Search Prime Contracts

W912PL25C0037

Definitive Contract

Overview

Government Description
Disaster Resiliency Program (DRP) phase 2 creech AFB Nevada. Includes the design and construction of a 79,335 square foot Aircraft Maintenance Facility (AMF) hangar with two large flow-thru style bays, 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. The project also involves installation of anti-skid hangar floor coating, fire suppression systems, intrusion detection and cybersecurity measures, and integrated physical security systems including ids, acs, CCTV, and security lighting. Supporting facilities include site preparation, utilities, airfield lighting, communications, water and sewer, and compliance with DOD antiterrorism/force protection requirements and unified facilities criteria.
Place of Performance
Indian Springs, NV 89018 United States
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Analysis Notes
Subcontracting Plan This Definitive Contract has an Individual Subcontract Plan. The Department of Defense has an overall small business subcontracting goal of 30%
Korte Construction Company was awarded Definitive Contract W912PL25C0037 (W912PL-25-C-0037) for Disaster Resiliency Program (DRP) Phase 2 Creech AFB Nevada worth up to $106,114,818 by USACE Los Angeles District in October 2025. The contract has a duration of 2 years and was awarded through solicitation DISASTER RESILIENCY PROGRAM PHASE 2, CREECH AFB, NEVADA full & open with NAICS 236220 and PSC Y1BZ via direct negotiation acquisition procedures with 1 bid received.

DOD Announcements

Sep 2025: CORRECTION: The $106,114,818 firm-fixed-price contract announced on Sept. 9, 2025, to Korte Construction Co., doing business as The Korte Co., Saint Louis, Missouri, for the Disaster Resiliency Program Phase 2 at Creech Air Force Base, Nevada, was announced with the incorrect contract number. The correct contract number is W912PL-25-C-0037.

Status
(Open)

Last Modified 11/10/25
Period of Performance
10/10/25
Start Date
10/10/27
Current End Date
10/10/27
Potential End Date
17.0% Complete

Obligations
$106.1M
Total Obligated
$106.1M
Current Award
$106.1M
Potential Award
100% Funded

Award Hierarchy

Definitive Contract

W912PL25C0037

Subcontracts

0

Activity Timeline

Interactive chart of timeline of amendments to W912PL25C0037

Opportunity Lifecycle

Procurement history for W912PL25C0037

Transaction History

Modifications to W912PL25C0037

People

Suggested agency contacts for W912PL25C0037

Competition

Number of Bidders
1
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No

Other Categorizations

Subcontracting Plan
Individual Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
Defense Program
None
DoD Claimant Code
None
IT Commercial Item Category
Not Applicable
Awardee UEI
X3BYPXNZN8N1
Awardee CAGE
1D6R7
Agency Detail
Awarding Office
W912PL W075 ENDIST LOS ANGELES
Funding Office
W81EYN
Created By
rubyann.prout@usace.army.mil
Last Modified By
ryan.e.rivas.ctr.w912pl@sa
Approved By
rubyann.prout@usace.army.mil

Legislative

Legislative Mandates
Construction Wage Rate Requirements Labor Standards Materials, Supplies, Articles & Equipment
Performance District
NV-04
Senators
Catherine Cortez Masto
Jacky Rosen
Representative
Steven Horsford
Modified: 11/10/25