Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 28, 2025 SAM #8676
SOURCES SOUGHT

Z -- Wright Patt SABER FY 27-32

Notice Date
8/26/2025 8:29:08 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
 
ZIP Code
45433-5344
 
Solicitation Number
FA8601-26-R-XXXX
 
Response Due
9/10/2025 11:00:00 AM
 
Archive Date
09/25/2025
 
Point of Contact
Omar Inman, Amanda VanHorn
 
E-Mail Address
omar.inman@us.af.mil, amanda.vanhorn@us.af.mil
(omar.inman@us.af.mil, amanda.vanhorn@us.af.mil)
 
Small Business Set-Aside
8A 8a Competed
 
Description
PROJECT NUMBER: ZHTV XX-XXX PROJECT TITLE: Wright-Patterson AFB (WPAFB) Simplified Acquisition Base Engineering Requirements (SABER) Contract FY 27-32 ESTIMATED VALUE: $150M - $175M PROJECT DESCRIPTION: The Contractor shall provide all management, labor, material, equipment, (unless furnished by the Government), transportation, supervision and design capabilities to accomplish over one hundred (100+) simultaneous projects for a broad range of maintenance, repair and minor construction work on real property at Wright-Patterson AFB, OH. The base encompasses over 120 tenant and host organizations on four areas of land totaling 8,145 acres, and 850 facilities containing 16.4 million SF, with missions varying tremendously in complexity and nature. In addition, over 20 General Officers reside or work at WPAFB. The size and diversity of WPAFB necessitates expeditious response and efficient management of the heavy volume of task orders (TO) placed against the SABER contract. Facilities include, but are not limited to, research and development, hospital, secure areas, airfields, flight line, infrastructure, administrative, residential, pavements, industrial, recreational, fitness, assembly, and formal offices etc. Prompt response and execution of all task orders is required. The contractor shall be required to actively execute the normal workload of up to one hundred plus (100+) concurrent projects and shall be required to manage up to one hundred and fifty plus (150+) concurrent projects. The contractor may on occasion be required to provide for large, unexpected fluctuations in the workload and require accelerated project schedules due to mission needs. It is estimated that less than five percent (5%) of all work shall be required during other than normal working hours. SPECIAL REQUIREMENTS/CONCERNS: Scheduling Personnel coverage based on volume of construction work Partnering/Joint Ventures Emergency situations GFP Environmental issues/regulations Certifications Warranty Bonding CONTRACTING SPECIALISTS: amanda.sergent.2@us.af.mil & omar.inman@us.af.mil CONTRACTING OFFICER: amanda.vanhorn@us.af.mil SAM POST VERBIAGE The United States Air Force, AFLCMC/Operational Contracting Branch, Wright?Patterson AFB, Ohio is seeking capabilities packages of potential 8(a) sources. The previous SABER contract was accepted into the 8(a) program. Per FAR 19.815(a) any future SABER contract awards shall remain within the 8(a) program. This sources sought is for planning purposes only; proposals are not requested at this time. The work consists of furnishing all labor, equipment, appliances, devices and materials, and performing all operations necessary in connection with ZHTV XX-XXXX, �SABER Contract FY 27-32� including removals and miscellaneous work as specified and as shown, indicated, or noted on the drawings to be provided in individual orders. The site of the work is Area A, Area B, and all other properties owned by Wright?Patterson Air Force Base, Ohio. PERIOD OF PERFORMANCE The anticipated period of performance (PoP) is one base year ordering period, four additional one-year ordering periods, and a 6-month option to extend services (5 � year total PoP). The estimated magnitude is between $150M and $175M. MAXIMUM VALUE This IDIQ contract will have a maximum value of $175,000,000.00. NAICS CODE The NAICS Code assigned to this acquisition is 236220 �Commercial and Institutional Building Construction� with a Size Standard of $45M. All prospective Contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime Contractors must comply with the Limitations on Subcontracting, as defined in Federal Acquisition Regulation (FAR) clause 52.219?14(c)(3). All interested Prime Contractors who intend to submit a bid for this solicitation are highly encouraged to submit a capability package to the Primary Point of Contact listed below, by 2:00 P.M. EDT on 10 SEP 2025. Please include the following in your Capability Package: A positive statement of your intention to submit a proposal for this solicitation as a Prime Contractor, including: Name and Address Your DUNS Number and/or CAGE Code 8(a) certification List of capabilities and/or work experience of similar type and scope. Include contract numbers, project titles, dollar amounts, demonstrated ability to manage multiple TOs valued from $100K-$1.5M, points of contact (POCs) with phone numbers, and an explanation of the relevancy of the project (limit to 5 single?sided pages); Documentation from surety or their agent of your capability to be bonded for bid, performance and payment bonds for this project; If any subcontracts are to be used, respondents shall provide the anticipated percentage of effort to be subcontracted and whether small or other than small businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated; If you are considering a joint venture that has not been formalized, specify the firm(s) you intend to partner with and how you plan to officially form the joint venture. **Fax responses will NOT be accepted.** **Advertising or marketing information is NOT appropriate.** E?mail responses will be accepted. E?mail response shall be sent to amanda.vanhorn@us.af.mil, omar.inman@us.af.mil, and amanda.sergent.2@us.af.mil. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. Responses shall be limited to 10 pages. Be advised that all correspondence sent via e?mail shall contain a subject line that reads, �SABER Contract FY 27-32"". If sending attachments by e?mail, ensure only .pdf, .doc, or .xls documents are sent. The e?mail filters at Wright?Patterson AFB are designed to filter e?mails without subject lines or with suspicious subject lines or contents. Therefore, if this subject line is not included, or if a .zip or .exe file is attached, it may be deleted by the e?mail filters.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f97b901d42a84e3182ace61bcc4ffa25/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN07567715-F 20250828/250826230053 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.