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 Repair Facade and Roof B707 project at the Minneapolis Air Reserve Station, MN. This is a 100% Total Small Business Set-Aside for a Firm-Fixed-Price (FFP) construction contract with an estimated magnitude between $1,000,000 and $5,000,000. Proposals are due March 26, 2026, at 3:00 PM CST.
Purpose & Scope
This opportunity requires professional design services (Title I Type A, Title I Type B, and Title II Services) and construction to repair the facade and roof of Building 707, a 299-room lodging facility. The scope includes, but is not limited to, roof replacement, skylight repair, brick facade and masonry joint repair, aluminum window trim repair, fenestration investigation, metal panel and brick control joint repair, carpet replacement in public spaces, sheetrock and water damage repair, miscellaneous interior repairs, parking lot repairs (crack sealing, milling, resurfacing, restriping), and elevator fire sprinkler and fire alarm changes.
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 $45M size standard.
- Performance Period: 405 calendar days total (182 days for design, 223 days for construction).
- Place of Performance: Minneapolis Air Reserve Station, Minneapolis, MN.
Set-Aside
This acquisition is a 100% Total Small Business Set-Aside.
Submission & Evaluation
Proposals must be prepared and submitted in accordance with Section L and are due by March 26, 2026, at 3:00 PM CST. The Government intends to award to one responsible offeror whose proposal provides the best value based on a Lowest Price Technically Acceptable (LPTA) approach with past performance acceptability. Technical evaluation subfactors include qualifications and experience in roof and facade repair (specifically requiring EDPM roofing experience, PVC is not equivalent), preliminary schedule, Designer of Record (DOR) qualifications (licensed in Minnesota, experience with UFGS and SpecsIntact), cost controls, and UFGS submittal processes. Past performance will assess recency and relevancy (within the last five years) for the offeror and critical subcontractors (performing >= 25% of Total Evaluated Price).
Key Clarifications & Requirements
- CMMC Level 2 is not required; cybersecurity specifications are limited to internal contractor protocols.
- Seasonal limitations apply to certain exterior work (e.g., tuck pointing, brick work, caulking), with potential for a winter exclusion period and performance period adjustments.
- Procore software can be used with subcontractors, but files must be transferred via DoDSafe or directly to the Contracting Officer.
- Work in occupied areas (e.g., Lobby 1002) will be limited to specific hours (0900-1500) and may require shifting occupancy.
- Wage Determination MN20260053 for Hennepin County, Minnesota, applies.
- A site visit was conducted on February 24, 2026.
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)