Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 23, 2026 SAM #8824
SOLICITATION NOTICE

Z -- New SABER (Simplified Acquisition of Base Engineering Requirements)

Notice Date
1/21/2026 11:59:37 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
 
ZIP Code
29404-5021
 
Solicitation Number
FA441826R0004
 
Response Due
2/5/2026 11:00:00 AM
 
Archive Date
02/20/2026
 
Point of Contact
Lisa B. Mitchell, Contracting Specialist, Phone: 8439635179, Brandy M. Stroud, Contracting Officer, Phone: 8439635166
 
E-Mail Address
lisa.mitchell.11@us.af.mil, brandy.stroud@us.af.mil
(lisa.mitchell.11@us.af.mil, brandy.stroud@us.af.mil)
 
Small Business Set-Aside
8A 8a Competed
 
Description
The 628th Contracting Squadron at Joint Base Charleston, SC, intends to issue a solicitation for a Simplified Acquisition of Base Engineer Requirements (SABER) Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. The work consists of all management, labor, material, equipment, (unless furnished by the Government), transportation, supervision and minor designs to accomplish simultaneous projects for a broad range of maintenance, repair and minor construction work on real property at Joint Base Charleston (JB CHS) and its outlying properties. Facilities include, but are not limited to, airfield support, research and development, waterfront, medical, academic, secure areas, infrastructure, administrative, institutional, pavements, industrial, etc. During the contract period, the Base Civil Engineer will identify construction tasks, and the Contracting Officer will negotiate and issue firm-fixed-price task orders. This acquisition is a 100% set-aside for 8(a) Small Businesses. The NAICS Code is 236220, and the associated small business size standard is $45 million. The estimated total contract value is not-to-exceed $74,000,000.00 over a five-year period, with a minimum guarantee of $3,000.00. The period of performance will consist of one base year and four (4) one-year option periods. The successful contractor will be selected using Tradeoff procedures, resulting in the best value to the Government. The Government reserves the right to award a contract to an offeror other than the one with the lowest price. The specific evaluation factors will be set forth in the solicitation. The requirement under FAR 52.219-14, Limitations on Subcontracting, will apply, which requires the offeror to perform at least 15% of the cost of the contract (not including the cost of materials) with its own employees. Solicitation Information The solicitation and all associated documents will be made available electronically on or about the date listed above via the System for Award Management (SAM.gov) website. Paper copies of the solicitation will not be provided. It is the responsibility of interested parties to monitor the SAM.gov website for the official solicitation and any subsequent amendments. Registration in SAM.gov is required to be eligible for award. Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. In accordance with DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law, an award will not be made to any contractor with an unpaid delinquent federal tax liability or a felony conviction under Federal law.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4cfff849bb4d4532922becec16d12d34/view)
 
Place of Performance
Address: 0, SC 29404, USA
Zip Code: 29404
Country: USA
 
Record
SN07692320-F 20260123/260121230032 (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!  © 1994-2026, Loren Data Corp.