Precision Guided Munitions (PGM) Facility at Nellis 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 is issuing a Sources Sought Notice for the design and construction of a Precision Guided Munitions (PGM) Facility at Nellis AFB, NV. This notice is for preliminary planning purposes to identify qualified sources for a firm fixed-price contract. Responses are due April 24, 2026.
Scope of Work
The project involves the design and construction of a 14,700 square foot Munitions Maintenance Facility, with an option for an additional 1,550 SF maintenance bay. The facility will support missile and glide munitions assembly, disassembly, inspection, testing, and repair. Key features include:
- Four individual drive-through work bays, a test cell room, secure administrative space, and support rooms.
- Reinforced concrete foundation/floor slab, structural steel frame, fully grouted CMU, and standing seam metal roof.
- Security systems: fences, gates, intrusion detection system (IDS), access control system (ACS), closed-circuit television (CCTV), and cybersecurity measures.
- Compliance with DoD Unified Facilities Criteria (UFC) 1-200-01, UFC 1-200-02, and DESR 6055.09_AFMAN 91-201 Explosives Safety Standards.
- Special Construction Requirements: Secure work areas in accordance with ICD/ICS 705 and DoD antiterrorism/force protection (AT/FP) requirements.
Contract Details
- Type: Sources Sought (anticipates Firm Fixed-Price contract)
- Estimated Value: Between $25,000,000 and $50,000,000
- Performance Period: 730 calendar days
- NAICS Code: 236220 Commercial and Institutional Building Construction (Small Business Size Standard: $45,000,000)
- Set-Aside: To be determined based on responses to this notice.
- Subcontracting: Small business prime contractors must not pay more than 85% of the amount to non-similarly situated subcontractors (excluding materials).
Response Requirements
Interested sources must submit a capability statement (not exceeding six pages, excluding CPARS) demonstrating:
- Firm's interest, business size/classification, and bonding capability.
- Capability to perform the proposed project, manage subcontractors, and comply with environmental permits.
- Past Experience: Up to three projects (complete or 50% complete within 6 years) similar in scope and magnitude, demonstrating:
- New construction (not repair or renovation).
- ICD/ICS 705 construction and AT/FP requirements.
- At least one vertical construction project greater than $20,000,000 on a military installation (US or Allied) within the continental US.
- Details on self-performed vs. subcontracted work.
- CPARS or related ratings information.
Key Dates
- Response Due: April 24, 2026, 07:00 AM ET
- Published: March 25, 2026
Contact Information
- Primary Contact: Roger Minami, Procurement Analyst
- Email: kinya.r.minami@usace.army.mil