Aircraft 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 Aircraft Bed-down Program at Nellis Air Force Base, Nevada. This Sources Sought notice aims to identify prime contractors interested in competing for a Prequalified Sources List (PQSL) for future construction solicitations. The program involves multi-phase construction services with an estimated magnitude of $10,000,000 to $500,000,000. Interested prime contractors should complete the attached market research survey and may submit a statement of capabilities. Responses are due by February 10, 2026.
Purpose & Overview
This is a Sources Sought announcement for market research purposes only, issued by USACE, Los Angeles District. The primary goal is to establish a Prequalified Sources List (PQSL) of highly qualified prime contractors for the multi-phase Aircraft Bed-down Program at Nellis Air Force Base, Nevada. This is not a solicitation, and the government is not committed to establishing a PQSL or awarding a contract based on this notice.
Scope of Work
The program is anticipated to be executed in three phases, funded through Military Construction (MILCON) and Facility Sustainment and Modernization (FSRM). The scope includes, but is not limited to:
- Phase I: Airfield apron construction, grading, drainage, jet blast deflector, water systems, roadway construction, utility upgrades, aircraft parking/maintenance facilities (hangar, operations facility), flight simulator, avionics lab, and associated design.
- Phase II: Fuel cell facility, low-observable (LO) corrosion control and wash rack, consolidated maintenance facility, maintenance training facility, fuel station, weapons storage facility, and associated design.
- Phase III: A 240-personnel dormitory and associated design.
Contract Details
- 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 determined at this time.
Acquisition Strategy & Evaluation
USACE intends to use a prequalification process to create the PQSL. Only firms selected for this list will be eligible to compete for future solicitations. Selection for the PQSL will be based on factors such as bonding capacity, specialized experience, and past performance.
Submission Requirements
Interested PRIME CONTRACTORS are requested to:
- Complete the attached market research survey.
- May submit a statement of capabilities. Responses are due by February 10, 2026, at 23:00:00Z.
Additional Notes
- All awarded construction contracts will require compliance with EM 385-1-1.
- The government is evaluating the potential application of a Project Labor Agreement (PLA) for this MILCON project, which may exceed $35 million in Clark County, Nevada. Firms are encouraged to complete specific questions in the survey regarding PLAs.
- An Industry Day is planned, and details will be provided later.
- No reimbursement will be provided for costs associated with providing information.