Skip to main content

An official website of the United States government

You have 2 new alerts

Simplified Acquisition of Base Engineering Requirements (SABER)

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Jan 25, 2024 01:32 pm EST
  • Original Published Date: Jan 24, 2024 03:12 pm EST
  • Updated Response Date: Feb 09, 2024 03:00 pm EST
  • Original Response Date: Feb 09, 2024 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Feb 24, 2024
  • Original Inactive Date: Feb 24, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Rome , NY 13441
    USA

Description

The Air Force is seeking 8(a), HUBZone, Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), Service Disabled Veteran Owned Small Business (SDVOSB), or Small Business (SB) sources for Simplified Acquisition of Base Engineering Requirements (SABER).  SABER is a 5-year construction Indefinite Quantity Indefinite Delivery (IDIQ) contract from which task orders for various construction projects are solicited.  Typical orders range from $10k to $750k. The work includes, but is not limited to, demolition, site work, general construction work, furnishings and equipment work, fire protection work, mechanical and HVAC work, electric work, fire alarm work, hazardous material abatement ,and incidental related work.

This is a Sources Sought Notice and is not a Request for Proposal.  No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided to the Government as a result of this sources sought notice is voluntary. Responses will not be returned.  No entitlement to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses or the Government’s use of such information. The information obtained from responses to this notice may be used in the development of an acquisition strategy and future RFP. If adequate responses are not received, the acquisition may be solicited on an unrestricted basis. This is a sources sought for planning purposes only.

If this effort is to be set aside, then a clause such as FAR 52.219-14, Limitations on Subcontracting, will apply.

Though not assured or guaranteed, it is anticipated that a Request for Proposal for this requirement will posted to the SAM website http://www.sam.gov under reference number FA875124R0004 on or about 1 May 2024.

The solicitation will be conducted under NAICS code 236220 with an associated small business size standard of $45,000,000 average annual revenue.  No set-aside determination has been made.

The above description of work is for the purpose of general information only and is not intended to include and describe every feature of work or to define the scope of the work. 

RESPONSE PROCEDURE
Prime contractors who are 8(a), HUBZone, WOSB, EDWOSB, SDVOSB, or SB concerns and who intend to submit a proposal for this notice MUST submit the following by 3:00 p.m. EST, 9 February 2024:

(1) a positive statement of intent to submit a proposal for this solicitation as a prime contractor.  Describe how anticipated subcontractors, if any, would be selected and which functions they would be responsible for;

(2) dated letter or certification, or registration in appropriate program repository, from the appropriate competent jurisdiction that evidences 8(a), HUBZone, WOSB, EDWOSB, and/or SDVOSB participation and/or certification such as SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov.);

(3)  Evidence of successful performance within the past three (3) years of no more than five (5) contract efforts similar in magnitude and scope to the work described in this notice. Include such information as contract requirements, contract amounts, performance periods, and points of contact. 

(4)  Description of prime contractor’s Safety and Quality Control methodologies.  This should be general and not exceed two (2) pages in length.  Ensure both Safety and Quality Control are addressed.

All of the above must be submitted in sufficient detail for a decision to be made on the availability of interested 8(a), HUBZone, Woman-Owned (WOSB), Service Disabled Veteran Owned Small Business (SDVOSB), or Small Business (SB) concerns.  Failure to submit all information requested may result in a contractor being considered ‘not interested’ in this requirement.

Firms that meet the requirements described in this announcement are invited to submit their documentation to the attention of Mr. Larry Barto (Larry.Barto.1@us.af.mil) , with an email copy to Mr. Michael Graniero, Small Business Professional, michael.graniero@us.af.mil and John Haberer, john.haberer@us.af.mil

Point of Contact:

Larry Barto

Contract Specialist,

Email: Larry.Barto.1@us.af.mil

NOTE: In order to receive a contract award, if issued, the successful offeror must be actively registered in System for Award Management (SAM) https://www.sam.gov.
 

Contact Information

Contracting Office Address

  • ADMIN ONLY NO REQTN CP 315 330 7298 26 ELECTRONIC PKWY BLDG 106
  • ROME , NY 13441-4514
  • USA

Primary Point of Contact

Secondary Point of Contact





History