F-47 Bed-down Program, Construction Services at Nellis Air Force Base, Nevada
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, is conducting market research for the F-47 Bed-down Program at Nellis Air Force Base, Nevada. This Sources Sought aims to identify prime contractors interested in competing for a Prequalified Sources List (PQSL) for construction services. The program is anticipated to be executed in three phases, with contracts estimated between $50,000,000 and $500,000,000. Responses are due by February 10, 2026.
Scope of Work
The F-47 Bed-down Program involves extensive construction services across three distinct phases:
- Phase I: Includes airfield apron construction, grading, drainage, jet blast deflector installation, water storage, pump stations, communication node, roadway construction, utility upgrades, aircraft parking and maintenance facilities (hangar, squadron operations), and a flight simulator facility, along with an avionics re-programming laboratory.
- Phase II: Encompasses a fuel cell facility, low-observable (LO) corrosion control facility and wash rack, consolidated maintenance facility, maintenance training facility, fuel station, and a weapons storage facility.
- Phase III: Focuses on the expansion of the R-11 fuel stand, a satellite dining facility, a DFAC storage facility, and a 240-personnel dormitory. Projects are expected to be funded through Military Construction (MILCON) and Facility Sustainment and Modernization (FSRM).
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- Estimated Magnitude: $50,000,000 to $500,000,000 per contract.
- Anticipated Contract Types: Design-Build (DB) and Design-Bid-Build (DBB).
- Anticipated Period of Performance: Fiscal Years 2026-2033.
- Response Due: February 10, 2026, 23:00:00Z
- Published Date: January 30, 2026, 21:07:10Z
Submission & Evaluation
Interested PRIME CONTRACTORS are requested to complete an attached market research survey and may submit a statement of capabilities. USACE intends to use a prequalification process to create a shortlist of highly qualified prime contractors for the PQSL. Selection for the PQSL will be based on factors such as bonding capacity, specialized experience, and past performance. Firms are also encouraged to complete specific questions (8-14) regarding Project Labor Agreements (PLAs).
Eligibility / Set-Aside
This is a Sources Sought for market research to identify potential prime contractors for a PQSL. No set-aside has been determined at this time.
Additional Notes
All construction contracts require compliance with EM 385-1-1. No reimbursement will be provided for costs associated with providing information. An Industry Day is planned, with details to follow. A Project Labor Agreement (PLA) is being evaluated for this MILCON project, which may exceed $35 million.