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 to identify prime contractors for a Prequalified Sources List (PQSL) for the F-47 Bed-down Program at Nellis Air Force Base, Nevada. This program involves significant construction services across three phases, with an anticipated contract magnitude of $10,000,000 to $500,000,000. Responses are due by February 10, 2026.
Scope of Work
The F-47 Bed-down Program at Nellis AFB, Nevada, is expected to be executed in three phases, funded through Military Construction (MILCON) and Facility Sustainment and Modernization (FSRM). The anticipated scope includes:
- Phase I: 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), flight simulator facility, and an avionics re-programming laboratory.
- Phase II: 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: Expansion of the R-11 fuel stand, a satellite dining facility, DFAC storage facility, and a 240-personnel dormitory.
Contract & Timeline
- Type: Sources Sought / Market Research
- Estimated Magnitude: Contracts ranging from $10,000,000 to $500,000,000
- Anticipated Contract Types: Design-Build (DB) and Design-Bid-Build (DBB)
- Anticipated Period of Performance: Fiscal Years 2026-2033
- Set-Aside: None specified (market research stage)
- Response Due: February 10, 2026, 23:00:00Z
- Published: February 1, 2026, 23:45:08Z
Acquisition Strategy & Evaluation
USACE intends to use a prequalification process to create a shortlist of highly qualified prime contractors for the PQSL. Only firms selected for this list will be eligible to compete for future solicitations. Selection will be based on factors such as bonding capacity, specialized experience, and past performance.
Submission Requirements
Interested PRIME CONTRACTORS are requested to complete an attached market research survey and may submit a statement of capabilities. Firms are encouraged to complete specific questions (8-14) regarding Project Labor Agreements (PLAs), as a PLA is being evaluated for this MILCON project, which may exceed $35 million.
Additional Notes
This is for market research only and does not constitute a solicitation or commitment to award. All construction contracts will require compliance with EM 385-1-1. An Industry Day is planned near Nellis AFB; details will be announced later. No reimbursement will be provided for costs associated with providing information.