Disaster Resiliency Program Phase 3 at Creech AFB, NV
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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), Los Angeles District, has issued a Sources Sought Notice for the Disaster Resiliency Program Phase 3 at Creech Air Force Base, NV. This market research aims to identify qualified firms capable of designing and constructing an Aircraft Heavy Maintenance Hangar and a Logistics Warehouse Facility, along with associated airfield pavements. The estimated project value is between $25,000,000 and $100,000,000. Responses are due by April 24, 2026.
Scope of Work
The project involves the design and construction of a 25,300 square foot Aircraft Heavy Maintenance (MX) Hangar and a 43,340 square foot Logistics Supply Warehouse. Both facilities will feature reinforced concrete foundations/floor slabs, structural steel frames, metal panels with brick veneer, and standing seam metal roofs. The MX hangar will include two bays with horizontal sliding pocket doors, a 15-ton bridge crane, anti-skid floor coating, a water sprinkler system, aircraft static grounding points, and adequate exhaust/ventilation. The Logistics Warehouse will be a high-bay facility with shipping/receiving docks.
Supporting infrastructure includes site preparation, storm water management, electrical, airfield lighting, communications, water/sewer utilities, and fire detection/suppression systems. Facilities must meet DOD Unified Facilities Criteria (UFC) standards (e.g., 1-200-01, 1-200-02, 4-211-01, 3-260-02) and incorporate secure work areas compliant with ICD/ICS 705 and DoD antiterrorism/force protection requirements.
Contract & Timeline
- Type: Sources Sought (Information Only – no award will result from this notice)
- NAICS: 236220 Commercial and Institutional Building Construction (Small Business Size Standard: $45,000,000)
- Estimated Value: $25,000,000 to $100,000,000
- Performance Period: 730 calendar days
- Set-Aside: To be determined based on responses received; potential for small business or socioeconomic categories.
- Response Due: April 24, 2026, by 7:00 AM PST
- Published: March 27, 2026
Evaluation & Submission Requirements
This notice is for preliminary planning. Responses will help identify qualified sources (both small and large businesses) with experience in similar projects. Interested firms must submit a capability statement (maximum 6 pages, excluding CPARS) demonstrating:
- Business size/classification (including socioeconomic designations).
- Bonding capability (single and aggregate).
- Capability to manage subcontractors and comply with small business subcontracting plans.
- Past experience (max 3 projects within 6 years, complete or 50% complete) in new construction (not renovation), ICD/ICS 705, AT/FP, hangar construction, and airfield pavements. Vertical construction examples must exceed $25,000,000 and be on a military installation.
- Details on self-performed vs. subcontracted work for past projects.
Respondents must also address questions related to the potential use of a Project Labor Agreement (PLA), as detailed in the attached document. This includes input on local PLA usage, skilled labor availability, time sensitivity, and PLA impact on efficiency. All responses should be submitted to the primary contact.
Contact Information
Primary Contact: Roger Minami, Procurement Analyst, kinya.r.minami@usace.army.mil