Ambulatory Care Center (ACC) at Creech AFB, NV
SOL #: W912PL26S0011Sources Sought
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Army
W075 ENDIST LOS ANGELES
LOS ANGELES, CA, 90017-3409, United States
Place of Performance
Las Vegas, NV
NAICS
Commercial and Institutional Building Construction (236220)
PSC
Construction Of Other Hospital Buildings (Y1DZ)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Mar 22, 2026
2
Response Deadline
Apr 17, 2026, 7:00 AM
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U. S. Army Corps of Engineers (USACE) is conducting a Sources Sought for information regarding the construction of an Ambulatory Care Center (ACC), Dental Clinic Addition and Renovation, and an Ambulance Garage at Creech AFB, NV. This notice is for preliminary planning only, and no contract will be awarded from it. Responses are due April 17, 2026.
Project Scope
The project involves three main construction features:
- Ambulatory Care Center (ACC): A new 6,968 SF free-standing facility immediately adjacent to Building 1033, accommodating nine departments including Optometry, Physical Therapy, and Mental Health.
- Dental Clinic Addition and Renovation: A 1,159 SF addition to Building 1033 for a Dental Instrument Processing Center (DIPC) and dental radiology, plus a 433 SF renovation for a dental lab and supply room.
- Ambulance Garage: A new 1,053 SF free-standing, climate-controlled, and sprinklered garage for one ambulance and storage, adjacent to Building 1033. All work will adhere to Unified Facilities Criteria (UFC) 4-510-01, UFC 1-200-01, UFC 1-200-02, UFC 4-010-01, and Architectural Barriers Act (ABA) standards. Required capabilities include construction and installation of reinforced concrete foundations, structural steel, masonry, EIFS, gypsum wallboard, PVC roofing, utilities, communications, site improvements, electrical, HVAC, dental air, fire protection, building automation, electronic security, and cybersecurity systems.
Contract Details
- Type: Sources Sought (anticipates a firm fixed-price contract)
- NAICS: 236220 Commercial and Institutional Building Construction (Small Business Size Standard: $45,000,000)
- Estimated Price Range: $10,000,000 to $25,000,000
- Anticipated Performance Period: 660 calendar days after Notice to Proceed (NTP)
- Set-Aside: To be determined based on responses; seeking knowledge of both small and large business concerns.
- Limitations on Subcontracting: Small business prime contractors must not pay more than 85% of the contract amount (excluding materials) to non-similarly situated subcontractors.
Required Capabilities & Submission
Interested sources must submit a capability statement (not exceeding six pages, excluding CPARS) demonstrating their ability to perform. Key requirements include:
- Offeror's name, address, point of contact, phone, and email.
- Business size/classification, including all socioeconomic designations.
- Bonding capability (single contract and aggregate, with current available capacity).
- Firm's interest in proposing on the solicitation when issued.
- Description of capability to manage subcontractors, reporting, environmental permits, and capacity with other ongoing contracts.
- Past Experience: No more than three projects (complete or 50% complete within the last six years) demonstrating experience in medical facilities, repair/renovations, AT/FP requirements, and new construction. Vertical construction projects must have a value greater than $5,000,000 (at least one greater than $10,000,000) on a military installation (US or Allied built to US codes) or Veterans Administration. Include project details, role, self-performed vs. subcontracted percentage, dollar value, contract type, and contact information.
- CPARS or related ratings information (does not count towards page limit).
Key Dates
- Response Due: April 17, 2026, 07:00 AM PDT
- Published: March 22, 2026
People
Points of Contact
Nardos TaemePRIMARY
Roger Minami, Procurement Analyst, Office of Small Business ProgramsSECONDARY
Files
Files
No files attached to this opportunity
Versions
Version 1Viewing
Sources Sought
Posted: Mar 22, 2026