B710 Architect Design Repair Emergency Services
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 Department of the Air Force, 934 AW PK, is seeking Architect-Engineer (A-E) Qualifications for "REPAIR EMERGENCY SERVICES B710" at the Minneapolis Air Reserve Station, Minneapolis, MN. This Request for Qualifications (RFQ) is for professional design services, including Title I (Type A & B) and Title II services, to support the repair and renovation of Building 710. The government anticipates awarding one contract to a highly qualified firm. This is a Total Small Business Set-Aside. Funds are not presently available for this effort, and no award will be made until funds are secured. Qualifications are due by June 5, 2026.
Scope of Work
The selected A-E firm will provide comprehensive design services for Building 710. This includes field investigations, surveys, report preparation, and the development of detailed design documents (plans, drawings, specifications). Services also encompass Title II activities, involving inspection, monitoring, and evaluation of construction to ensure compliance with plans. Key renovation aspects include: roof replacement with EDPM; interior updates (carpet, paint, acoustic ceiling); floor plan revisions (restrooms, computer lab, SIPR room, mezzanine enclosure); fire alarm and mass notification system replacement; HVAC system upgrade (hydronic heating/cooling, new boilers/chiller); Building Automation System (BAS) replacement; electrical system evaluation; parking lot repair; and the demolition of adjacent buildings B802 and B727. The design process will follow four phases: Investigation/Study, 35% Design, 65% Design, and 95% Final Design, culminating in Construction Documents. All design documents must be prepared by A-E certifiers registered in Minnesota.
Contract Details
This is an Architect-Engineer (A-E) Qualifications-based selection, adhering to the Brooks Act. The government anticipates awarding a single contract. The contract price for design services is subject to a statutory fee limitation of ten percent of the estimated construction cost. The design phase performance period is 193 calendar days. Importantly, the firm responsible for the design will not be eligible to be awarded the subsequent construction contract. The NAICS code is 541330 (Engineering Services) with a Small Business Size Standard of $25.5M.
Submission & Evaluation
Firms must submit a complete Standard Form 330 (SF330) and supporting documentation demonstrating qualifications against specific criteria. A self-evaluation using the RFQ document must also be included. Submissions are exclusively through DoD SAFE; offerors must notify the Point of Contact (POC) to request a DoD SAFE drop-off prior to submission. The total submission is limited to 50 pages, excluding the SF330 and self-evaluation. No pricing information should be provided at this stage. Evaluation criteria, totaling 450 points, include: Professional Qualifications (100 pts), Past Performance (100 pts), Specialized Experience and Technical Competence (100 pts), Capacity to Accomplish Work (50 pts), and Location/Knowledge of Locality (100 pts). An evaluation board will review submissions, hold discussions with the most highly qualified firms, and recommend a selection to the Base Civil Engineer.
Key Dates
- Questions Due: May 15, 2026
- Qualifications Due: June 5, 2026
- Published: May 5, 2026
Contact Information
- Primary: Karen Gillen (karen.gillen@us.af.mil, 612-713-1427)
- Secondary: Chin Dahlquist (chin.dahlquist.1@us.af.mil, 612-713-1426)