- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
SABER IDIQ
Federal opportunity from DEPT OF DEFENSE. Place of performance: NV. Response deadline: Mar 19, 2026.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 46 more rate previews.↓
Point of Contact
Agency & Office
Description
NOTE: Due to system error. Amendment 008 (0008) does not exisit.SABER IDIQ SOLICITATION NUMBER: FA486125R0003 DISCLOSURE OF MAGNITUDE: between $100,000,000 and $250,000,000 BONDING CAPABILITY: $40M COMPETITION INFORMATION: HUBZone Firms PROPOSAL DUE DATE: 19 March 2026 @ 1430 CONTRACTING OFFICE: 99 CONS, Nellis AFB, NV 89191CONTACT POINT: Corrine Lemon; corrine.lemon@us.af.mil ; 702-652-6196The 99th Contracting Squadron is soliciting a Simplified Acquisition for Base Engineering Requirements (SABER) for Nellis Air Force Base, Creech Air Force Base Range 63, Point Bravo and Nellis Test And Training Range (NTTR). The SABER will be an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for design and/or construction projects that will be awarded via individual task orders. Paper copies will not be available. Base Notice: The following viewers will be needed to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), and WinZip (.zip or .exe.). Task orders will provide a vehicle for execution of a broad range of projects, such as carpentry, road repair, roofing, excavation, interior/exterior electrical, steam fitting, HVAC, plumbing, sheet metal, fencing, demolition, fire protection, concrete, masonry, and other projects. In-house design capability or ready access to design capability is a must for projects including alteration and repair to existing infrastructure. Period of Performance and Magnitude: The maximum ceiling amount (potential price of all task orders issued to SABER Awardee) is $185M. The period of performance on the SABER program will be for five (5) years with each contract year being an ordering period. Individual task orders are estimated to be between $15,000 and $4,000,000 and will vary in size and complexity. All work shall be in strict compliance with the specifications of the contract and specifications and drawings for each task order. This will be a Competitive HUBZone Procurement limited to qualified/eligible HUBZone firms in the Small Business Administration. The applicable North American Industry Classification System (NAICS) code for this acquisition is Sector 23 Construction) with a small business size standard of NAICS code: 236220/ Size Std: $45M). The government intends to award one contract under this program. The government intends to hold a site visit for the proposal demonstration project. A pre-proposal conference will be held on 29 October 2025 at 1300 at the Nellis AFB Theater. At the conclusion of the pre-proposal conference, a site visit at B10250 will be conducted approximately 1415 (subject to conclusion of the pre-proposal conference.) Prospective contractors must be registered in the System for Award Management (SAM) database in order to be eligible for award. Registration requires applicants to have a CAGE and UEI. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. All prospective offerors must go to http://www.sam.gov/ to add or update its representations and certifications record. It should be noted that per IAW DAFMAN 16-201, foreign participation is not permitted at the prime contractor level.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.