Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2025 SAM #8781
SOURCES SOUGHT

99 -- Westover Air Reserve Base Simplified Acquisition of Base Engineering Requirements (SABER)

Notice Date
12/9/2025 8:39:26 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA6606 439 CONF PK WESTOVER AFB MA 01022-1508 USA
 
ZIP Code
01022-1508
 
Solicitation Number
WARB-SABER
 
Response Due
12/31/2025 2:00:00 PM
 
Archive Date
01/15/2026
 
Point of Contact
Ewa Gosselin, Phone: 4135572828, Amy F. Dumais, Phone: 4135573110
 
E-Mail Address
ewa.gosselin@us.af.mil, amy.dumais@us.af.mil
(ewa.gosselin@us.af.mil, amy.dumais@us.af.mil)
 
Description
1. NOTICE This Sources Sought Synopsis/Request for Information (RFI) is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. No solicitation, specifications, or drawings are available at this time. The Government will NOT be responsible for any costs incurred by interested parties in responding to this Sources Sought/RFI. All interested parties are invited to respond and must be registered in the System for Award Management (SAM) database (http://www.sam.gov/) prior to award. The purpose of this Sources Sought/RFI is to conduct market research to determine if responsible sources exist, and if there is sufficient interest in this effort to allow it to be a competitive 8(a) Set-Aside restricted to 8(a) companies with a bona fide office within the Massachusetts approved geographical boundary. 8(a) construction contractors must have a legitimate office that is within their project�s geographical boundary, have at least one full-time employee physically present, and ensure that their bona fide place of business is not a portable trailer, temporary unit, or a virtual address. Westover Air Reserve Base (WARB) geographical areas include CT, MA, NH, RI, Syracuse and VT. The proposed North American Industry Classification Systems (NAICS) Code is (236220) Commercial and Institutional Building Construction which has a corresponding Size Standard of $45.0M. The Government will use the information collected as a result of this Sources Sought/RFI to determine the best acquisition strategy for this procurement. 2. PROGRAM DETAILS: The SABER program would be a single award Indefinite Delivery/Indefinite Quantity (IDIQ) contract with Firm-Fixed Price (FFP) task orders. The work will consist of multi-trade commercial and institutional building construction projects, renovations, alterations and repairs. Disciplines may include, but not be limited to civil, structural, architectural, mechanical, plumbing, carpentry, welding, masonry, communications, audio/visual systems and electrical disciplines; petroleum/oil/lubricants systems; and asphalt and concrete pavements, sheet metal, various roofing systems, earthwork and landscaping, aerial and underground utilities, steam fitting, painting, HVAC and asbestos removal. Individual jobs will vary in size from $10,000 to $750,000 with the majority expected to be small ($10,000 to $75,000) to medium size ($75,001 to $300,000). The minimum contract amount of $20,000.00 is guaranteed to the successful offeror. The estimated maximum contract amount is $7,500,000.00 including all options, if exercised. 3. CAPABILITY STATEMENTS: The following requests are designed to inform Westover Air Reserve Base of current contractor market capabilities. Please provide your response to the following: Offeror�s name, CAGE code, address, point of contact, phone number, and email address. Submit a sample of projects (within the last three years) which will provide the government with a complete understanding of your company�s capability to handle many different construction specialties. Whether or not you hold socioeconomic 8(a) status certified by the SBA Responses will not be considered as proposals, nor will any award be made as a result of this Sources Sought/RFI. The Sources Sought/RFI is to determine potential sources, for information, and for planning purposes only. Only non-classified information shall be provided in your response. 4. RESPONSE INFORMATION: The information requested will be used within the Government to facilitate decision making and will not be disclosed outside the agency. Submit response and information via email to: Ewa Gosselin, ewa.gosselin@us.af.mil no later than end of business on 31 December 2025.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/826e5a4ce31e44d4b81ce259d6c02e88/view)
 
Place of Performance
Address: Chicopee, MA 01022, USA
Zip Code: 01022
Country: USA
 
Record
SN07661479-F 20251211/251209230047 (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.