SOLICITATION NOTICE
Z -- Nellis AFB Building 262 Hangar Addition / Alteration -? 100% Small Business Set-Aside
- Notice Date
- 6/3/2025 3:32:23 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W075 ENDIST LOS ANGELES LOS ANGELES CA 90017-3409 USA
- ZIP Code
- 90017-3409
- Solicitation Number
- W912PL25RA023
- Archive Date
- 06/03/2026
- Point of Contact
- Nardos Taeme, Phone: 2134524295
- E-Mail Address
-
nardos.taeme@usace.army.mil
(nardos.taeme@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Pre-Solicitation Notice Only: Nellis AFB Building 262 Hangar Addition / Alteration -? 100% Small Business Set-Aside The U.S. Army Corps of Engineers (USACE), Los Angeles District (SPL) intends to issue a solicitation for a one-step, design build construction project for Nellis AFB Building 262 Hangar Addition / Alteration Description of Work: Design and construct repairs to existing 1950s era Hangar for a new F-35 Air Maintenance Squadron at Nellis AFB. 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 and checkout, and support storage spaces. Acquisition Strategy: This is a 100% Small Business Set-Aside. The total contract performance period is seven hundred and twenty (720) calendar days after receipt of Notice to Proceed (NTP). In accordance with DFARS 236.204, the estimated magnitude for this project is between $10,000,000 and $25,000,000. The North American Industrial Classification System (NAICS) code for this procurement is 236220 ? Commercial and Institutional Building Construction, with a size standard of $45,000,000.00. The Product Service Code (PSC) is Z2BZ ? Repair or Alteration of Other Airfield Structures. 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 contractors 85 percent subcontract amount that cannot be exceeded. Solicitation Evaluation Criteria: This will be a single-phase Design-Build acquisition using FAR Part 15 procedures, specifically the Best Value Tradeoff method in FAR 15.101-1. Proposals will be evaluated using the criteria specified in the upcoming solicitation. The Government intends to award the contract to the responsible offeror whose proposal meets all solicitation requirements and offers the best overall value.This requirement will be synopsized and solicited, and proposals will be received, through the Procurement Integrated Enterprise Environment (PIEE) System Solicitation Portal. In order to submit a proposal for this requirement through the PIEE Solicitation Portal, contractors will first need to register for the PIEE Proposal Manager role.SAM.GOV and PIEE: The solicitation is expected to be available on or about 17 June 2025 with submittals due on or about 17 July 2025. The solicitation number is W912PL25RA023 and all amendments for this acquisition will be posted on SAM.Gov: http://www.sam.gov/.It is the responsibility of the offerors to check the designated government point of entry ? sam.gov - frequently for any amendments or changes to the solicitation. Interested offerors must have an active registration in the System for Award Management (SAM) database prior to submitting proposals. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://sam.gov. (Instructions for new registration can be found at the following link: https://sam.gov/entity-registration.) It is highly encouraged that all prospective offerors start the SAM registration process as soon as possible. Proposals from contractors without an active SAM registration will NOT be considered for award. If the offeror is a Joint Venture (JV), the JV entity must have a valid SAM registration in the SAM database representing the JV as one business/firm/entity. SAM.gov registration is free of charge. Utilizing SAM.gov and the PIEE Solicitation Portal will be the only methods of distributing amendments, updates, and questions and answers prior to closing; therefore, it is the offeror s responsibility to check the website (SAM or PIEE) periodically for any amendments to the solicitation. These websites are occasionally inaccessible due to maintenance. The Government is not responsible for any loss of internet connectivity or for an offeror s inability to access the documents at the referenced websites. All offerors are also advised that this procurement may be delayed, cancelled or revised at any time during the solicitation, evaluation and/or final award process.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ec3041267e044c67a6bc69b225333d48/view)
- Place of Performance
- Address: Nellis AFB
- Record
- SN07463553-F 20250605/250603230046 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |