10250 Attachment 2- HAZMAT Results 10250 Restrooms part 2.pdf
PDF499 KBApr 1, 2026
AI Summary
Macrotec Consulting, LLC conducted an Asbestos and Lead Based Paint Inspection Report for Nellis Air Force Base Building 10250, specifically for the renovation of restrooms in the east corner. The inspection, dated August 2, 2023, aimed to identify asbestos-containing building materials and lead-based paint that could be impacted by planned renovation activities. The asbestos assessment involved testing various materials, including wall substrate, texture on drywall and concrete, base cove, base cove mastic, coating on concrete floor, concrete subfloor, and caulk on a sink. All samples tested showed
(Attachment 57) SABER Seed SOO Honor Guard Building 10250 Attachment 3 - As-Builts 65 LOCATION and GRADING.pdf
PDF558 KBApr 1, 2026
AI Summary
The document is a detailed engineering drawing from the Department of the Army, Office of the Chief of Engineers, dated February 1, 1956, and revised on October 30, 1956. It outlines the 'Chapel Location, Grading Plan & Outside Utilities' for Building 250 at Lake Mead Base, Nevada. The plan includes specifications for constructing a drive and parking area, concrete sidewalks, pipe culverts with standard headwalls, and connecting water and sewer service lines to existing utilities. Key features include an 8" sewer line, a 10" water line, and various elevation points for grading, such as finish floor elevation for the chapel. It also details the addition of exterior spots and notes regarding additional fill for the site, which the Navy will haul and the contractor will spread at no extra cost to the government. The drawing includes a typical drive section with bituminous pavement details and slopes. It is a comprehensive plan for site development and utility connections for the chapel.
(Attachment 58) SABER Seed SOO Honor Guard Building 10250 Attachment 5 - Attachment 5 AFGIMS Utilities Snapshot.pdf
PDF889 KBApr 1, 2026
AI Summary
The provided file is entirely blank, containing no information. Therefore, it is impossible to identify any main topic, key ideas, supporting details, or document structure. Without content, no summary can be generated, and no analysis regarding government RFPs, federal grants, or state/local RFPs can be performed. The file contains only empty lines and spaces, rendering it devoid of any actionable data for summarization or analysis.
(Attachment 59) SABER Seed SOO Honor Guard Building 10250 Attachment 6 - Floorplan Conceptual.pdf
PDF294 KBApr 1, 2026
AI Summary
The document appears to be an internal government file, possibly related to facilities planning or an RFP, detailing an office layout. It specifies a new office measuring 10' 10" by 12' 8", and identifies restrooms for women (room 109) and men (room 110). A notable instruction is that no fire riser closet framing is required, indicating specific architectural or construction considerations. The presence of a logo file path suggests it may be part of a larger technical document or architectural drawing set. This file provides precise spatial information and construction directives relevant to facility design or renovation projects within a government context.
52 - 99 SFS - Mass Pass Request Template.xlsx
Excel17 KBSep 26, 2025
AI Summary
The Nellis AFB Mass Pass Request Form is a controlled document used to request base access for non-personnel. The form requires detailed sponsor and applicant information, including full name, DOD ID, unit, phone number, and justification. Applicants must provide their company name, full name, SSN, date of birth, driver's license number and state, and desired access dates and times. Nellis AFB requires REAL IDs or two forms of identification for base access. Non-U.S. citizens must consult the Pass & ID office and attach additional documents like Permanent Residency or Employment Authorization Cards. Completed forms should be emailed to 99SFSS5B-PASSANDREGISTRATION@US.AF.MIL (for @us.af.mil email users) or hand-carried to Bldg. 696. Processing takes 3-5 duty days, and sponsors are responsible for checking the status and returning all terminated/expired DBIDS cards.
Atch 50_RFI Log_General Solicitation and Non-SABER Seed Related Questions.xlsx
Excel12 KBSep 26, 2025
AI Summary
This document provides instructions for submitting a Request for Information (RFI) for government solicitations, specifically referencing the SABER SOW and solicitation documents. It outlines that all columns (A through F) of the RFI form must be completed to be considered responsive, and the specific document or section in question must be clearly stated in columns E and F. The RFI is to be used for general solicitation questions, but explicitly excludes questions related to the SABER Seed project (B10250 for SABER Seed RKMF 240010), for which a separate process, Attachment 52, should be used. This ensures all inquiries are directed appropriately and efficiently.
44 - SABER SOO RKMF240010 Renovate Honor Guard 99 FSS B10250_14Feb2025.pdf
PDF236 KBSep 26, 2025
AI Summary
The government solicitation RKMF240010 outlines a project to renovate Honor Guard 99 FSS B10250 at Nellis Air Force Base, Nevada. The scope includes replacing collapsed sewer lines, renovating west-side restrooms, and converting east-side restrooms into office space. The project requires the contractor to furnish all design, labor, equipment, materials, and supervision. Key tasks involve extensive demolition, hazardous material testing and abatement, concrete work, and installation of new openings, finishes, and specialized fixtures. Significant upgrades are planned for fire suppression, plumbing, HVAC, electrical, and communication systems. Exterior improvements, earthwork, and utility installations are also part of the project. The performance period for construction is 180 days, commencing upon approval of submittals and issuance of a Notice to Proceed by the Contracting Officer.
4 - PPQ _PAST_PERFORMANCE_QUESTIONNAIRE FA486125R0003.docx
Word34 KBSep 26, 2025
AI Summary
The Past Performance Questionnaire (PPQ) FA486125R0003 is a mandatory attachment for evaluating contractor past performance for the Simplified Acquisition of Base Engineer Requirements (SABER) IDIQ solicitation FA4861125R0003, supporting Nellis AFB, Creech AFB, and Nevada Test and Training Range. This form is essential if CPARS are unavailable, and no other past performance evaluation method will be accepted. The questionnaire gathers general contractor information, respondent details, and contract specifics, including whether it was an Air Force SABER or MACC/Design Build Contract. It requires a detailed description of past contract performance and asks evaluators to rate the contractor's performance in quality, schedule, and management using a five-tier scale: Exceptional, Very Good, Satisfactory, Marginal, and Unsatisfactory. The form emphasizes thoroughness in responses, particularly regarding quality control, adherence to schedules, and effective management practices. The document also provides contact information for questions and requires certification from the evaluating Contracting Officer.
48 - Example SABER Design Intent Drawing Sets_28 Nov.pdf
PDF7904 KBApr 1, 2026
AI Summary
The SABER Design Intent Drawing Set outlines detailed requirements for design drawings at Nellis AFB, supplementing the Statement of Work for the SABER Contract. It specifies two levels of design submissions: Level 1 and Level 2. Level 1 drawings provide a basic plan illustrating structural, architectural, mechanical, electrical, fire, and communications systems, along with paving/grading/drainage, haul routes, and storage sites, emphasizing sufficient detail to communicate the design concept. Level 2 builds upon Level 1, incorporating all its requirements while adding greater detail for structural elements, roof and reflected ceiling plans, interior and exterior elevations, door/window/hardware schedules, fire protection systems, plumbing and mechanical equipment details, and comprehensive electrical and telecommunication diagrams, including single-line and riser diagrams. Both levels require extensive documentation such as cover sheets, drawing indexes, general notes, symbol lists, abbreviations, and detailed schedules and legends to ensure a complete and clear design submission.
49 - As-Builts.pdf
PDF25763 KBApr 1, 2026
AI Summary
The U.S. Air Force at Nellis Air Force Base is undertaking Project No. RKMF 07-0013, "REPAIR 58 RQS VARIOUS FACILITIES," focusing on Buildings 10240, 17001, 10272, 10245, and 10250. This project involves comprehensive repairs, demolition, and new construction, as detailed in the architectural, civil, structural, mechanical, electrical, and plumbing drawings. Key aspects include demolition of various structural and non-structural elements, removal and reinstallation of equipment, and significant upgrades to existing systems to meet current standards. The project emphasizes maintaining proper operation of existing electrical, mechanical, and plumbing systems during alterations and ensuring a smooth transition to new finishes. The overall scope encompasses demolition of walls, doors, windows, casework, plumbing fixtures, A/C units, roofing, and concrete elements, followed by the installation of new walls, roofing, fencing, gates, and updated mechanical and electrical components. Several engineering and contracting firms, including Ganthner Melby, LLC, Wood Rodgers, Hyytinen Engineering, Dinter Engineering Co., and NEI Contracting and Engineering, Inc., are involved in the design and execution of these repairs.
50_RFI Log_General Solicitation and Non-SABER Seed Related Questions.xlsx
Excel12 KBOct 2, 2025
AI Summary
The provided government file, FA486125R0003, outlines instructions for submitting a Request for Information (RFI) regarding the SABER IDIQ 2025 solicitation. All columns (A-F) of the RFI form must be completed, including specifying the document in question in columns E and F. Proposers are advised to thoroughly review the SABER Statement of Work (SOW) and all solicitation documents before submitting an RFI. The form is to be used for general solicitation questions, with a specific exclusion for questions related to B10250 for SABER Seed RKMF 240010, which requires a separate process as detailed in Attachment 52. The document emphasizes the importance of clear referencing to the SOW or other relevant documents for each question.
51_RFI Log_ SABER Seed RKMF 2400010 Reno Honor Guard 99 FSS B10250.xlsx
Excel13 KBOct 2, 2025
AI Summary
The document outlines instructions for submitting Requests for Information (RFIs) related to the "RENOVATE HONOR GUARD 99 FSS B10250" project, identified as FA486125R0003 and RKMF240010 (SABER Seed Project). All RFI submissions must complete columns A through F, providing specific details such as the date submitted, whether the question pertains to the SABER Seed project (yes/no), the question itself, the relevant SOW or document section (e.g., SOW 1.2.3.45), and the division (e.g., ELECTRICAL, MECH). The instructions emphasize that the SOW and all solicitation documents must be thoroughly reviewed before submitting an RFI. For questions not related to the SABER Seed project, a separate RFI—Attachment 51—must be used. This structure ensures that all inquiries are properly documented and categorized for efficient processing.
52 - 99 SFS - Mass Pass Request Template.xlsx
Excel27 KBOct 6, 2025
AI Summary
The Nellis AFB Mass Pass Request Form is a controlled document for federal use only, managed by 99 SFS/S3B, and categorized under PRVCY. It outlines the process for sponsoring individuals to gain base access, requiring sponsors to complete the form in its entirety with justification, personal details of the individual, and company information. Key requirements include presenting REAL IDs or two forms of identification for base access. Non-US citizens must consult the Pass & ID office and attach additional documents like Permanent Residency or Employment Authorization Cards. Completed forms are to be emailed to 99SFS.VCC.VisitorCenter@us.af.mil or hand-carried to Bldg. 696. Processing takes 3-5 duty days, and sponsors are responsible for checking the status and returning all expired/terminated visitor passes.
Solicitation - FA486125R0003.pdf
PDF1741 KBOct 2, 2025
AI Summary
The FA486125R0003 solicitation is a competitive HUBZone Indefinite Delivery/Indefinite Quantity (IDIQ) contract for construction work at Nellis AFB, Creech AFB, and NTTR. The contract, with a NAICS code of 236220 and a size standard of $45M, has a minimum guarantee of $50,000 and a maximum value of $185,000,000. It requires contractors to furnish all necessary labor, equipment, and materials for task order-based construction projects. Key dates include a pre-proposal conference on October 15, 2025, a site visit, and a deadline for base pass requests by October 6, 2025. Offers are due by November 12, 2025, at 2:30 PM local time. The contract includes specific clauses on ordering, order limitations, indefinite quantity, and subcontracting, with a liquidated damages rate of $413.60 per day for delays. All invoices must be submitted electronically through the Wide Area WorkFlow (WAWF) system.
40 - General Decision Number NV20240058 Highway Clark County.pdf
PDF328 KBOct 2, 2025
AI Summary
This government file outlines detailed requirements for various projects related to infrastructure upgrades, specifically focusing on mechanical, electrical, and plumbing systems. It details specific components such as air handling units, chilled water systems, and fire suppression systems. The document emphasizes adherence to industry standards, including those from ASHRAE, SMACNA, and NFPA, alongside local codes. Key aspects include design, installation, testing, and commissioning of these systems, ensuring efficiency, safety, and compliance. The file appears to be a technical specification or statement of work for a federal procurement, likely an RFP or grant, indicating a need for specialized contractors to perform the upgrades and maintenance. It also touches on environmental concerns and hazardous material handling, suggesting a comprehensive approach to facility modernization and safety.
41 - General Decision Number_NV20240038 Building Clark County.pdf
PDF416 KBOct 2, 2025
AI Summary
This government file, part of federal RFPs, grants, and state/local RFPs, outlines various requirements and processes related to government contracts and proposals. It details specific forms, procedures, and conditions for bids, including instructions for submission and compliance. The document covers financial aspects, technical specifications, and administrative guidelines, emphasizing adherence to established standards. Key sections likely address eligibility criteria, evaluation processes, and contractual obligations. The file also includes detailed breakdowns of required documentation and outlines the steps contractors must follow to ensure their proposals are considered valid and complete. It serves as a comprehensive guide for entities seeking to engage in government contracts, ensuring transparency and fairness in the procurement process.
42 - General Decision Number NV20240001 Bldg NTTR.pdf
PDF788 KBOct 2, 2025
AI Summary
This government file outlines wage determination requirements for federal contracts under Executive Orders 13658 and 14026. It details minimum wage rates for covered contracts, specifying different hourly rates based on the effective date of the contract (January 1, 2022, or January 1, 2015). The document clarifies that these Executive Orders apply to contracts subject to the Service Contract Act and those related to federal government activities, but not to contracts solely covered by the Davis-Bacon Act. It includes a comprehensive list of labor classifications and their corresponding wage and fringe benefit rates, categorized by department (e.g., Department of Energy, Department of Defense). The file also provides information on annual wage rate adjustments and the process for submitting conformance requests for unlisted classifications. Additional information on contractor requirements and worker protections can be found on the Wage and Hour Division website.
43 - General Decision Number_NV20250024 Heavy Clark County.pdf
PDF330 KBOct 2, 2025
AI Summary
This government file outlines various requirements and specifications, likely for federal grants or RFPs. It details the setup and configuration of systems, including network and electrical components, and specifies parameters for data handling and signal processing. The document also provides guidelines for power management, input/output operations, and system maintenance. Key aspects include environmental controls, performance metrics, and operational procedures to ensure stability and efficiency. It emphasizes regulatory compliance, safety protocols, and the integration of diverse components to achieve a functional and reliable system. The technical nature of the document suggests a focus on infrastructure or technological upgrades within a government-funded project.
Solicitation Amendment - FA486125R00030002.pdf
PDF1739 KBOct 16, 2025
AI Summary
This document outlines a competitive HUBZone Indefinite Delivery/Indefinite Quantity (IDIQ) solicitation for construction work at Nellis AFB, Creech AFB, and NTTR, with a NAICS code of 236220 (Size Std: $45M). The contract has a minimum guarantee of $50,000 and a maximum value of $185,000,000. Key dates include a pre-proposal conference on October 29, 2025, a site visit at B10250, and a deadline for base pass requests by October 20, 2025. Requests for Information (RFIs) are due by November 3, 2025, at 4:30 PM PST. Contractors must include their CAGE code and UEI in proposals. The document details ordering periods for SABER (Simplified Acquisition of Base Engineering Requirements) and outlines clauses for inspection, acceptance, and payment via Wide Area WorkFlow (WAWF). It also includes various FAR and DFARS clauses, particularly regarding Buy American Act compliance, limitations on subcontracting, and employee rights.
Solicitation Amendment FA486125R00030002 SF 30.pdf
PDF1576 KBApr 1, 2026
AI Summary
This amendment to Solicitation FA486125R0003 primarily extends deadlines and updates attachments for a competitive HUBZone Indefinite Delivery/Indefinite Quantity (IDIQ) contract for construction services. Key changes include extending the deadline for Base Pass Requests to October 20, 2025, and renaming Attachment 52. The pre-proposal conference is rescheduled to October 29, 2025, at Nellis AFB Base Theater, followed by a site visit. The deadline for questions/Requests for Information (RFIs) is extended to November 3, 2025, and the SABER proposal submission deadline is now November 26, 2025. Additionally, Attachment 53 (Gordian SABER Technical Specifications) and Attachment 54 (Gordian SABER Construction Task Catalog) are incorporated. The contract, with a minimum guarantee of $50,000 and a maximum value of $185,000,000, targets certified HUBZone firms under NAICS code 236220. All other terms and conditions remain unchanged.
Solicitation Amendment - FA486125R00030001.pdf
PDF1741 KBOct 6, 2025
AI Summary
This document is a solicitation for a competitive HUBZone Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Simplified Acquisition of Base Engineering Requirements (SABER) construction work at Nellis AFB, Creech AFB, and NTTR. The contract, FA486125R00030001, has a minimum guarantee of $50,000 and a maximum value of $185,000,000. It is set aside for certified HUBZone firms with NAICS code 236220 (Size Standard: $45M). Key dates include a pre-proposal conference on October 15, 2025, RFI submissions due October 20, 2025, and offers due November 12, 2025. The performance periods for the five ordering periods span from October 7, 2025, to October 1, 2030. Contractors must comply with various FAR and DFARS clauses, including limitations on subcontracting (85% for general construction) and electronic invoicing via Wide Area WorkFlow (WAWF).
Solicitation Amendment FA486125R00030001 SF 30.pdf
PDF1595 KBApr 1, 2026
AI Summary
This government file is an amendment to Solicitation Number FA486125R0003, issued by the 99th Contracting Squadron at Nellis AFB, NV. The amendment updates instructions for Requests for Information (RFIs), changing the due date to October 20, 2025, and specifying the use of Attachment 50 and 51 RFI logs. It also corrects Wage Determinations attachments 40-43. The proposal deadline for the SABER contract remains November 12, 2025, at 2:30 PM PST. Key changes include updated contact information for base pass requests, revised RFI submission procedures, and the addition/deletion of specific attachments related to wage determinations and RFI logs. The solicitation outlines requirements for HUBZone certified firms in construction, detailing proposal format, technical experience, quality control plans, bonding capability, and pricing factors.
1 - SABER SOW 25 Sep 25.pdf
PDF1578 KBNov 20, 2025
AI Summary
This government solicitation, FA486125R0003, outlines the Statement of Work for a Simplified Acquisition of Base Engineering Requirements (SABER) indefinite-delivery, indefinite-quantity (IDIQ) contract for design and construction at Nellis Air Force Base, Creech Air Force Base, and the Nevada Test and Training Range. The contract encompasses a broad range of maintenance, repair, and minor construction projects, including design services across multiple disciplines. Individual Task Orders will define specific work, with estimated magnitudes ranging from $15,000 to $4,000,000, and a total program aggregate not exceeding $185,000,000. Contractors must use Gordian’s SABER System for proposals and adhere to strict design levels, performance times, environmental regulations, and security requirements. The document details procedures for project estimating, design, and construction, emphasizing compliance with codes, specifications, and quality control measures.
31 - AF Form 3052 Cost Estimate Template.xlsx
Excel74 KBApr 1, 2026
AI Summary
This document is a "Construction Cost Estimate Breakdown" form for government contracts, specifically for work at Creech Air Force Base, project number RKMF-0. It provides a standardized format for offerors to submit detailed cost proposals, including material, labor, and other direct costs. The form requires itemized breakdowns, quantities, unit costs, total costs, and unit measures. It also outlines instructions for completing the form, emphasizing the need for transparent disclosure of existing data, judgmental factors, and contingencies. Offerors must provide supporting data and grant the contracting officer the right to examine records for verification, ensuring compliance with cost or pricing data regulations.
32 - AF 3064 Progress Schedule Template - 01 Apr 1996.xlsx
Excel502 KBApr 1, 2026
AI Summary
The document is a blank "Contract Progress Report" form (OMB NO. 0704-0188, AF IMT 3065) from the Department of Defense, specifically the Air Force (SAF/AQCO). It is designed to track the scheduled and actual completion percentages of various work elements within a contract. The form includes fields for contract and project numbers, project title, start and completion dates, period of performance, and details for up to 48 work elements across multiple schedules. Each work element tracks its percentage of the total job, percentage completed during the current period, and cumulative completion. The form also includes sections for contractor and contracting officer certification, remarks, and a disclaimer regarding public reporting burden. All fields are currently set to zero or a default date of December 30, 1899, indicating it is a template rather than a filled-out report.
44- SABER SOO RKMF240010 Renovate Honor Guard 99 FSS B10250_14Feb2025.pdf
PDF236 KBNov 20, 2025
AI Summary
The government solicitation RKMF240010 outlines a project to renovate Honor Guard 99 FSS B10250 at Nellis Air Force Base, Nevada. The project involves replacing a collapsed sewer, renovating west-side restrooms, and converting east-side restrooms into an office space. The scope includes furnishing all design, labor, equipment, and materials. Key work involves restoring sewer lines, updating restrooms, creating a new office, renovating a break room, adding a water bottle filling station, creating a reception and changing area, replacing doors and windows, and upgrading the fire alarm and HVAC systems. The contractor must test for and abate hazardous materials, coordinate with the Air Force Project Manager, and ensure site containment. Various attachments provide details on HAZMAT results, as-builts, utility snapshots, and conceptual floor plans. The performance period for construction is 180 days, commencing upon Notice to Proceed and approval of all submittals.
Solicitation Amendment - FA486125R00030003.pdf
PDF1741 KBOct 24, 2025
AI Summary
The solicitation, FA486125R00030003, is a competitive HUBZone Indefinite Delivery/Indefinite Quantity (IDIQ) contract for construction work at Nellis AFB, Creech AFB, and NTTR. The contract, with NAICS code 236220 and a size standard of $45M, has a minimum guarantee of $50,000 and a maximum value of $185,000,000. It requires contractors to furnish all labor, equipment, and materials for various construction projects defined in individual task orders. Key dates include a pre-proposal conference on October 29, 2025, RFI submissions due by November 3, 2025, and offers due by November 26, 2025. The document specifies detailed clauses for performance, payment, subcontracting limitations, and compliance with federal regulations like Buy American—Construction Materials under Trade Agreements and Wide Area WorkFlow Payment Instructions.
Solicitation Amendment - FA486125R00030005.pdf
PDF1744 KBOct 24, 2025
AI Summary
The government solicitation, FA486125R00030005, is a competitive HUBZone Indefinite Delivery/Indefinite Quantity (IDIQ) contract for construction work at Nellis AFB, Creech AFB, and NTTR. The NAICS code is 236220 with a size standard of $45M, and competition is limited to certified HUBZone firms. The contract has a minimum guarantee of $50,000 and a maximum value of $185,000,000. It covers general construction projects defined by individual task orders. A pre-proposal conference and site visit are scheduled for October 29, 2025, at Nellis AFB, with base pass requests due by October 20, 2025. Questions and Requests for Information (RFIs) are due by November 3, 2025, 4:30 PM PST. Contractors must provide CAGE code and UEI in Block 14 of their proposals. The document details specific ordering periods, inspection and acceptance procedures, and various FAR and DFARS clauses governing the contract, including those related to payment instructions, subcontracting limitations, and Buy American provisions.
Solicitation Amendment - FA486125R00030004.pdf
PDF1741 KBOct 24, 2025
AI Summary
This document is a solicitation for a competitive HUBZone Indefinite Delivery/Indefinite Quantity (IDIQ) contract for construction work at Nellis AFB, Creech AFB, and NTTR. The project, titled "Nellis SABER IDIQ," has a minimum guarantee of $50,000 and a maximum contract value of $185,000,000, with a NAICS code of 236220 and a size standard of $45M. The contract involves furnishing all labor, equipment, materials, transportation, supervision, and administration for construction projects defined in individual task orders. Key dates include a pre-proposal conference on October 29, 2025, a site visit, a deadline for base pass requests by October 20, 2025, and a deadline for Requests for Information (RFIs) by November 3, 2025. The performance period spans five ordering periods from October 2025 to October 2030. The document also details clauses for payment, invoicing, and subcontracting limitations, emphasizing electronic submission via Wide Area WorkFlow (WAWF) and adherence to Buy American provisions for construction materials.
Solicitation Amendment FA486125R00030017 SF 30.pdf
PDF303 KBApr 1, 2026
AI Summary
Amendment 0017 to solicitation FA486125R0003, dated September 26, 2025, issued by FA4861 99 CONS LGC, clarifies key terms for offers. Effective February 3, 2026, this amendment specifies that the default coefficient in eGordian is set to 1 and cannot be modified until after an award is made. Additionally, coefficients will require manual application to the seed project. All other terms and conditions, including the proposal due date of March 19, 2026, at 2:30 PM, remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their proposals are considered.
Solicitation Amendment - FA486125R00030017.pdf
PDF764 KBApr 1, 2026
AI Summary
This government solicitation, FA486125R00030017, is a competitive HUBZone Indefinite Delivery/Indefinite Quantity (IDIQ) contract for construction, alteration, or repair services at Nellis AFB, Creech AFB, and NTTR. The contract, known as Nellis SABER IDIQ, has a minimum guarantee of $50,000 and a maximum value of $185,000,000 over five ordering periods, each for one year. Performance will be based on individual task orders under NAICS code 236220 (Size Standard: $45M). Key dates include a pre-proposal conference on October 29, 2025, and a deadline for Requests for Information (RFIs) on November 3, 2025. Proposals are due by March 19, 2026, at 2:30 PM PST, and require an offer guarantee. The contractor must begin work within 21 calendar days of notice to proceed and complete it within 1825 calendar days. The document also details instructions for electronic invoicing via Wide Area WorkFlow (WAWF) and includes various FAR and DFARS clauses, such as Buy American and Limitations on Subcontracting, emphasizing compliance with federal regulations and small business participation.
Solicitation Amendment - FA486125R00030016.pdf
PDF762 KBApr 1, 2026
AI Summary
This document is a Request for Proposal (RFP) for a competitive HUBZone Indefinite Delivery/Indefinite Quantity (IDIQ) contract titled "Nellis SABER IDIQ" for construction, alteration, or repair work at Nellis AFB, Creech AFB, and NTTR. The solicitation number is FA486125R00030016, issued on September 26, 2025. The contract has a minimum guarantee of $50,000 and a maximum value of $185,000,000 over five ordering periods from October 2025 to October 2030. It is set aside for certified HUBZone firms with NAICS code 236220 (Size Std: $45M). A pre-proposal conference and site visit are scheduled for October 29, 2025, at Nellis AFB, with base pass requests due by October 20, 2025. Questions and RFIs are due by November 3, 2025, and proposals are due by March 19, 2026, at 02:30 PM PST. The contractor must furnish performance and payment bonds within 10 days of award. Key clauses include limitations on subcontracting for general construction (85% to non-similarly situated entities) and Buy American Act requirements for construction materials. Invoicing will be done electronically via Wide Area WorkFlow (WAWF).
Solicitation Amendment FA486125R00030016 SF 30.pdf
PDF409 KBApr 1, 2026
AI Summary
Amendment 0016 to Solicitation FA486125R0003, effective February 3, 2026, modifies the Nellis/Creech SABER program RFP. This amendment updates Section L, includes Attachment 80 with additional Requests for Information (RFIs), and reaffirms the proposal deadline of March 19, 2026, at 2:30 PM PST. The solicitation is a 100% HUBZone set-aside under NAICS 236220. Proposals must include a hard copy and an electronic copy submitted via DoD SAFE, organized into General Requirements, Technical Experience (self-rated), Technical Proposal and Qualifications (government-rated), and Pricing. Award will be based on a "2 Highest Technically Rated Offeror" (2HTRO) methodology, evaluating technical experience, proposal quality, and price reasonableness. The government will validate self-rated scores, assess technical proposals as acceptable/unacceptable, and conduct price analysis. The intent is to award one contract to the highest technically rated offeror with a fair and reasonable price, considering the second highest if their price is lower and their technical score is within 10%.
Solicitation Amendment FA486125R00030015 SF 30.pdf
PDF412 KBApr 1, 2026
AI Summary
This amendment (0015) to solicitation FA486125R0003, effective February 3, 2026, modifies the proposal deadline from March 17, 2026, to March 19, 2026, and updates Sections L and M. The solicitation is for a 100% HUBZone set-aside for the Nellis/Creech SABER (Simplified Acquisition of Base Engineering Requirements) program, a fixed-price indefinite-delivery/indefinite-quantity (IDIQ) contract under NAICS 236220. Proposals must include a self-scoring matrix for technical experience, a technical proposal with a Seed Project, Quality Control Plan, and Bonding Capability, and a price schedule. Award will be based on the "2 Highest Technically Rated Offerors" (2HTRO) methodology, involving validation of self-rated scores, evaluation of technical proposals, and assessment of price fairness. The government aims to award one contract without discussions, reserving the right to deduct points for unsupported claims or derogatory CPARS reports. Offerors must submit proposals electronically via DoD SAFE and hard copies to the 99th Contracting Squadron.
Solicitation Amendment - FA486125R00030014.pdf
PDF769 KBApr 1, 2026
AI Summary
This government solicitation (FA486125R00030014) is a competitive HUBZone Indefinite Delivery/Indefinite Quantity (IDIQ) contract for construction, alteration, or repair services at Nellis AFB, Creech AFB, and NTTR. The project, titled "Nellis SABER IDIQ," has a NAICS code of 236220 (Construction) with a size standard of $45 million. The contract has a minimum guarantee of $50,000 and a maximum value of $185,000,000 over five ordering periods. A pre-proposal conference is scheduled for October 29, 2025, at Nellis AFB, with a site visit to follow. Questions are due by November 3, 2025, and proposals by March 17, 2026, at 2:30 PM PST. The contractor must commence work within 21 calendar days of award and complete it within 1825 calendar days. Performance and payment bonds are required within 10 days of award. Key clauses include those related to ordering, order limitations ($500 minimum, $35,000,000 maximum for a combination of items), indefinite quantity, limitations on subcontracting for HUBZone firms (85% for general construction, excluding materials), and Buy American—Construction Materials (60% domestic components, increasing to 75% by 2029, or less than 5% foreign iron/steel content). The document also outlines electronic payment instructions via Wide Area WorkFlow (WAWF).
Solicitation Amendment FA486125R00030014 SF 30.pdf
PDF422 KBApr 1, 2026
AI Summary
Amendment 0014 to Solicitation FA486125R0003 extends the proposal deadline to March 17, 2026. It updates Sections L (Instructions, Conditions, & Notices to Offerors or Quoters) and M (Evaluation Factors for Award), and revises the Self-Scoring Matrix (Attachment 3) to correct formula errors. The solicitation is for a 100% HUBZone set-aside competition for the Nellis/Creech SABER program. Proposals will be evaluated using a 2 Highest Technically Rated Offeror (2HTRO) methodology across three factors: Technical Experience (Factor 1), Technical Proposal and Qualifications (Factor 2), and Pricing (Factor 3). The government intends to award one contract without discussions, reserving the right to deduct points for unsupported claims or negative CPARS integrity reports.
Solicitation Amendment FA486125R00030013 SF 30.pdf
PDF1618 KBApr 1, 2026
AI Summary
This document outlines Amendment 0013 to Solicitation FA486125R0003, modifying a government contract for Simplified Acquisition of Base Engineering Requirements (SABER). Key changes include extending the proposal deadline to March 10, 2026, and updating Sections L, M, and H. The amendment revises attachments such as the Self-Scoring Matrix and Statement of Objectives, and adds new Requests for Information (RFIs). The IDIQ contract has an overall ceiling of $185 million over five years, with a minimum guarantee of $50,000 for the awarded SABER. Proposals must adhere to strict formatting and submission guidelines, including electronic submission via DoD SAFE. Evaluation will follow a "2 Highest Technically Rated Offeror (2HTRO)" methodology, assessing technical experience, technical proposal and qualifications (Seed Project, Quality Control Plan, Bonding Capability), and price reasonableness. The government intends to award a single HUBZone set-aside contract without discussions, reserving the right to reject unrealistic offers.
Solicitation Amendment FA486125R00030012 SF 30.pdf
PDF1575 KBApr 1, 2026
AI Summary
This government file, Amendment/Modification Number FA486125R00030012, is an amendment to a solicitation, not a contract modification. Issued by FA4861 99 CONS LGC, it specifically extends the proposal deadline for Solicitation Number FA486125R0003 from February 5, 2026, to February 26, 2026, at 2:30 PM PST. This amendment outlines methods for offerors to acknowledge receipt, such as completing items 8 and 15 of the form, acknowledging on each offer copy, or via separate communication. Failure to acknowledge the amendment prior to the revised deadline may result in the rejection of the offer. The document also provides contact information for Corrine Lemon and Gilbert Cano for inquiries.
Solicitation Amendment - FA486125R00030012.pdf
PDF1761 KBApr 1, 2026
AI Summary
This document is a Request for Proposal (RFP) for a competitive HUBZone Indefinite Delivery/Indefinite Quantity (IDIQ) contract titled "Nellis SABER IDIQ" for construction work at Nellis AFB, Creech AFB, and NTTR. The contract, with a minimum guarantee of $50,000 and a maximum value of $185,000,000, is set aside for certified HUBZone firms under NAICS code 236220. It outlines performance periods for five ordering periods, from October 2025 to October 2030, with a liquidated damages rate of $413.60 per day for delays. Key dates include a pre-proposal conference on October 29, 2025, and an RFI deadline of November 3, 2025. The RFP emphasizes electronic payment via WAWF and includes standard government clauses regarding labor, subcontracting limitations, and the Buy American Act, with specific domestic content requirements for construction materials.
Solicitation Amendment FA486125R00030010 SF 30.pdf
PDF1654 KBApr 1, 2026
AI Summary
This amendment modifies Solicitation Number FA486125R00030010, issued by the Department of the Air Force, 99th Contracting Squadron, Nellis AFB, NV. The purpose of the modification is to update Sections L and M of the solicitation, attach RFI Response Logs (Attachments 76 and 77), and revise several attachments including the SABER SOW, Statement of Objectives (SOO) for RKMF 240010, Self-Scoring Matrix, and Pricing Schedule. It also adds Attachments 73, 74, and 75, which detail license fees and specific location information. Additionally, the amendment incorporates the FAR Clause 52.225-9 Buy American—Construction Materials (Oct 2022) while deleting FAR Clause 52.225-11 Buy American—Construction Materials under Trade Agreements (Nov 2023). The solicitation specifies a Highest Technically Rated Offeror (HTRO) evaluation methodology, where the two top-rated technical proposals will be assessed for price fairness and reasonableness. Offerors must provide detailed technical experience, including self-scoring matrices, contract information sheets, and CPARS reports, and are required to submit a Seed Project proposal, Quality Control Plan, and demonstrate bonding capability. The deadline for RFIs is November 3, 2025.
Solicitation Amendment - FA486125R00030009.pdf
PDF1681 KBApr 1, 2026
AI Summary
This government solicitation, FA486125R00030009, is a competitive HUBZone Indefinite Delivery/Indefinite Quantity (IDIQ) contract for construction services at Nellis AFB, Creech AFB, and NTTR. The contract, with a NAICS code of 236220 and a size standard of $45 million, has a minimum guarantee of $50,000 and a maximum value of $185,000,000. It covers general construction work defined by individual task orders under a firm-fixed-price arrangement across five ordering periods from October 2025 to October 2030. A pre-proposal conference and site visit are scheduled for October 29, 2025, at Nellis AFB, with base pass requests due by October 20, 2025. All questions/RFIs must be submitted by November 3, 2025, 4:30 PM PST. Key clauses include those for ordering, order limitations ($15,000 minimum, $4 million single item maximum, $35 million combined maximum), indefinite quantity, and limitations on subcontracting for general construction (85% to similarly situated entities). Payment instructions require electronic submission via Wide Area WorkFlow (WAWF).
Solicitation Amendment FA486125R00030009_SF 30.pdf
PDF1575 KBApr 1, 2026
AI Summary
This amendment (FA486125R00030009) modifies a solicitation issued by the 99 CONS LGC at Nellis AFB, NV. The primary purpose of this amendment is to update the Request for Information (RFI) response, which will be provided around January 8, 2026, and to extend the proposal deadline. The new proposal submission deadline is February 5, 2026, at 2:30 PM PST, changed from the original January 23, 2026. The document specifies methods for offerors to acknowledge receipt of this amendment, emphasizing that failure to do so by the new deadline may result in the rejection of their offer. All other terms and conditions of the original solicitation remain unchanged.
Solicitation Amendment FA486125R00030006 SF 30.pdf
PDF1575 KBApr 1, 2026
AI Summary
Amendment 0006 to solicitation FA486125R0003, effective November 19, 2025, extends the proposal due date from November 26, 2025, to January 23, 2026. This amendment also announces a forthcoming amendment for Requests for Information (RFIs) around December 8, 2025. Additionally, it attaches several documents related to a SABER IDIQ Preproposal Conference held on October 29, 2025, including slides and a sign-in sheet. A significant portion of the amendment involves adding numerous attachments related to the "SABER Seed SOO Honor Guard Building 10250," which include HAZMAT results, as-builts, utility snapshots, floor plans, asbestos and lead testing reports, mechanical room reports, and conceptual visuals for refurbishment. The amendment also renames one of the existing "As-Builts" attachments. Corrine Lemon is the point of contact for this amendment.
Solicitation Amendment FA486125R00030005 SF 30.pdf
PDF1371 KBApr 1, 2026
AI Summary
This government file is Amendment 0005 to Solicitation FA486125R0003, updating a competitive HUBZone Indefinite Delivery/Indefinite Quantity (IDIQ) contract for construction services at Nellis AFB. The amendment clarifies procedures for obtaining base passes, provides addresses for the Visitor Control Center and Base Theater, and corrects the Request for Information (RFI) deadline to November 3, 2025. It details proposal submission requirements, including format, content for technical experience (Factor 1), technical proposal and qualifications (Factor 2) for a Seed Project, Quality Control Plan, Bonding Capability, and Pricing (Factor 3). Offerors must use a self-scoring matrix for past performance, submit CPARS reports, and provide a detailed technical approach for the Seed Project using eGordian software. All RFIs must be submitted in writing using specified attachments by the corrected deadline.
Solicitation Amendment FA486125R00030004 SF 30.pdf
PDF1575 KBApr 1, 2026
AI Summary
Amendment 0004 to Solicitation FA486125R0003 informs potential offerors that funds are not currently available for the effort. Consequently, no award will be made until funding becomes available. The government reserves the right to cancel the solicitation at any time, without obligation to reimburse offerors for incurred costs. This amendment was issued by the 99 CONS LGC at Nellis AFB, NV, and became effective on October 15, 2025. All other terms and conditions of the original solicitation remain unchanged.
Solicitation Amendment FA486125R00030003 SF 30 .pdf
PDF1342 KBApr 1, 2026
AI Summary
This document is an amendment to Solicitation Number FA486125R0003, dated October 15, 2025, for Simplified Acquisition of Base Engineering Requirements (SABER). The amendment revises Section B CLIN references, replacing "See Exhibit XXX, Pricing Schedule - Year One" with "See Attachment 02 - Price Schedule" for ordering periods 01 through 05. It also updates Section C - SABER by adding a statement that the awarded contractor must perform according to "Attachment 01 SABER Statement of Work dated 25 Sept 2025." Key dates for the SABER Pre-proposal Conference (October 29, 2025, at 1:00 PM PST) and Proposal deadline (November 26, 2025, at 2:30 PM PST) remain unchanged. All other terms and conditions of the original solicitation remain in effect.
1 - SABER SOW 7 Jan 2026.pdf
PDF2076 KBApr 1, 2026
AI Summary
The SABER (Simplified Acquisition of Base Engineering Requirements) contract FA486125R0003 outlines an indefinite-delivery, indefinite-quantity (IDIQ) agreement for design and construction services at Nellis Air Force Base, Creech Air Force Base, and other Nevada Test and Training Range locations. The scope encompasses various general construction disciplines, including modifications, renovations, maintenance, and demolition, with individual task orders ranging from $15,000 to $4,000,000, not exceeding an aggregate of $185,000,000. The contractor must provide all design, labor, equipment, and materials, adhering to SABER specifications and utilizing Gordian's SABER System for cost proposals. The document details procedures for task order issuance, performance periods, environmental protection, site verification, safety, and quality control, emphasizing strict compliance with federal, state, and local regulations. It also specifies design levels (Level 0, Level 1, Level 2) and submission requirements for proposals, including as-built drawings and detailed cost breakdowns.
2 - Price Schedule _13 Jan 2026.xlsx
Excel49 KBApr 1, 2026
AI Summary
The Nellis SABER IDIQ Pricing Schedule outlines estimated annual amounts and quantities for various services across five ordering periods (Year One to Year Five) at Nellis AFB, Creech AFB, and the Nellis Test and Training Range. The schedule details pricing for unrestricted, controlled, and restricted area work during standard and non-standard hours, as well as contractor-provided escorts. A significant portion of the document focuses on SABER project cost estimates, revised cost estimates, design and cost estimates, revised design and cost estimates, and design, cost estimate, and survey services, categorized by project magnitude (Level 0, Level 1, and Level 2) with values ranging from $15,000 to $4,500,000. Offerors are instructed to fill only the highlighted cells and not to alter other parts of the schedule.
3 - Self Scoring Matrix 17 Feb 26.xlsx
Excel103 KBApr 1, 2026
AI Summary
The document outlines the Nellis AFB SABER Self-Scoring Worksheet, a mandatory tool for evaluating contractor past performance in various construction contract types. It details specific criteria for SABER (Simplified Acquisition of Base Engineer Requirements) contracts, which must be fixed-price, indefinite-delivery/indefinite-quantity, with design and construction task orders within the IDIQ scope, and utilize a unit price guide. The document also defines criteria for Design Build and Multiple Award Construction Contracts, emphasizing IDIQs competed among multiple awardees for diverse construction disciplines including architectural, structural, civil, mechanical, electrical, and fire protection. Contractors are prohibited from requesting Past Performance Questionnaires (PPQs) for work samples where CPARS evaluations already exist, whether rated annually or per task order. The worksheet is divided into tabs for different contract types (SABER Annual, SABER Per Task Order, Multiple Award IDIQ Annual, Multiple Award IDIQ Per Task Order, Design Build, and General Construction), each requiring the contractor to self-score based on CPARS for quality, schedule, and management.
Att 3 -Self Scoring Matrix 3_Feb_2026.xlsx
Excel103 KBApr 1, 2026
AI Summary
The document outlines the criteria and scoring matrix for evaluating past performance of contractors in government Simplified Acquisition of Base Engineer Requirements (SABER) and Multiple Award Construction Contracts. It details specific elements for a contract to be considered a SABER or Design Build Contract, including fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) structures, the use of unit price guides, and the scope of design and construction task orders. The self-scoring matrix, which is mandatory, is designed to compare offerors' past performance (CPARS) across different contract types, rated either annually or per task order. Contractors are prohibited from requesting Past Performance Questionnaires (PPQs) for work samples where CPARS evaluations already exist. The document includes various tabs for scoring different contract types such as SABER Annual, SABER Per Task Order, Multiple Award IDIQ Annual, Multiple IDIQ Per Task Order, Design Build, and General Construction, providing a framework for a standardized evaluation process.
4 - PPQ _PAST_PERFORMANCE_QUESTIONNAIRE FA486125R0003.pdf
PDF192 KBApr 1, 2026
AI Summary
The Past Performance Questionnaire (PPQ) FA486125R0003 is a mandatory attachment for evaluating contractor past performance for the Simplified Acquisition of Base Engineer Requirements (SABER) IDIQ solicitation FA4861125R0003, supporting Nellis AFB, Creech AFB, and Nevada Test and Training Range. This form is essential if CPARS are unavailable, and no other past performance evaluation method will be accepted. The questionnaire gathers general contractor information, respondent details, and contract specifics, including whether it was an Air Force SABER or MACC/Design Build Contract. It requires a detailed description of past contract performance and asks evaluators to rate the contractor's performance in quality, schedule, and management using a five-tier scale: Exceptional, Very Good, Satisfactory, Marginal, and Unsatisfactory. The form emphasizes thoroughness in responses, particularly regarding quality control, adherence to schedules, and effective management practices. The document also provides contact information for questions and requires certification from the evaluating Contracting Officer.
5_Nellis-Creech AFB Installation Facilities Standards (IFS) appendix - Fire Protection Requirements.pdf
PDF85 KBApr 1, 2026
AI Summary
The "Nellis and Creech AFB Installation Facilities Standards (IFS) Fire Protection Requirements" document outlines comprehensive fire protection and life safety standards for facilities at Nellis and Creech Air Force Bases. It mandates compliance with UFC 3-600-01, UFC 4-021-01, UFGS 28-31-76, and NFPA codes, with stricter requirements as noted within the document. Key areas include design, code analyses (building and life safety), and detailed requirements for civil, architectural, mechanical, fire alarm/mass notification systems (MNS)/electrical, and fire suppression plans. The document emphasizes the role of a Fire Protection Engineer of Record (FPEOR) for design review, shop drawing approval, and witnessing operational tests. Specific provisions address fire extinguisher types and locations, exit door functionality, fire water mains, hydrant placement, emergency vehicle access, fire-rated assemblies, smoke/fire dampers, and the mandatory use of Monaco MAAP-X panels for fire alarm and MNS in various facilities. The document also specifies testing protocols, battery backup requirements, and the necessity of a third party for system testing. It further details specifications for civil works, fire suppression/foam systems, and UFGS Section 28 31 76, including personnel training and certifications. These requirements supersede all previous Nellis-Creech AFB Fire Protection Standards, with the Air Combat Command (ACC) Fire Protection Engineer as the Authority Having Jurisdiction (AHJ) in disputed items.
8_Nellis-Creech Lighting Req 2019-01-22.pdf
PDF31 KBApr 1, 2026
AI Summary
This document, an appendix to the Nellis & Creech Air Force Bases Installation Facilities Standards (IFS), outlines comprehensive lighting requirements for the bases, effective January 22, 2019. It mandates compliance with various Unified Facilities Criteria (UFC) and Guide Specifications (UFGS) for interior, exterior, roadway, area, flood, and airfield lighting, as well as security applications (AFI 31-101). Key requirements include the exclusive use of solid-state LED luminaires with integrated controls, remote dimming, and specific color temperatures (4000K-4500K). Fixtures must have a minimum 10-year warranty for LEDs and 5-year for drivers, with a rated life of 50,000 hours for ballasts and lamps. Prohibited fixtures include T-8, T-5, Induction, and High Intensity Discharge types. Motion detectors are required for most interior and practical exterior lighting, with specific controls for high bay, street, parking lot, wall pack, walkway, area, flood, canopy, security, and airfield/apron lighting to optimize energy savings and meet security needs. Approval from base Security Forces, Antiterrorism Force Protection (ATFP), and Airfield Operations is often necessary for exterior lighting designs. Compatibility with CCTV and night vision goggles is also stipulated for security-related lighting.
9_Nellis-Creech Mech-Plumb Req 2020-07-07.pdf
PDF61 KBApr 1, 2026
AI Summary
The Nellis and Creech Air Force Bases (AFB) Installation Facilities Standards (IFS) outlines comprehensive mechanical and plumbing requirements for federal government projects. This document specifies design conditions, general requirements, and special system criteria, emphasizing occupant comfort, sustainability, and life-cycle cost analysis. Key mandates include cathodic protection for all buried ferrous materials, specific piping materials for various applications, and strict guidelines for plumbing fixtures to ensure energy conservation and ADA compliance. HVAC systems must utilize Carrier or Trane units, prohibit Variable Refrigerant Flow (VRF) and Wi-Fi-enabled equipment, and integrate with the Johnson Controls Metasys Energy Management and Control System (EMCS). The document also details heating system design, ventilation, and air conditioning requirements, including the prohibition of roof-mounted mechanical equipment. Furthermore, it addresses utility lines, fire suppression systems, and mandates comprehensive training for base maintenance personnel. The overarching goal is to ensure robust, maintainable, and energy-efficient installations at Nellis and Creech AFBs.
10_Nellis-Creech Utility Meter Req 2019-09-13.pdf
PDF46 KBApr 1, 2026
AI Summary
The document outlines utility meter requirements for Nellis and Creech Air Force Bases, serving as an appendix to their Installation Facilities Standards (IFS). It mandates compliance with Air Force Facility Metering Policy, Advanced Meter Reading System (AMRS) Meter Specifications, and various Unified Facilities Guide Specifications (UFGS) for electric, natural gas, and water metering. Key requirements include connecting meters to the base VLAN (with exceptions for small HVAC systems or unavailable connections), using UFGS-compliant electric meters that function on the AMRS platform with specific communication protocols (MODBUS/TCP), and installing safety disconnects. Gas meters must be Elster American Standard with KY/KYZ pulse output, while water meters must be McCrometer with pulse output, both connecting to AMRS either via advanced electric meters or pulse accumulators/converters. All installations require coordination with Energy Management Control System (EMCS) personnel, testing, adjustment, and commissioning per manufacturer and UFGS standards. Standalone meters are permitted under specific conditions, and meters should ideally be installed indoors or in approved, weatherproof outdoor enclosures. The attachment details AMRS-compliant electric meter specifications, including cybersecurity requirements, communication protocols, internal storage, and a list of approved meters, along with specifications for AMRS-compatible gas and water metering solutions and translation devices.
11_Nellis-Creech Plant List.pdf
PDF15 KBApr 1, 2026
AI Summary
The "NELLIS AND CREECH AFB INSTALLATION FACILITIES STANDARDS (IFS) LANDSCAPE PLANT LIST" dated January 22, 2019, provides a guide for acceptable plant species at Nellis and Creech Air Force Bases. This document references the broader IFS (Section C06) for comprehensive landscape requirements, which can be found on the WBDG website. The list includes various trees and shrubs, but it emphasizes that the final selection and landscape design must be approved by the Base Civil Engineer (BCE) office. Plant acceptability depends on factors such as the specific project, design, and location. The document serves as a guideline for landscaping projects, ensuring adherence to base standards and environmental considerations.
12 - Env Permit-ATP Guidance 2023.pdf
PDF370 KBApr 1, 2026
AI Summary
The 99 CES/CEIE Environmental Permits/Authority to Proceed Guidance document outlines the necessary permits and responsible parties for various environmental compliance areas at Nellis Air Force Base. It covers permits related to air quality, including dust and authority to construct for equipment like boilers and generators, managed by Clark County DES and Nellis AQ PM. The guidance also details requirements for drinking water and storm water projects, involving the Nevada Division of Environmental Protection (NDEP) and base Water Program Managers. Additionally, it addresses asbestos, lead, toxics, hazardous materials, and solid waste, with specific procedures for surveys, abatement, waste manifests, and disposal. Cultural and natural resources, including historical sites, archaeological sites, and protected species like the desert tortoise, require consultation with Nellis AFB CRM and Natural Resource Program Managers. The document also covers Petroleum, Oil, and Lubricants (POL) programs for storage tanks and generators, involving the Southern Nevada Health District and base POL Program Managers. Finally, it emphasizes the importance of providing required permits with AF Form 103 Work Clearance Requests.
13 - Work Clearance Triggers.pdf
PDF154 KBApr 1, 2026
AI Summary
The document outlines work clearance triggers and permit requirements for construction and maintenance activities. Key areas include Air Quality, with specific thresholds for dust permits (0.25 acre disturbance, 100 linear feet trenching, 1,000 sq ft demolition) and Title V permit revisions for new or removed emissions equipment (requiring 120 days for approval). Storm Water Pollution Prevention Permits are needed for disturbances of one or more acres, with exemptions for routine maintenance under 5 acres. Water Quality requires permits for tapping main water lines. Cultural and Natural Resources necessitate checks for impacts on archaeological sites and endangered species. POL (Petroleum, Oil, and Lubricants) procedures require reporting new, replaced, removed, or moved storage tanks to the Nellis AFB POL Program Manager. These regulations ensure environmental protection and compliance for various project types.
14_ACC Sole Source EMCS Letter.pdf
PDF391 KBApr 1, 2026
AI Summary
The Department of the Air Force, Headquarters Air Combat Command, issued a sole source justification for the Nellis AFB Direct Digital Control (DDC) system. The justification states that procuring the "Metasys" system from Johnson Controls, Inc., is essential for maintaining coordinated system growth, consistency, and lower training costs, as Johnson Controls manufactured the current DDC system at Nellis AFB. The DDC system operates Heating, Ventilation, and Air Conditioning controls and is an integral part of the base-wide Energy Management and Control System, requiring all components from the same manufacturer for seamless operation. This microprocessor-based network, approved for the base LAN, facilitates maintenance management, troubleshooting, and energy management. Future Military Construction Program and O&M direct digital controls must comply with Engineering Technical Letter (ETL-86-16) and ETL-83-1.
15 - Hazardous Material Management Guidance Document 2023-06-03.pdf
PDF518 KBApr 1, 2026
AI Summary
The Nellis Air Force Base (NAFB) Hazardous Material Management Process (HMMP) Guidance Document, effective June 3, 2023, outlines comprehensive procedures for managing hazardous materials (HAZMAT) at NAFB and the Nevada Test and Training Range (NTTR). This document ensures compliance with federal, state, and local regulations, including OSHA, Clean Air Act Amendments, and various Executive Orders. It details responsibilities for base personnel, tenant units, and contractors in HAZMAT procurement, storage, use, and disposal. Key aspects include the use of the Enterprise, Environmental, Occupational and Health Management Information System (EESOH-MIS) for tracking, the role of the HMMP Team and Hazardous Material Managers (HMMs), and emphasis on pollution prevention, waste minimization, and proper handling/disposal procedures. The document also categorizes HAZMAT users and defines specific management protocols for each group.
16_USAF Integrated Cultural Resources Mgmt Plan 32-7065 ICRMP - 06 Nov 2019.pdf
PDF9169 KBApr 1, 2026
AI Summary
The Integrated Cultural Resources Management Plan (ICRMP) for Nellis Air Force Base (NAFB), Creech Air Force Base (CAFB), and the Nevada Test and Training Range (NTTR) outlines strategies for managing and protecting cultural resources in accordance with federal laws and Air Force directives. The plan, updated every five years, summarizes the historical and prehistoric contexts of these installations, detailing past survey efforts and assigning responsibilities for cultural resource management. It emphasizes supporting military missions while ensuring compliance with the National Historic Preservation Act (NHPA), particularly Sections 106 and 110, which mandate identifying, evaluating, protecting, and mitigating adverse effects on historic properties. Key goals include streamlining review processes, updating historical contexts, evaluating archaeological sites, and completing surveys. The plan also highlights Native American involvement, scientific study, and public outreach efforts, with a five-year priority plan for ongoing cultural resource inventories and consultations.
17 - Installation Plan 12 - Hazardous Waste Management Plan 27 Sep 23.pdf
PDF1058 KBApr 1, 2026
AI Summary
The U.S. Air Force's Nellis and NTTR Plan 12 outlines the Hazardous Waste Management Plan, effective September 27, 2023. This plan details procedures for managing hazardous waste, adhering to AFMAN 32-7002, RCRA, and state/local statutes. It covers waste identification, container management, labeling, accumulation area management, transportation, turn-in/disposal, inspection, waste minimization, and emergency preparedness. The 99th Civil Engineer Squadron Installation Management Flight is the Office of Primary Responsibility, with annual reviews mandated. The plan uses a standardized Air Force template, supplemented with installation-specific requirements, to ensure compliance and continuous improvement in hazardous waste management.
18 - Nellis Supplement to DAFI 31-218 Motor Vehicle Traffic Supervision - 23 Mar 2023.pdf
PDF491 KBApr 1, 2026
AI Summary
The document outlines Nellis Air Force Base's mandatory motor vehicle traffic supervision policies, implementing Air Force Instructions and assigning responsibilities for traffic supervision, vehicle operations, and impoundment. It covers driver's license requirements, vehicle inspections, implied consent to chemical tests, and strict rules for suspending or revoking driving privileges due to traffic violations, BAC/BrAC levels, or refusal to comply with searches. The policy details specific point assessments for moving and non-moving violations, including penalties for reckless driving and cell phone use. It also addresses vehicle registration, insurance, child restraint systems, prohibited radar detectors and dashcams, and accident reporting procedures. Parking regulations, including reserved spaces and rules for recreational vehicles, are specified. The document also highlights the requirement for vehicle emissions inspection compliance and consequences for non-compliance, ensuring safety and regulatory adherence on Nellis AFB.
19_UF3.PC Concrete Pad for Three Phase Requirement - Aug 2016.pdf
PDF29 KBApr 1, 2026
AI Summary
The document outlines the design and specifications for a concrete pad intended for three-phase electrical equipment, likely transformers, as indicated by the '3-PHASE TRANSF.' table. The file, dated August 2016, provides detailed dimensions and reinforcing bar schedules for five different pad marks (MK1-MK5), each accommodating various kVA transformer sizes. Key specifications include concrete testing requirements (3000 PSI minimum, 4-6% entrained air, 3/4" max aggregate), reinforcing steel standards (ATSM-A615 Grade 60, placed approximately 6" O.C. each way), and a minimum concrete cover of 2 inches. The document also specifies a wood float finish and notes that pad dimensions and rebar spacing should be adjustable to suit specific transformer sizes and weights. This information is crucial for federal, state, and local RFPs or grants related to infrastructure development and electrical system upgrades.
20_UT1-UT5 Modified Trenching Drawing - Aug 2016.pdf
PDF39 KBApr 1, 2026
AI Summary
This document outlines technical specifications and guidelines for trenching and direct burial cable installations, likely for federal, state, or local RFPs related to infrastructure projects. It defines various trench types (UT1-UT5) including those with concrete encasement or caps, directional bores, and plowing. Key instructions cover depth and width specifications, over-excavation requirements for bedding and multiple cables, and backfilling procedures. Crucially, it mandates a minimum 12-inch clearance between power and communication cables in joint-use trenches and adherence to the National Electrical Safety Code for all depths and clearances. The document emphasizes safety and proper installation techniques for underground utilities.
21_US3.PJ Single and Three Phase Primary Junctions - Aug 2016.pdf
PDF44 KBApr 1, 2026
AI Summary
This document outlines specifications for single and three-phase primary junctions, likely for electrical infrastructure projects within government RFPs. It details the module numbering system, where '2' signifies a 200 AMP load break and '6' indicates a 600 AMP dead break. The document provides examples of how to interpret the module descriptions, such as '15US1.PJ.2222' for a 15kV 1-phase enclosure with 4-point 200 AMP modules. It also lists the required materials, including single and three-phase enclosures and safety signs, while noting that foundations, arresters, elbows, caps, and grounding must be specified separately. The document, dated August 2016, serves as a technical guideline for contractors or agencies involved in the procurement and installation of primary junction enclosures.
22_RUS Bulletin 1728F-806 UG Main VEA Standard - 18 October 2018.pdf
PDF5581 KBApr 1, 2026
AI Summary
RUS Bulletin 1728F-806, effective October 11, 2018, outlines comprehensive specifications for constructing rural underground electric distribution systems. This bulletin, incorporating state-of-the-art materials and methods, replaces the June 2000 version and is referenced in 7 CFR Part 1728. It details requirements for planning, material handling, installation methods like plowing and trenching, and safety. Key sections cover cable installation, bending radius, conduit use, tagging, joints/splices, terminations, secondary connections, pedestals, backfilling, equipment pads, transformers, and grounding. The document also includes attachments with drawing descriptions and construction drawings, emphasizing compliance with NESC and other electrical and safety requirements for RUS electric borrowers.
23_Power Trench Sand and Backfill Requirements - Apr 2013.pdf
PDF496 KBApr 1, 2026
AI Summary
This document outlines the specifications for the applicant's portion of the Underground Distribution System for Valley Electric Association, Inc. (VEA), focusing on trenching, bedding, and backfill requirements. It details the preparation of the trench bed, emphasizing the removal of loose material and leveling for stability. The document specifies the use of pre-moistened, machine-compacted sand for bedding, with minimum depths around cables or conduits. It provides gradation requirements for Power Trench Sand, noting VEA's standards for thermal conductivity and soluble sulfate content. The document also addresses approved sand suppliers, requiring re-qualification if standards are not met. Trench backfill above the sand bedding must be compacted to a minimum of 90% of maximum dry density, with specific material requirements regarding rock size, absence of organic materials, and acceptable soil classifications. Unacceptable bedding or backfill materials are also defined based on their condition and compactability. This standard ensures proper installation and safety for underground electrical infrastructure, aligning with federal and state regulations where applicable.
24_UG3.3 Three Phase Six Bushing Pad-mounted Transformer - Aug 2016.pdf
PDF141 KBApr 1, 2026
AI Summary
This document, likely a technical specification or diagram for a government infrastructure project, details the installation of a three-phase, six-bushing, padmounted transformer with a loop feed (UG3.02/UG3.3). It outlines required materials such as connectors, arresters, and safety signs, along with specific quantities. Key installation notes emphasize the use of a wye-wye connection to prevent ferroresonance, proper pigtail and cable slack for disconnections, and the need for a grounding unit. It also specifies requirements for transformer KVA size, separate ordering of pads/sleeves, and the placement of safety signs. Additionally, the document provides guidance on stabilizing non-metallic sweeps with concrete encasements and considering larger radius sweeps for increased burial depths, ensuring safety, efficiency, and compliance in electrical infrastructure projects.
25 - UH1.2 - Grounding Assembly for Pad-mounted Transformers and Enclosures 2 Rods - Aug 2016.pdf
PDF81 KBApr 1, 2026
AI Summary
The document, RUS UH1.2, titled “GROUNDING ASSEMBLY FOR PADMOUNTED TRANSFORMERS AND ENCLOSURES (2 RODS),” outlines the technical specifications for installing grounding assemblies for padmounted transformers and enclosures. This standard, updated in August 2016, provides a diagram and a bill of materials for a grounding system utilizing two ground rods. Key components include ground rods, ground rod clamps, connectors, and ground wire. The accompanying notes emphasize tying concentric neutrals together before connecting to the ground loop or ensuring the ground loop's conductivity matches the cable neutral. Additionally, it specifies that while multiple rods may be used, only one rod must be installed inside the enclosure. This document is crucial for ensuring proper electrical grounding in accordance with federal government infrastructure requirements, likely within the context of federal grants or RFPs for utility projects.
28 - Nuclear Gauge Form 1.xlsx
Excel30 KBApr 1, 2026
AI Summary
The provided document outlines the "RAM UTILIZATION LOG" for Nellis AFB/Creech AFB/NTTR, a mandatory record for companies engaged in projects involving radiation-producing devices (RAM). The log serves as a critical tracking mechanism for the use of these devices on the installation. Companies are required to complete sections 1-5 of the log and email it to usaf.nellis.99-mdg.mbx.99-amds-bio-eng@mail.mil at least 24 hours before entering the installation. This initial submission must include the Project/Contract # in the subject line, following the format: Date-ProjName-ProjNumber with attention to "IRSO Project/contract#". Sections 6-9 are to be filled out before leaving the installation and do not require another email submission. The log must be kept onsite and is subject to inspection by the Installation Radiation Safety Officer (IRSO). Contact numbers for the IRSO are provided for both duty and after-duty hours. This document ensures proper management, tracking, and safety compliance for radiation-producing materials within the Air Force base environments.
29 - Nuclear Gauge Form 2.docx
Word26 KBApr 1, 2026
AI Summary
The "REQUEST FOR AUTHORIZATION TO BRING RADIOACTIVE MATERIALS (RAM) ONTO NELLIS AFB, CREECH AFB, OR THE NEVADA TEST AND TRAINING RANGE (NTTR)" form is a critical document for entities seeking to transport or utilize radioactive materials on specified Air Force installations. This form, which must be submitted at least 30 calendar days in advance, outlines detailed requirements for licensees, including their contact information, the type of activities to be conducted (e.g., well logging, radiography, portable gauges), and the specific installation where the work will occur. Applicants must provide comprehensive information about the RAM, including manufacturer, model, serial number, license number, and expiration date. Additionally, a list of authorized users and their training certificates, along with a copy of a current NRC or Agreement State license and a leak test certificate, are mandatory. The request also requires a copy of the USAF contract clause and written authorization for installation RSOs to conduct safety assessments. Failure to submit a complete package will result in denial, and false statements can lead to immediate rescission of authorization and notification to regulatory bodies, potentially resulting in civil and/or criminal penalties. This process ensures strict adherence to radiation safety practices and compliance with AFI 40-201.
30 - AF Form 103 Base Civil Engineering Work Clearance Request - 01 Aug 1994.pdf
PDF30 KBApr 1, 2026
AI Summary
The provided document is a placeholder message indicating that the PDF viewer may not be able to display the document's contents. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux by visiting http://www.adobe.com/go/reader_download or to seek further assistance at http://www.adobe.com/go/acrreader. The document defines trademarks for Windows, Mac, and Linux. This message is not a government file related to RFPs, grants, or solicitations but rather a technical instruction for accessing a document that presumably would be relevant to such government files.
33 - AF Form 3065 Progress Report Template - 01 Apr 1996.pdf
PDF99 KBApr 1, 2026
AI Summary
The "Contract Progress Report" (OMB NO. 0704-0188, AF IMT 3065) is a standardized form used by the Department of Defense to track the progress of government contracts. It requires contractors to report on the percentage of completion for various work elements, both for the current period and cumulatively. The form collects information such as the contractor's address, report number, period covered, project number, and contract number. It also includes sections for remarks and certifications from both the contractor and the contracting officer, confirming satisfactory completion of the indicated percentage of work. This information can be used for computing progress payments according to the contract's payment clauses. The document emphasizes that while public reporting burden is estimated at 15 minutes, the completed form should be returned to SAF/AQCO, 1060 Air Force Pentagon, Washington DC 20330-1060, not the OMB address.
34 - Schedule of Values Template.xlsx
Excel20 KBApr 1, 2026
AI Summary
The document is a Schedule of Values for Contract No: FA4861-XX and Project No & Title: RKMF/LKTC XX-XXXX, detailing various construction divisions and line items. Each item, from general requirements like project management and supervision to specific construction tasks such as demolition, concrete work, masonry, metals, and finishes, is listed with a placeholder value of "$0.00" and a "#DIV/0!" error for the percentage. This format indicates a template or an initial stage of a project where costs and percentages are yet to be assigned. The schedule encompasses a wide range of activities including site work, structural elements, interior finishes, specialized installations like fire suppression, plumbing, HVAC, electrical, communications, and electronic safety and security systems, as well as exterior improvements and utilities. The document also includes close-out documents like as-built drawings and warranties. The "BID TOTAL" is also listed as "$0.00" with a "#DIV/0!" percentage, reinforcing its status as a preliminary outline for a government contract or proposal.
35 - AF 66 Schedule of Material Submittals.xlsx
Excel28 KBApr 1, 2026
AI Summary
The "Schedule of Material Submittals" template is a standardized form used in government contracting, likely for federal, state, or local RFPs and grants. It details required material submissions for a project, including shop drawings, samples, technical data, test reports, and schedules. The form tracks critical information such as project and contract numbers, the number of copies required, submission and return dates, and approval status. It also includes fields for contractor resubmittals, final approvals, and remarks. The template serves as a comprehensive checklist and record-keeping tool to ensure compliance, manage material delivery, and document the approval process for various items throughout the project lifecycle.
36 - AF 3000 Material Approval Submittal - 01 Sep 2003.pdf
PDF85 KBApr 1, 2026
AI Summary
The AF IMT 3000 form, titled "Material Approval Submittal," is used by contractors to request government approval for materials, equipment, and shop drawings to be incorporated into a contract. This form streamlines the approval process for items like raw materials, supplies, and components. Contractors must complete the form, providing details such as contract and submission numbers, and a description of the material. The form requires certification from the contractor that the material complies with contract specifications. Government officials, including the Contracting Officer and Base Civil Engineering Officer, review the submittals for approval or disapproval, with provisions for resubmittal if items are rejected. Instructions emphasize clear identification of submitted items and their corresponding data, and outline the proper procedure for numbering and submitting requests in four copies with attachments. The form is not valid without the contracting officer's signature, highlighting its importance in federal procurement and project management for quality assurance and compliance.
37 - BUILDER Inventory Sheet.xlsx
Excel193 KBApr 1, 2026
AI Summary
This government file, identified as Project No: RKMF/LKTC XXXXXX, details a comprehensive inventory of systems and components within a facility, likely for maintenance, upgrade, or compliance purposes. The project focuses on various building systems, including D20 Plumbing (specifically domestic water distribution and sanitary waste), B20 Exterior Enclosure (exterior doors), C10 Interior Construction (interior doors), D10 Conveying (elevators, lifts, escalators, moving walks, and weight handling equipment), E10 Equipment (vehicular equipment), and D30 HVAC (heat generating, cooling generating, distribution systems, and terminal & package units). Each entry includes critical data such as CMC ID, system and component details, section categories, model, serial number, capacity, manufacturer, location, installation date, and warranty information. The initial entries highlight specific backflow preventers from CHAMPION installed in 2016 with warranties extending to 2017, located in various exterior and interior areas. The extensive list of CMC IDs and corresponding systems indicates a thorough cataloging of the facility's infrastructure, crucial for managing a large-scale government project.
38_NTTR Automated Information System _AIS_ Equipment Form.pdf
PDF1865 KBApr 1, 2026
AI Summary
The Nevada Test and Training Range (NTTR) Automated Information Systems (AIS) Equipment Briefing and Acknowledgement form outlines the procedures and requirements for individuals bringing equipment, especially cameras, onto the range. The form requires personal details, unit information, work location, duties, and security clearance level. A key focus is on camera permits, which necessitate prior authorization from the NTTR Security Office and daily briefings with "Black Jack" personnel, detailing the 'who, where, when, and why' of photography. Strict rules govern what can be photographed, emphasizing mission-related material and avoiding other range facilities. All classified or sensitive material requires approval from the custodian. Photographers and those accessing the images must have appropriate security clearances, and all photographs are subject to review by the NTTR Program Security Office before release. Temporary permits must be returned, and only authorized individuals may use approved equipment. The NTTR reserves the right to revoke equipment passes at any time. This document ensures security and control over all equipment, particularly photographic, within the restricted range.
39 - Form SS-PER-007-003 Internal Combustion Engine Worksheet.pdf
PDF206 KBApr 1, 2026
AI Summary
The “Internal Combustion Engine Worksheet” (Form SS-PER-007-03) is a supplemental form required for minor source permit or major source authority to construct applications. It gathers comprehensive data on internal combustion engines, including identification, specifications (manufacturer, power, model, serial, dates, cylinders, displacement, configuration, fuel type, operating hours), and equipment specifications (manufacturer, output, model, serial). A critical section details engine emissions for PM10, PM2.5, NOx, SO2, CO, VOC, and GHGs, specifying data sources like manufacturer guarantees or AP-42. The form also asks about air pollution control methods and applicability of federal regulations (40 CFR Part 60, Subpart IIII and JJJJ, and 40 CFR Part 63, Subpart ZZZZ) based on engine type and construction commencement date. Instructions clarify how to complete each section, emphasizing the need for manufacturer's specification sheets for horsepower and emissions data.
Atch 40 NV20250024 19Sep25 Hvy Clark.pdf
PDF237 KBApr 1, 2026
AI Summary
This government file outlines a detailed process for classifying and managing various items, likely within a federal or state procurement context. It emphasizes identification, categorization, and handling procedures for different types of goods and materials, including those requiring specific attention due to their nature (e.g., hazardous or specialized items). The document details a structured approach to ensure compliance, proper documentation, and efficient management throughout their lifecycle. It also appears to reference different classifications and categories, such as "federal grants" and "state and local RFPs," suggesting a broad application across various government initiatives. The file highlights the importance of standardized procedures for inventory, processing, and disposal, ensuring accountability and adherence to regulatory requirements.
Atch 41 NV20250038 19Sep25 Bldg Clark.pdf
PDF293 KBApr 1, 2026
AI Summary
This government file, likely an RFP or grant document, outlines requirements for projects involving infrastructure upgrades and hazardous material management. It details provisions for mechanical, plumbing, and fire suppression system enhancements, emphasizing adherence to VA standards and local regulations. The document also addresses the necessity of hazardous material surveys, particularly for asbestos, lead-based paint, and microbial growth, to ensure safety and compliance before construction or renovation. The file appears to be a comprehensive guide for contractors or grantees, focusing on detailed planning, execution, and adherence to safety protocols in both infrastructure modernization and environmental hazard mitigation. It includes various sections with specific requirements for different aspects of the projects, such as technical specifications, reporting, and compliance.
Atch 42 NV20250058 19Sep25 Hwy Clark.pdf
PDF232 KBApr 1, 2026
AI Summary
The document details a Request for Proposal (RFP) for a government contract, likely involving infrastructure or system upgrades. It outlines specific requirements for proposals, focusing on various technical components and compliance standards. Key areas include mechanical, electrical, and plumbing systems, along with structural and architectural considerations. The RFP emphasizes adherence to federal and local regulations, requiring detailed plans for assessments, installations, and safety protocols. It also includes specific tables and sections for technical specifications, project timelines, and evaluation criteria, indicating a comprehensive approach to securing a qualified contractor for a complex government project. The detailed structure suggests a need for thorough technical responses and a clear understanding of government contracting processes.
Atch 43 NV20250001 1Aug25 NTTR.pdf
PDF348 KBApr 1, 2026
AI Summary
No AI summary available for this file.
44- SABER SOO RKMF240010 Renovate Honor Guard 99 FSS B10250_28January2026 (003).pdf
PDF274 KBApr 1, 2026
AI Summary
The RKMF240010 Solicitation FA4861-16-R-A200 is a Statement of Objectives for the renovation of Honor Guard 99 FSS B10250 at Nellis Air Force Base, Nevada. The project involves replacing a collapsed sewer line, renovating west-side restrooms, and converting east-side restrooms into office space. The scope includes furnishing all design, labor, equipment, and materials. The renovation also entails updating a break room, adding a water bottle filling station, reception, and changing areas, replacing doors and windows, improving connectivity, and upgrading the fire alarm and HVAC systems. The contractor must coordinate weekly with the Air Force, ensure site containment, provide temporary facilities, and manage hazardous materials. Demolition includes concrete, existing bathrooms, walls, and various exterior elements. New installations encompass concrete, metals, doors, windows, finishes, plumbing fixtures, fire suppression, HVAC, electrical, and communication systems. The performance period for construction is 180 days after the Notice to Proceed.
45 - Attachment Contract Information Sheet.pdf
PDF57 KBApr 1, 2026
AI Summary
The “Contract Reference Information Sheet” (FA486125R0003) is a critical attachment for government RFPs, specifically for the Nellis/Creech SABER construction project. This form requires offerors to provide detailed information for each completed contract reference mentioned in their Self Scoring Matrix. Key sections include offeror general information (name, CAGE, UEI, and contract type), contract specifics (agency, project title, numbers, type, and performance period), and a brief contract description. Additionally, it mandates the attachment title for the corresponding Contractor Performance Assessment Reporting System (CPARS) report. This document ensures comprehensive documentation and evaluation of past performance for government construction contracts.
46 - Example SABER Design Intent Drawing Set Level 1_20 Nov.pdf
PDF7369 KBApr 1, 2026
AI Summary
The document outlines the design and construction plans for the Visitor Control Center (VCC) Building 697 and Building 451 ADAS/ATW Addition at Nellis Air Force Base, Nevada. It includes a comprehensive drawing index covering general, civil, structural, architectural, fire protection, plumbing, mechanical, electrical, and telecommunications aspects. Key civil notes emphasize contractor responsibilities for work clearance, utility verification, demolition procedures, and adherence to environmental and safety regulations. Architectural plans detail the first-floor layout, room finishes, and general construction guidelines, including specific mounting heights for electrical and mechanical fixtures. The project also specifies a designated haul route and storage site within Nellis AFB. Overall, the file provides detailed instructions and specifications for the construction and renovation of these critical facilities, highlighting stringent compliance requirements and coordination across various engineering disciplines.
47 - Example SABER Design Intent Drawing Set Level 2_20 Nov.pdf
PDF11404 KBApr 1, 2026
AI Summary
The document outlines the construction project for a new Visitor Control Center (Building 697) at Nellis Air Force Base, Nevada, under Contract No. FA486120D0008, Task Order No. FA486120F0354, and Project RKMF170097. It includes a comprehensive drawing index covering general, civil, structural, architectural, fire protection, plumbing, mechanical, electrical, and telecommunications plans. Key civil notes emphasize field verification of existing conditions, utility coordination, erosion control, and adherence to designated haul routes and laydown areas. The existing Visitor Control Center must remain operational throughout construction. Structural notes detail design loads for wind, snow, and seismic activity, concrete and foundation requirements, and masonry specifications. General architectural notes cover dimensioning, material definitions, and typical mounting heights for electrical and communication components. The project requires strict compliance with all applicable building codes, UFCs, and safety regulations, with a focus on coordination between all disciplines and protection of existing utilities and site features.
Atch 50_RFI Log_General Solicitation.xlsx
Excel22 KBApr 1, 2026
AI Summary
The document outlines instructions for submitting Requests for Information (RFIs) related to the SABER Solicitation (FA486125R0003) and its attachments. It emphasizes that all columns (A-F) in the RFI log must be completed for a submission to be considered responsive. Proposers are required to specify the relevant document, section, page, or drawing sheet in columns E and F. The instructions also stress the importance of thoroughly reviewing the SABER Statement of Work (SOW) and all solicitation documents before submitting an RFI. An example RFI entry is provided, demonstrating the required format, including the submission date, whether the question relates to the SABER seed project, the question itself, and additional notes referencing specific SOW sections or documents. The overall purpose is to standardize and streamline the RFI process for clarity and efficiency in the government contracting process.
Atch 51_RFI Log_ SABER Seed.xlsx
Excel22 KBApr 1, 2026
AI Summary
The document outlines instructions for submitting Requests for Information (RFIs) related to the “RENOVATE HONOR GUARD 99 FSS B10250 RKMF240010 (SABER Seed Project).” Proposers must use the provided RFI log and thoroughly review the Statement of Work (SOW) and all solicitation documents before submitting questions. All columns (A-F) in the RFI log must be completed to be considered responsive, specifically requiring the SOW, document section, drawing sheet, or similar details in column E, and the relevant division (e.g., Electrical, Mechanical) in column F. The RFI process is critical for clarifying aspects of this renovation project, ensuring that all questions are formally documented and addressed.
Attachment 52 Nellis AFB Base Pass Request.xlsx
Excel27 KBApr 1, 2026
AI Summary
The Nellis AFB Mass Pass Request Form is a controlled document for federal use only, managed by 99 SFS/S3B, category PRVCY. It outlines the process for obtaining base access, requiring sponsors to complete the form thoroughly with personal and company details, including Social Security Number, date of birth, and driver's license information. The form specifies that Nellis AFB accepts REAL IDs or two forms of identification, and non-U.S. citizens must consult the Pass & ID office and attach additional documents like Permanent Residency or Employment Authorization Cards. Completed forms should be emailed to 99SFS.VCC.VisitorCenter@us.af.mil or hand-carried to Bldg. 696. Processing takes 3-5 duty days, with sponsors responsible for checking the status. Expired or terminated visitor passes must be returned to Pass & ID or the Visitor Control Center.
Attachment 53 Gordian SABER Technical Specifications.pdf
PDF25976 KBApr 1, 2026
AI Summary
The SABER Technical Specifications for Nellis Air Force Base, effective September 2025, outline comprehensive requirements for construction projects. This document, organized by CSI Divisions, covers general requirements, existing conditions, and detailed specifications for concrete, masonry, metals, wood, plastics, composites, thermal and moisture protection, and openings. It also includes sections on finishes, specialties, equipment, furnishings, special construction, conveying equipment, fire suppression, plumbing, HVAC, electrical, communications, electronic safety and security, earthwork, exterior improvements, utilities, transportation, waterway and marine construction, and material processing and handling equipment. Key general provisions include conflict resolution, contractor competency, and adherence to CSI Section Format. The document also provides an extensive list of abbreviations and acronyms used throughout the specifications.
Attachment 54 Gordian SABER CTC.pdf
PDF29637 KBApr 1, 2026
AI Summary
The SABER Construction Task Catalog® for Nellis Air Force Base, effective September 2025, provides a comprehensive table of contents for various construction and maintenance tasks. The document is structured into 28 main divisions, covering a broad spectrum of activities from general requirements and existing conditions to specialized areas such as fire suppression, plumbing, HVAC, electrical, communications, electronic safety and security, earthwork, exterior improvements, and utilities. Each division further breaks down into specific tasks and sub-tasks, detailing everything from administrative procedures, demolition, concrete work, and masonry, to the installation and maintenance of complex systems like elevators, fire suppression, and communication networks. This catalog serves as a detailed reference for construction and maintenance projects at Nellis Air Force Base, ensuring compliance with established standards and procedures.
(Attachment 55) SABER Seed SOO Honor Guard Building 10250 Attachment 1 - HAZMAT Results 10250 Restrooms Part 1.pdf
PDF1078 KBApr 1, 2026
AI Summary
Macrotec Consulting, LLC conducted an Asbestos and Lead-Based Paint Inspection Report for Nellis Air Force Base Building 10250, specifically for the renovation of restrooms in the south corner. The inspection, performed on May 31, 2023, aimed to identify materials containing asbestos and lead that could be impacted by the planned renovation activities. The report concluded that no asbestos was detected in any of the 16 suspected materials sampled, including drywall, concrete coatings, ceramic tile grout, window putty, FRP mastic, base coves, and CMU walls/mortar. Additionally, no lead was detected in any of the painted surfaces or bulk materials analyzed using an XRF analyzer. The report emphasizes that this summarized version is for reference, and a detailed generic report is on file with Nellis Air Force Base Civil Engineering.
(Attachment 60) SABER Seed SOO Honor Guard Building 10250 Attachment 7 - Sewer Line with Measurements and Pictures.pdf
PDF1626 KBApr 1, 2026
AI Summary
The provided document, likely part of government RFPs or grants, describes a proposed sewer line project. It uses color-coding to differentiate between the existing sewer line (Oregen) and the new, expected sewer line (Blue). The document also refers to an image number, directing the reader to a second page for a corresponding visual. This brief description indicates a project focused on infrastructure development related to wastewater management.
(Attachment 61) SABER Seed SOO Honor Guard Building 10250 Attachment 8 - Asbestos and Lead testing of entire building dated 7 July 2007.pdf
PDF409 KBApr 1, 2026
AI Summary
A DGM Environmental inspection was conducted on July 25, 2007, at Building 10250, Nellis Air Force Base, to test for asbestos and lead-based paint. The asbestos inspection, covering various materials like sheetrock mud, texture, mastic, floor tiles, ceiling tiles, plaster, stucco, and roofing components, found no asbestos detected in 33 of 35 samples. However, asbestos was detected in Mastic on Flashing (10% Chrysotile) and Built-Up-Roof Beneath Stone (8% Chrysotile) on the exterior pitched roof. The lead-based paint inspection identified lead in Beige Cinder Block Wall, Brown Metal Door Frame, Beige Metal Column, Brown Metal Door, Beige Cinder Block Wall, Beige Metal Pipe, Off-White Metal Louver, Tan Metal Louver, and Red Metal Hand Rail, with varying weight percentages and PPM values. The report emphasizes that only qualified personnel should interpret the findings for future renovation activities.
(Attachment 62)SABER Seed SOO Honor Guard Building 10250Attachment 9 -Asbestos and Lead testing for installing air compressor.pdf
PDF2314 KBApr 1, 2026
AI Summary
Macrotec Consulting, LLC conducted an Asbestos and Lead Based Paint Inspection Report for Nellis Air Force Base, Building 10250, specifically for room 106, to facilitate the installation of an air compressor. The inspection, dated September 29, 2011, found no asbestos in the concrete foundation, cinderblock, or mortar in Room 106. Similarly, no suspect lead paint was identified within the defined scope of work. The report emphasizes that its findings are for reference only and pertain strictly to the specified area, with a detailed generic report available at Nellis Air Force Base Civil Engineering. It also notes a previous report from July 25, 2007, which found no asbestos or lead-based paint issues in the interior and adjacent exterior walls of room 102. The document serves as a crucial pre-renovation assessment to ensure safety and compliance with environmental regulations for federal government facilities.
(Attachment 63) SABER Seed SOO Honor Guard Building 10250 Attachment 10 - Asbestos and Lead testing dated 24 February 2014.pdf
PDF2080 KBApr 1, 2026
AI Summary
The Nellis Air Force Base Asbestos and Lead Based Paint Inspection Report details a hazardous materials inspection for Building Number 10250, conducted on February 24, 2014, under Work Order 23065. Macrotec Consulting, LLC performed the inspection to identify materials containing asbestos and lead that could be impacted during planned renovation activities. The asbestos assessment, covering various building materials like wall and ceiling substrate, spray-on texture, and VCT flooring in the comm. room, concluded that no asbestos was detected. Similarly, the lead assessment, utilizing an XRF analyzer on painted surfaces and bulk materials, found no detectable lead. The report emphasizes that its information is for reference, specific to the defined scope, and should only be interpreted by proper personnel for current and future renovation activities. It also includes a warning to stop work immediately if suspect materials are found outside the report's scope.
(Attachment 64) SABER Seed SOO Honor Guard Building 10250 Attachment 11- Testing on exterior paint walls dated 6 November 2014.pdf
PDF1172 KBApr 1, 2026
AI Summary
Macrotec Consulting, LLC conducted an Asbestos and Lead Based Paint Inspection Report for Nellis Air Force Base, Building 10252, under Work Order #24743. The inspection, dated November 10, 2014, aimed to identify asbestos-containing building materials and lead-based paint on the exterior walls that could be impacted during planned renovation activities. No suspect asbestos-containing materials were identified. Similarly, an XRF analyzer detected no lead on the inspected painted surfaces and bulk materials. The report emphasizes that its information is for reference and applies only to the defined scope of work. It also advises immediately stopping work for further testing if suspect materials are found outside the report's scope.
(Attachment 65) SABER Seed SOO Honor Guard Building 10250 Attachment 12 - Mech. Room Report.pdf
PDF673 KBApr 1, 2026
AI Summary
Macrotec Consulting, LLC conducted an asbestos hazard inspection at Nellis Air Force Base, Building 10250, on August 4, 2016. The inspection, performed by certified asbestos inspector Dustin R. McAllister, focused on identifying asbestos-containing Thermal System Insulation (TSI) and Surfacing Material in the mechanical room(s). The report explicitly states that no asbestos-containing TSI or Surfacing Material was found in the mechanical room(s) of Building 10250. However, it notes that such materials might be present in other areas of the building. The report detailed that the mechanical room contained one black pipe wrap and the mechanical yard contained bare pipes and mud on HVAC ducts; all tested negative for asbestos. This inspection was not a NESHAP inspection for renovation purposes. The summary includes laboratory analysis from Triangle Environmental Service Center, Inc. confirming no asbestos detected in the collected samples.
(Attachment 66) SABER Seed SOO Honor Guard Building 10250 Attachment 13 - Asbestos and Lead testing building history.xlsx
Excel10 KBApr 1, 2026
AI Summary
The provided document details hazardous material testing conducted at Building #10250 across several dates from 2007 to 2016. The testing focused on identifying the presence of asbestos (Asb) and lead-based paint (LBP) in various locations within the building and its exterior. Key findings indicate the presence of both asbestos and lead in specific areas, such as the Mech Room and Mech Yard, identified by material descriptions like mastic on flashing, built-up roofing, beige cinder block walls, and various metal components. While several tests showed negative results for both hazards in rooms like 106, Exterior Walls, and the Comm Room, the positive findings in other areas highlight the need for careful consideration and potential abatement strategies, particularly in the context of government RFPs, grants, or projects involving renovation or demolition of the building.
(Attachment 67) SABER Seed SOO Honor Guard Building 10250 Attachment 14 - B10250 refurbish space conceptual visuals.pdf
PDF209 KBApr 1, 2026
AI Summary
The provided document outlines a series of renovation and demolition tasks, likely for a government facility, focusing on various functional areas. Key proposed changes include installing carpet in the reception area, adding water fountains, and outfitting a breakroom with a freezer/refrigerator, coffee maker, and microwave. Significant structural modifications involve installing men's and women's locker rooms, replacing existing bathrooms with single offices, and enhancing the computer room and storage area. The document also details exterior work, such as adding data drops, demolishing a gate, removing gravel to be replaced with concrete, demolishing a door, and replacing part of a ramp and railing with concrete stairs. Furthermore, the plan includes adding parking space lines, sealing asphalt cracks, and fixing/sealing windows. These tasks indicate a comprehensive upgrade project aimed at modernizing and improving the functionality and infrastructure of the facility.
(Attachment 68) SABER Seed SOO Honor Guard Building 10250 Attachment 15 - B10250 room numbers.pdf
PDF83 KBApr 1, 2026
AI Summary
I'm sorry, but I cannot provide a summary for an empty file. Please provide content within the <file> tags so I can analyze and summarize it for you.
(Attachment 69) SABER Seed SOO Honor Guard Building 10250 Attachment 16 - 10250 BFP Device replacement.png
PNG259 KBApr 1, 2026
AI Summary
The document is a field observation report by KAL Architects dated August 15, 2024, for Building No. 10250, detailing the condition of existing backflow assemblies. It identifies a WATTS 4000SS backflow assembly as being in good condition with no action needed. However, it notes other backflow assemblies, including WILKINS and a leaking 3-inch pipe, requiring various actions. These include removing and replacing pipe insulation, installing a weatherproof enclosure, replacing the air gap drain due to corrosion, replacing a shut-off valve due to possible leakage, and replacing or installing new BFP/PVB valve assemblies, also due to possible leakage. This report likely serves as a preliminary assessment for a potential maintenance or upgrade project, aligning with the scope of federal government RFPs, federal grants, or state/local RFPs for infrastructure improvements.
(Attachment 70) SABER Seed SOO Honor Guard Building 10250 Attachment 17 - Double Check Valve Assembly.pdf
PDF204 KBApr 1, 2026
AI Summary
The Ames Fire & Waterworks Deringer™ 20 Double Check Valve Assembly is a backflow prevention device designed for various applications, including fire protection, waterworks, plumbing, and irrigation. This product prevents non-health hazard pollutants from entering potable water systems due to backpressure or backsiphonage. Key features include a 100% stainless steel housing, integral shutoff valves with prewired supervisory switches, tamper-resistant test cocks, and patented Dual-action™ check modules that adapt to both low and high flow conditions. The assembly is serviceable without special tools, approved for horizontal and vertical applications, and complies with AWWA C510-07, ANSI/NSF/CAN 61, and ANSI/NSF/CAN 372 (Lead-Free) standards. It operates within a temperature range of 33°F – 140°F and a working pressure of 10 – 175 psi. The document provides product specifications, materials, dimensions, weights, and flow performance data, emphasizing its robust design and compliance for critical water system protection.
Attachment 71 SABER IDIQ Preproposal Conference Slides 29 October 2025 FA486125R0003.pptx
PowerPoint15800 KBApr 1, 2026
AI Summary
The 99th Contracting Squadron hosted a pre-proposal conference and site visit on October 29, 2025, for the Simplified Acquisition of Base Engineering Requirements (SABER) IDIQ, solicitation number FA486125R0003. This competitive HUBZone set-aside aims to award a single Firm-Fixed Price, Indefinite-Delivery, Indefinite-Quantity contract with a ceiling value not exceeding $185 million and a five-year ordering period. Proposals will be evaluated based on technical experience, technical proposal and qualifications, and price, with the award going to the highest technically rated offeror with a fair and reasonable price. Key dates include a November 3, 2025, deadline for written questions and a November 26, 2025, deadline for proposals. The conference also detailed the SABER IDIQ execution process and provided guidance on using the Construction Task Catalog, clarifying what is and is not paid for separately.
Attachment 72 SABER IDIQ Preproposal Sign In Sheet 29 October 2025 FA486125R0003.pdf
PDF1735 KBApr 1, 2026
AI Summary
The document is an attendance list for a Pre-Proposal Conference and Site Visit for the SABER IDIQ, solicitation number FA486125R0003, held on October 29, 2025, at 1300. The list includes printed names, signatures, and organizational affiliations with phone numbers for attendees. Participants represent a diverse group of entities, including government organizations (e.g., 99 CES, 99 CONS), construction and contracting firms (e.g., Gordian, Eklutna Constructiva, Spectrum Bids & Renov., PEC Contracting, Design West, Elysian Project Management, DNI/Unami, Welding, Southwestern Construction, WC-JV, Pipewerx Mechanical, VIVA Electric, TB Auto Performance Construction, DeemCon, American Cosivai, A.1 Construction and Remodeling, TEL Construction, WestCoast JV, C67 Development, WestConst, Tonic Engineering, West Point Specialties, AIR Design, Chiller Services, TBPCO&globet, JPVS Builders, Ryerson Concrete, FIFELECTRIC, NESG Inc., LIRA Elec.), and architectural/design firms (e.g., SCADESIGN, Origin Architecture, DESIGN WEST ARCH). This attendance sheet serves as a record of interested parties for a federal government Request for Proposal (RFP) related to indefinite-delivery/indefinite-quantity (IDIQ) contracts under the SABER program.
73 - Task Order Pricing Letter _ Gordian System Licens Fees 5 percent and 1.95 percent.pdf
PDF310 KBApr 1, 2026
AI Summary
Gordian's Contractor Pricing Letter outlines the costs and services for its Simplified Acquisition Base Engineering Requirement (SABER) solution for Nellis AFB, Creech AFB, and NTTR. The five-year contract includes a customized Construction Task Catalog®, a license for Gordian’s web-based eGordian® software, and comprehensive training and technical support. The pricing structure involves a license fee of 5% for the first $6,000,000 of cumulative Task Orders and 1.95% thereafter, invoiced monthly upon Task Order issuance. This fee is subject to a Job Order Contract (JOC) System License Agreement, which takes precedence in case of conflicting terms. The solicitation number for this contract is FA486125R0003.
Attach 74 SABER Seed Attachment 18 - Knox Box Location.pdf
PDF5247 KBApr 1, 2026
AI Summary
The provided government file, despite its brevity, appears to be a placeholder or an incomplete document. With only a single numerical digit present ("1"), it lacks any substantive content to analyze for its main topic, key ideas, or supporting details. Without further information or context, it is impossible to determine its purpose within the framework of federal government RFPs, federal grants, or state and local RFPs. Therefore, a comprehensive summary or analysis beyond acknowledging its minimalist nature cannot be provided.
Attach 75 SABER Seed Attachment 19 - B10250 comm room.pdf
PDF89434 KBApr 1, 2026
AI Summary
The document provides a detailed overview of the electrical and fire alarm systems within a facility, identified as Building 10250 at Nellis A.F.B., with a focus on Panel Name: 250-1-04. It outlines the panel's specifications, including voltage and phase, and lists circuits for receptacles, lights, and AC units. The file also details the Monaco System Configuration for the Fire Alarm Control Panel (FACP), including zones and descriptions for water flow, various pull stations, and smoke detectors. Additionally, it includes information on cable management, data and voice infrastructure, and network components such as Cisco Catalyst switches and Black Box media converters. The document highlights safety warnings regarding hazardous voltage and provides information about manufacturers like Mitsubishi Electric, Honeywell, Monaco Enterprises Inc., and Cavalry Systems, Inc. It appears to be a technical specification or as-built documentation for the electrical, fire safety, and communication infrastructure of the building.
76 - RFI Response Log General Solicitation 13_Jan 26.xlsx
Excel63 KBApr 1, 2026
AI Summary
The document is an RFI (Request for Information) for a federal government SABER (Simplified Acquisition of Base Engineering Requirements) contract, outlining numerous questions and the government's official responses regarding various aspects of the solicitation. Key areas of clarification include the mandatory use of the eGordian system for pricing, the associated license fees (5% up to $6M, then 1.95%), and how these fees should be incorporated into the contractor's coefficient. Other critical points addressed are the allowance for concurrent task order performance at multiple bases, the non-mandatory nature of the site visit, and the evaluation criteria focusing on the Highest Technically Rated Offeror. The RFI also clarifies requirements for self-scoring worksheets, the handling of CPARS (Contractor Performance Assessment Reporting System) for projects under $750K, and the specific design level (Level 1) required for the seed project. Additionally, the document addresses questions on bond requirements, tax exemptions, and the fixed-price nature of the contract, which means coefficients will not be adjusted annually for escalation. Numerous inquiries regarding CMMC (Cybersecurity Maturity Model Certification) compliance are deemed
77 - RFI Response Log SABER Seed Related _ 13_Jan 2026.xlsx
Excel49 KBApr 1, 2026
AI Summary
This document outlines instructions and questions related to a government Request for Information (RFI) for the renovation of the Honor Guard Building (B10250) at Nellis Air Force Base. It emphasizes the need to complete all columns (A-F) for responsiveness, specifying that column E should detail the Statement of Work (SOW), document section, or drawing sheet, and column F should list the Division (e.g., Electrical, Mechanical). The RFI process requires thorough review of the SOW and all solicitation documents. The questions cover a wide range of topics including the provision of various government files (CAD, utility drawings, shop drawings, as-builts, HAZMAT reports), clarifications on scope of work (landscaping, asphalt sealing), design requirements (Level 1 vs. Level 2 design, eGordian estimates), logistical concerns (occupancy during construction, utility availability), and technical specifications (STC ratings, HVAC, electrical, communications, fire suppression). The responses from the government clarify that Level 1 design will suffice, many attachments have been provided in amendments, CAD files are unavailable, and provide specific details on various renovation aspects.
Att 78 RFI Log Additional Responses General Solicitation 27 Jan 2026_.xlsx
Excel24 KBApr 1, 2026
AI Summary
The FA486125R SABER IDIQ document outlines a Request for Information (RFI) log for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract in 2025. It details instructions for submitting questions, requiring all columns (A-F) to be filled out and specific document references. The log includes various questions from offerors regarding the Price Schedule, contract extensions, acceptable years for past SABER IDIQ experience, location of Section B information, escort costs, submission of hard copies, self-scoring matrix guidelines for five-year contracts, reissuance of the Statement of Work (SOW), and clarification on the number of Contract Information Sheets to submit due to conflicting guidance. Additionally, offerors sought clarification on CPARS requirements for projects under $750K and whether averaging Task Order CPARS ratings is acceptable. Responses from the government addressed these queries, providing guidance on estimated quantities, extending due dates, clarifying CPARS policies, and outlining submission requirements. Amendments 10, 11, 12, and 13 were issued to address various changes and extensions, including updated proposal due dates and removal of the $750K CPARS restriction.
Attach 79 RFI Log SABER Seed 29 Jan 2026_.xlsx
Excel27 KBApr 1, 2026
AI Summary
The document, titled "FA486125R00 RENOVATE HONOR GUARD," is an RFI (Request for Information) log for a government renovation project, specifically the "RKMF240010 (SABER Seed Project)." It outlines various questions and concerns from contractors regarding the Statement of Work (SOW) and other solicitation documents, along with the government's corresponding responses. Key issues raised include requests for updated Statements of Objectives (SOO) incorporating RFI answers, clarification on lighting replacements (LED vs. existing), the need for additional site visits due to newly identified hazardous materials (lead-based paint and asbestos), determination of project phases, relocation plans for large rolling storage shelves, definition of a "Cadillac bathroom," HVAC system requirements (multi-zone capability), clarification on the demolition or transport of rolling storage cabinets, specifications for ceiling tile NRC ratings, concerns about sewer line inspection, sign sizing and character count, flooring preparation, FRP texture, and the STC rating for doors. The government's responses often refer to updated SOOs and amendments, indicating ongoing revisions to project specifications based on contractor feedback.
Atch 80_ RFI Response Log_General Solicitation 9 March 2026.xlsx
Excel23 KBApr 1, 2026
AI Summary
The document, FA486125R0003 SABER IDIQ 2025, is an RFI log for questions pertaining to the SABER Solicitation and related attachments. It outlines instructions for submitting questions, emphasizing that all columns (A-F) must be filled out for a submission to be considered responsive. The log includes examples of questions submitted by offerors, primarily focusing on Amendment 15, which modified section L-4.2 to require a

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 3, 2025
amendedAmendment #1· Description UpdatedJul 3, 2025
amendedAmendment #2· Description UpdatedJul 9, 2025
amendedAmendment #3· Description UpdatedSep 26, 2025
amendedAmendment #4· Description UpdatedSep 26, 2025
amendedAmendment #5· Description UpdatedOct 1, 2025
amendedAmendment #6· Description UpdatedOct 6, 2025
amendedAmendment #7Oct 15, 2025
amendedAmendment #8Oct 23, 2025
amendedAmendment #9Oct 24, 2025
amendedAmendment #10Nov 19, 2025
amendedAmendment #11· Description UpdatedJan 20, 2026
amendedLatest Amendment· Description UpdatedApr 1, 2026
deadlineResponse DeadlineMar 19, 2026
expiryArchive DateJun 25, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA4861 99 CONS LGC

Point of Contact

Name
Corrine Lemon

Place of Performance

Nellis AFB, Nevada, UNITED STATES

Official Sources