Opportunity

SAM #FA466126Q0063

SABER IDIQ for Design-Build and Construction Services at Dyess AFB, Texas

Buyer

7th Fleet

Posted

May 04, 2026

Respond By

June 01, 2026

Identifier

FA466126Q0063

NAICS

236220, 236210, 238290, 238210, 238160

The U.S. Air Force's 7th Contracting Squadron at Dyess Air Force Base, Texas, is seeking small business participation for a Simplified Acquisition of Base Engineer Requirements (SABER) IDIQ contract. - Government Buyer: - U.S. Air Force, 7th Contracting Squadron, Dyess Air Force Base - Scope of Work: - Firm-fixed-price, single-award IDIQ contract for design-build, maintenance, repair, and minor construction projects - Work must comply with Dyess Installation Facilities Standards, federal, and Air Force codes - Contractors must provide in-house design capability or access to licensed engineers and architects - Use of RS MEANS pricing guides and a competitively bid coefficient for pricing - Mobilization required within 30 days of award; individual task orders will specify start and completion dates - Mandatory training and quality control plans, with repeated training required for option years - Strict safety, security, hazardous material handling, and cybersecurity protocols - Products/Hardware Mentioned: - Best locksets - Monaco transceiver systems - Notable Requirements: - Contractors must be US-owned, registered in SAM, and able to secure bonding up to the contract ceiling - 100% Small Business Set-Aside; seeking responses from all small business socio-economic categories - Most task orders expected to be valued at or above $250,000 - Proposal development fees apply for design work - Progress schedules and reports required for projects over 60 days - Warranty and closeout requirements post-completion

Description

SOURCES SOUGHT – Simplified Acquisition of Base Engineering Requirements (SABER) IDIQ PERFORMANCE LOCATION: Dyess AFB, Texas NAICS CODE: 236220 – Commercial and Institutional Building Construction SIZE STANDARD: $45.0M RESPONSE DEADLINE: 31 May 2026, at 8:00 PM CST

1. PURPOSE & DISCLAIMER

The 7th Contracting Squadron (7 CONS), Dyess AFB, TX is conducting market research to identify capable small business concerns for a Simplified Acquisition of Base Engineering Requirements (SABER) IDIQ. This requirement is currently being contemplated as a 100% Small Business Set-Aside.

The purpose of this notice is to determine the availability of small businesses (including 8(a), WOSB, VOSB, SDVOSB, and HUBZone) capable of performing the requirements. This research will assist the Contracting Officer in making a final set-aside or competition determination.

Please note: This Sources Sought does not obligate the Government to award a subsequent contract. It is for market research and planning purposes only. The Government will not reimburse any costs associated with the development or submission of information in response to this notice.

2. PROJECT DESCRIPTION & SCOPE The SABER is a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for design-build and minor construction projects, awarded via individual Task Orders. The Government currently contemplates a Single-Award IDIQ with a [Insert, e.g., one (1) year base period and four (4) option years].

Task Orders will provide a vehicle for the execution of a broad range of maintenance, repair, and construction across multiple trades. In-house design capability (or ready access to registered/licensed Engineers and Architects) is required for projects involving alteration and repair to existing infrastructure. Work will be priced utilizing a Government-provided unit price book (BNI Cost Data) multiplied by the contractor's competitively bid coefficient.

Magnitude: Task orders issued under this IDIQ will vary in scope and complexity, with the majority of task orders anticipated to be valued at or over $250,000.00.

3. MANDATORY REQUIREMENTS

Bonding: The Prime Contractor must be capable of securing bonding (Bid, Payment, and Performance) up to the maximum ceiling of the IDIQ and individual task orders. System for Award Management (SAM): In accordance with RFO 52.204-7, contractors must be registered in the SAM database via www.sam.gov. US Ownership: The Prime contractor must be a US-owned entity.

4. SUBMISSION INSTRUCTIONS Contractors are highly encouraged to submit a capability package containing the following information no later than 31 May 2026 at 8:00 PM CST.

Please include the following in your response:

Company Information: Name, Business Address, Point of Contact, Telephone Number, E-mail Address, UEI Number, and CAGE Code. Business Profile: Business Size in relation to the 236220 NAICS code, Number of Employees, Number of Years in Business, and a positive statement of your interest in submitting a proposal for this requirement as a prime contractor. Socio-Economic Status: Identify your status (e.g., Small Business, HUBZone, 8(a), SDVOSB) and provide any associated documentation or certifications. Capability Statement: Identify the specific trades you are capable of performing (e.g., carpentry, road repair, roofing, excavation, electrical, plumbing, HVAC, design/build, concrete, structural). Note: This is not an all-inclusive list of work that could be performed. Relevant Experience: Provide brief descriptions (no more than 3) of similar projects performed within the last 5 years. Include project value and whether the project utilized a unit price book/coefficient pricing model. Bonding Capacity: State your single project and aggregate bonding capacity. Market Research Questionnaire: Provide direct, detailed answers to the specific Technical and Industry Feedback questions listed in the attachment. Please restate each question in your package prior to providing your answer to ensure clarity during the Government's review. Format: Submit your complete capability package (incorporating items 1 through 7 above) as a single, cohesive document in Adobe PDF or Microsoft Word format. The total submission does not have a page limit. Please email your final document to TSgt Marshal Khinno at marshal.khinno@us.af.mil and Traci Hughes at traci.hughes.1@us.af.mil with the subject line: "SABER Sources Sought Response - [Your Company Name]".

ATTACHMENTS:

1. Draft Statement of Work

2. Market Research Questionnaire

View original listing