Opportunity
SAM #W912PL26S0014
Sources Sought: Aircraft Heavy Maintenance Hangar & Logistics Warehouse Construction at Creech AFB, NV
Buyer
USACE Los Angeles District
Posted
March 27, 2026
Respond By
April 24, 2026
Identifier
W912PL26S0014
NAICS
236220, 236210, 237990, 238210
This sources sought notice from the U.S. Army Corps of Engineers, Los Angeles District, seeks industry input for a major construction project at Creech Air Force Base, Nevada. - Government Buyer: - U.S. Army Corps of Engineers (USACE), Los Angeles District (ENDIST LOS ANGELES) - Project Scope: - Design and construction of an Aircraft Heavy Maintenance Hangar (25,300 sq ft, two bays, 15 Ton bridge crane) - Construction of a high-bay Logistics Supply Warehouse (43,340 sq ft) with shipping/receiving dock - Associated airfield pavements and supporting infrastructure - Reinforced concrete foundations, structural steel frames, metal panel and brick veneer exteriors, standing seam metal roofs - Specialized features: anti-skid floor coatings, fire suppression systems, aircraft static grounding points, ventilation systems - Security requirements: perimeter fencing, gates, intrusion detection, access control, CCTV, cybersecurity measures - Supporting facilities: site prep, storm water management, utilities, airfield lighting, communications, water storage tanks, fire detection/protection - Compliance Requirements: - Must meet DoD Unified Facilities Criteria, antiterrorism/force protection standards, and secure work area specifications per ICD/ICS 705 - No specific OEMs or vendors are named in this notice - Estimated construction value: $25M–$100M - NAICS code: 236220 (Commercial and Institutional Building Construction) - Place of performance: Creech Air Force Base, Nevada - Performance period: 730 calendar days (approx. 2 years)
Description
Description: This is a SOURCES SOUGHT NOTICE for information only. Replies by interested parties will be used by this agency for preliminary planning purposes. No proposal or contract will be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The U. S. Army Corps of Engineers has been tasked to solicit and award a firm fixed price contract to design and construct an Aircraft Heavy Maintenance Hangar, Logistics Warehouse Facility and airfield pavements at Creech AFB, NV.
Project Scope: Design and construct a 25,300 square foot Aircraft Heavy Maintenance (MX) hanger, a 43,340 square foot Logistics Supply Warehouse and associated infrastructure to support the DRP mission-sets. The Logistics Warehouse is a high-bay facility with shipping and receiving dock and exterior roll-up metal coil doors for the movement of equipment to and from the flightline. The facility will be constructed with reinforced concrete foundation/floor slab, structural steel frame, metal panel with brick veneer and standing seam metal roof. The MX hangar will consist of (2) bays with horizontal sliding pocket doors and will be constructed with reinforced concrete foundation/floor slab, structural steel frame, metal panel with brick veneer exterior, and standing seam metal roof system. Hanger Bay 1 will contain a 15 Ton bridge crane. The hangar will also include anti-skid hangar floor coating, installation of a water sprinkler first suppression system, aircraft static grounding points, and adequate exhaust and ventilation systems. A pre-engineered metal building system (MBS) can be used for the Hangar Maintenance Facility and Logistics Warehouse. The facilities security system will include security fences, gates, an intrusion detection system (IDS), access control system (ACS), and closed-circuit television (CCTV) as well as cybersecurity measures for facility-related systems. Supporting facilities include all site preparation, storm water management, electrical, airfield lighting, communications, water and sewer utilities and connection fees, water storage tanks, fire detection and suppression systems. The Logistics Warehouse and Hangar will meet DOD Requirements and security protocols for secure work areas with security sensors and alarms. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements, UFC 1-200-02, High Performance and Sustainable Building Requirements, UFC 4-211-01, Aircraft Maintenance Hangars, UFC 3-260-02, Pavement Design for Airfields, and other UFCs as appropriate. The facility should be compatible with applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used where cost effective. This project will comply with DoD antiterrorism / force protection requirements per unified facilities criteria.
Special Construction Requirements: Secure work areas specifications and construction in accordance with ICD/ICS 705 is necessary for mission-essential primary facilities.
Minimum Capabilities Required Include the Following:
Work includes the design construction and installation of: reinforced concrete foundations, concrete floor slab, structural steel frame, concrete masonry units, insulated metal panel systems, gypsum wallboard, and a combination single ply membrane/standing seam metal low slope roof, utilities; communications support; site improvements and hardscapes; airfield pavements; electrical systems; heating, ventilation, and air conditioning systems (HVAC); fire detection and protection features; security enhancements and other supporting work necessary to make a complete and useable facility.
The type of set-aside, either small business or among the socioeconomic categories, if any, will depend upon the responses to this sources sought notice. The purpose of this notice is to gain knowledge of the experience and capabilities of both small and large business concerns in the construction industry, in performing similar projects in magnitude and complexity of this requirement.
The Government is seeking to identify qualified sources either singularly or as part of an assembled team under North American Industry Classification System (NAICS) code 236220 Commercial and Institutional Building Construction, which has a small business size standard of $45,000,000.00.
In accordance with the Defense Federal Acquisition Regulation Supplement (DFARS), 236.204, the estimated construction price range for this project is between $25,000,000 and $100,000,000. The total contract performance period is anticipated to be 730 calendar days.
In accordance with Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, small business prime contractors will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded.
Prior Government contract work is not required for submitting a response under this source sought synopsis.
Minimum capabilities required, include previous experience of projects similar in magnitude and complexity.
Interested sources shall submit a capability statement demonstrating their ability to perform the work as described above. Responses should include the following information, which shall not exceed a total of six pages (not counting CPARS)..
Offerors name, address, point of contact, with telephone numbers, and email addresses. Business size/classification, to include any designations as a Small Business, HUBZone, Service Disabled, Veteran Owned, Women-Owned, Disadvantaged Small Business, 8(a), in addition to others, and NAICS code designations. Bonding capability (construction bonding level per single contract and aggregate construction bonding level, both expressed in dollars; along with current available bonding capacity). Firm's interest in proposing on the solicitation when it is issued. Description of capability to perform the proposed project. Including, capability to manage subcontractors, manage and provide required reporting of small business subcontracting plan progress in a timely/accurate manner, advancing the socio- economic goals of the Federal Government, prepare and comply with various environmental and construction permits, and capacity to execute this project with other ongoing construction contracts. Past experience on individual projects of similar scope and magnitude, as described above in the project scope, and describing no more than three (3) projects that are complete or at least 50% construction complete and within the past six (6) years. Response MUST demonstrate experience in new construction (not repair or renovation), ICD/ICS 705 construction, AT/FP requirements, hangar construction, and airfield pavements. Vertical construction project examples MUST have a construction value greater than $25,000,000 and have occurred on a military installation (Army, Navy, Air Force, Marine Corp) within the continental United States or Allied Military installation built to US codes and standard and under a US Government Contracting Agency. The projects should be similar in nature to what is described above in the Project Scope. The project title, location, general description to demonstrate relevance to the proposed project, the Offerors’ role, dollar value of contract, type of contract (design-build or design bid build), and name of the company, agency, or Government entity for which the work was performed with contact information (reference name, phone number and e-mail address) should be included for each project. VERY IMPORTANT: work scopes self-performed vs subcontracted and percentage of self-performed vs subcontracted). If past performance was as a JV, indicate which scopes was performed by which JV member For the past experience given, provide CPARS or related ratings information. The ratings info does not count towards the page count. If submitting as a JV, please include information about the JV (mentor-protégé agreement, JV agreement, etc) Please refer to the attached document for the Project Labor Agreement (PLA) information related to this Sources Sought. Please ensure that your responses to the Sources Sought include your responses to the attached Project Labor Agreement (PLA).
Submittals will not be returned. This is not a Request for Proposals, only a Request for Information. No award will result from this Sources Sought Notice. This notice does not constitute any commitment by the Government.