Disaster Resiliency Creech AFB (DRP)

The Department of the Army, Army Corps of Engineers, Los Angeles District has a design-build requirement for Disaster Resiliency Program phase 2 at Creech AFB, NV.

Solicitation Summary

The Department of the Army, Army Corps of Engineers, Los Angeles District has a design-build requirement for Disaster Resiliency Program phase 2 at Creech AFB, NV.

Solicitation in a Nutshell

Item

Details

Agency Department of the Army, Army Corps of Engineers, Los Angeles District
Solicitation Number W912PL25RA012
Status Post-RFP
Solicitation Date 06/09/2025
Award Date 11/2025 (Estimate)
Contract Ceiling Value $250,000,000
Competition Type  Full and Open / Unrestricted
Type of Award Other
Primary Requirement Architecture Engineering and Construction
Duration  730 days
Contract Type  Firm Fixed Price
No. of Expected Awards N/A
NAICS Code(s):
236220

Commercial and Institutional Building Construction
Size Standard: $45.0 million annual receipts

Place of Performance:
  • Creech AFB, Nevada, United States
Opportunity Website: https://sam.gov/opp/dcd7df97c1ae49539759fc1f69db29c7/view

Background

N/A

Requirements

Design and construct a 79,335 square foot Aircraft Maintenance Facility (AMF) hangar, a 4,429 square foot covered Aerospace Ground Equipment (AGE) storage yard, a 204 square foot hazardous material storage, and 100,167 square feet of airfield pavements to support the DRP missionsets. The AMF hangar is comprised of (2) large flow-thru style hangar 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. The AMF will include antiskid hangar floor coating, installation of a water sprinkler first suppression system, aircraft static grounding points, and adequate exhaust and ventilation systems for the capability of aircraft operations inside the hangar including taxiing in and out under its own power. The covered AGE Storage Yard will be comprised of a concrete foundation, structural steel frame with an overhead cover equipped with LED lighting, and shore electrical power. The AMF will include the installation of intrusion detection systems and cybersecurity measures for facility-related control systems. Airfield pavements in support of the AMF will be designed “light-load” type and will include concrete hangar access aprons, apron access taxiways, and paved shoulders (asphalt). Supporting facilities include all site preparation, storm water management, electrical, airfield lighting, communications, water and sewer utilities, utility connection fees, fire detection, and suppression systems. The AMF will meet DoD requirements and security protocols for secure work areas with security sensors and alarms. The AMF and Covered AGE Storage Yard will include an integrated physical security system consisting of security fences, gates, and electronic security systems to include Intrusion Detection Systems (IDS), Access Control Systems (ACS), Closed Circuit Television (CCTV), and security lighting. The project is authorized emergency generators with fuel tanks with automatic transfer switches for each mission-essential facility. 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 UFC’s 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.

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.