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 (USACE) is conducting a Sources Sought Notice for the design and construction of a Precision Guided Munitions (PGM) Facility at Nellis AFB, NV. This market research aims to identify qualified firms for a project estimated between $25,000,000 and $50,000,000. Responses will inform the determination of any potential set-aside. Capability statements are due by 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. This facility will support Nellis AFB mission requirements for missile and glide munitions assembly, disassembly, inspection, testing, and repair. Key features include:
- Four individual drive-through work bays with 2-ton overhead bridge cranes.
- A test cell room, secure administrative/briefing space, ready/training rooms, tool/storage rooms, and latrines.
- Construction with reinforced concrete, structural steel frame, fully grouted CMU, and a standing seam metal roof.
- Comprehensive security systems: fences, gates, intrusion detection (IDS), access control (ACS), closed-circuit television (CCTV), and cybersecurity measures.
- Supporting infrastructure: site preparation, storm water management, electrical, communications, water, sewer, fire detection, and suppression systems.
- Compliance with DoD Unified Facilities Criteria (UFCs), DESR 6055.09_AFMAN 91-201 Explosives Safety Standards, DoD antiterrorism/force protection, and ICD/ICS 705 for secure work areas.
Contract & Timeline
- Opportunity Type: Sources Sought Notice (for market research only, no award will result).
- Estimated Value: $25,000,000 to $50,000,000.
- Anticipated 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.
- Response Due: April 24, 2026.
- Published Date: April 3, 2026.
Minimum Capabilities & Submission Requirements
Interested firms must submit a capability statement (maximum 6 pages, excluding CPARS) demonstrating:
- Experience in new construction (not repair/renovation), ICD/ICS 705 construction, and AT/FP requirements.
- At least one vertical construction project example with a value greater than $20,000,000 on a military installation within the past six years.
- Bonding capability (single contract and aggregate).
- Current CMMC Level 2 certification or anticipated timeline for compliance.
- Details on self-performed vs. subcontracted work for past projects.
Additional Notes
This requirement is anticipated to involve Controlled Unclassified Information (CUI) and may require CMMC Level 2 compliance. This is not a Request for Proposals and does not constitute a commitment by the Government.