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-Build construction contract to Repair the Facade and Roof of Building 707 (B707 Lodging) at the Minneapolis Air Reserve Station, MN. This project involves comprehensive design services and construction for the 299-room hotel. This is a 100% Total Small Business Set-Aside with an estimated magnitude between $1,000,000 and $5,000,000. Proposals are due March 26, 2026, at 3:00 PM CST.
Scope of Work
The contractor will provide both professional design services (Title I Type A, Title I Type B, and Title II) and all necessary construction services. The B707 Lodging facility, constructed between 2001-2005, requires significant repairs.
Key repair areas include:
- Roof replacement and skylight repair (Area A)
- Extensive facade repairs, including brick, masonry joints, aluminum window trim, fenestration investigation, metal panel joints, and brick control joints.
- Interior repairs such as carpet replacement in public spaces (Bid Option 1), sheetrock wall and water damage repair, and miscellaneous fixes (e.g., popcorn ceiling, wainscot, stairwell railing, Main Lobby painting).
- Parking lot repairs, including crack sealing, milling, resurfacing, and restriping (Bid Option 5).
- Elevator fire sprinkler and fire alarm system changes.
Design documents must conform to Unified Facilities Criteria (UFC) and U.S. Army Corps of Engineers Unified Facilities Guide Specifications (UFGS). The total contract performance period is 405 days, with 182 days for design and 223 days for construction.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 236220 Commercial and Institutional Building Construction, with a $45M size standard.
- Magnitude: Between $1,000,000 and $5,000,000.
- Place of Performance: Minneapolis Air Reserve Station, Minneapolis, MN.
Submission & Evaluation
Proposals must be submitted electronically to chin.dahlquist.1@us.af.mil by March 26, 2026, at 3:00 PM CST. Submissions should be organized into five volumes: Contract Documents, Price Documents, Written Technical Proposal, Past Performance, and Bonding Capacity/Bid Guarantee/Financial Letter.
The Government intends to award to one responsible offeror based on a Lowest Price Technically Acceptable (LPTA) source selection process, with past performance acceptability. Technical evaluation will assess qualifications, experience (including specific materials like EDPM roofing and precast concrete), preliminary schedule, Designer of Record (DOR) qualifications (licensed in Minnesota), cost controls, and UFGS/SpecsIntact experience. An "Acceptable" rating is required for every technical subfactor. Past performance will be evaluated for recency and relevancy (within the last five years), including critical subcontractors.
Important Notes
A site visit is scheduled; refer to Clause 52.236-27 (Alternate I) for instructions. Offerors must adhere to the specified wage determination (MN20260053) for Hennepin County, MN. Electronic PDF and AutoCAD drawings are available. Offerors are responsible for monitoring SAM.gov for all amendments and updates. Questions must be submitted in writing via email to the PCO/CS, with a deadline of 5 calendar days from the scheduled site visit.