Design and Build Repair Facade and Roof B707
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 is soliciting proposals for a Design and Build Repair Facade and Roof B707 project at the Minneapolis Air Reserve Station, MN. This Firm-Fixed-Price (FFP) construction contract is a 100% Total Small Business Set-Aside, with an estimated magnitude between $1,000,000 and $5,000,000. Proposals are due March 27, 2026, at 03:00 PM CST.
Scope of Work
This opportunity requires professional design services (Title I Type A, Title I Type B, and Title II Services) and all necessary supervision, labor, materials, and equipment to repair the facade and roof of Building 707, a 299-room lodging facility. The scope includes:
- Roof replacement and skylight repair.
- Repair of brick facade, masonry joints, aluminum window trim, metal panel joints, and brick control joints.
- Investigation of fenestration where glazing gaskets are not sealing.
- Interior repairs such as carpet replacement in public spaces, sheetrock wall repair, and water damage repair.
- Parking lot repairs (crack sealing, milling, resurfacing, restriping).
- Elevator fire sprinkler and fire alarm system changes.
- Note: Masonry thru-wall flashing, vent, and weep corrections are not included in the Base Bid, but all roof flashing is. "Bid Option 1" has been removed; other bid options (Sheetrock, Skylight, Misc Repairs, Parking Lot, Elevator Life Safety) remain.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) construction contract.
- Magnitude: Between $1,000,000 and $5,000,000.
- NAICS Code: 236220 Commercial and Institutional Building Construction, with a size standard of $45M.
- Performance Period: 405 calendar days after Notice to Proceed (182 days for design, 223 days for construction). The Government may adjust the performance period for seasonal construction limitations.
- Bonds: Performance and Payment Bonds are required within 15 calendar days after award.
Key Requirements & Clarifications
- CMMC Level 2: Not required for this project. Cybersecurity specifications are limited to internal contractor protocols.
- Roofing Experience: Experience with EDPM roofing is required; PVC roofing experience is not considered equivalent.
- Staffing: Site Supervisor and Site Quality Supervisor can be double-hatted, as can Site Quality and Site Safety. However, Site Supervisor and Site Safety cannot be double-hatted.
- Work in Occupied Areas: Work in areas like Lobby 1002 will be limited to specific hours (0900-1500) and may require shifting occupancy.
- Drawings: Electronic PDF and AutoCAD drawings are available. Government-furnished drawings are in metric, with English units in brackets.
Submission & Evaluation
- Proposal Due Date: March 27, 2026, at 03:00 PM CST.
- Submission Method: Electronically to chin.dahlquist.1@us.af.mil. Larger files may require DoDSafe.
- Proposal Structure: Five volumes: Contract Documents, Price Documents, Written Technical Proposal, Past Performance, and Bonding Capacity/Bid Guarantee/Financial Letter.
- Evaluation: Lowest Price Technically Acceptable (LPTA) with past performance acceptability. Technical proposals must achieve an "Acceptable" rating in every subfactor, including qualifications, schedule, Designer of Record (DOR) qualifications (licensed in Minnesota, UFGS/SpecsIntact experience), and cost controls.
- Past Performance: Assessed for recency and relevancy (within the last five years), including critical subcontractors (performing >= 25% of Total Evaluated Price). Subcontractor consent forms are required.
Contact Information
- Primary: Chin Kuk Dahlquist (chin_kuk.dahlquist.1@us.af.mil, 612-713-1426)
- Secondary: Anthony Misenor (Anthony.Misenor.1@us.af.mil, 612-713-1432)