Nellis AFB Building 262

The Department of the Army, Army Corps of Engineers, Los Angeles District has a design-build requirement to design and construct repairs to existing 1950s era Hangar for a new F-35 Air Maintenance Squadron at Nellis AFB.

Solicitation Summary

The Department of the Army, Army Corps of Engineers, Los Angeles District has a design-build requirement to design and construct repairs to existing 1950s era Hangar for a new F-35 Air Maintenance Squadron at Nellis AFB.

Solicitation in a Nutshell

Item

Details

Agency Department of the Army, Army Corps of Engineers, Los Angeles District
Solicitation Number W912PL25RA023
Status Pre-RFP
Solicitation Date 06/17/2025
Award Date 10/2025 (Estimate)
Contract Ceiling Value $25,000,000
Competition Type  Small Bus Set-Aside
Type of Award Other
Primary Requirement Architecture Engineering and Construction
Duration  720 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:
  • Nellis Air Force Base, Nevada, United States
Opportunity Website: https://sam.gov/opp/48418e027165445894a1b9e7dcb8bd5b/view

Nellis AFB Building 262 Background

N/A

Nellis AFB Building 262 Requirements

  • Work includes repairing the hangar bay for F-35 aircraft, modifying administrative spaces to include wall/door and utility changes for new occupant space requirements, and providing structural repairs and retrofits. Work also includes an approximate 4,062 GSF addition with optional mezzanines. The addition will consist of support offices, fire riser room, support storage /ALIS admin, entry vestibule, supply area & checkout, and support storage spaces. 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, and other UFC’s as appropriate. The facility should be compatible with applicable DoD, Air Force, F-35 Facility Requirement Document (FRD), 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. Secure work area specifications and construction in accordance with ICD/ICS 705 will be necessary for select spaces within the facility.

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.