Design and Build Repair Facade and Roof B707

SOL #: FA663326R0002Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA6633 934 AW PK
MINNEAPOLIS, MN, 55450-2100, United States

Place of Performance

Minneapolis, MN

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 21, 2026
2
Last Updated
Mar 16, 2026
3
Submission Deadline
Mar 26, 2026, 8:00 PM

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, Minneapolis, 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 27, 2026, at 3:00 PM CST.

Scope of Work

This Design-Build contract focuses on the B707 Lodging, a 299-room hotel. The contractor will provide professional design services (Title I Type A, Title I Type B, and Title II) and all necessary supervision, labor, materials, and equipment for the repair of the facade and roof. Specific known repairs include roof replacement, skylight repair, brick facade repair, masonry and metal panel joint repair, aluminum window trim repair, and fenestration investigation. Additional repairs encompass carpet replacement, sheetrock repair, parking lot repairs, and elevator fire sprinkler/alarm changes. The total contract performance period is 405 days, comprising 182 days for design and 223 days for construction. Bid options, excluding the previously removed Option 1, include Sheetrock Repairs, Skylight Damage, Miscellaneous Repairs, Parking Lot Repairs, and Elevator Life Safety.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP) construction contract.
  • NAICS Code: 236220 Commercial and Institutional Building Construction, with a $45M size standard.
  • Set-Aside: 100% Total Small Business.
  • Magnitude: Between $1,000,000 and $5,000,000.
  • Site Visit: A site visit was scheduled, and an attendance roster was posted on February 24, 2026. Instructions are in Clause 52.236-27 (Alternate I).
  • Key Clarifications: CMMC Level 2 is not required. Experience with EDPM roofing is mandatory; PVC roofing experience is not considered equivalent. While some exterior work can be done in winter, tuck pointing and brick work require warm weather, and a winter exclusion period may be allowed.
  • Wage Determination: General Decision Number MN20260053 applies for Hennepin County, Minnesota.

Submission & Evaluation

  • Proposal Due Date: March 27, 2026, at 3:00 PM CST.
  • Submission Method: Electronically to chin.dahlquist.1@us.af.mil. Large files may require DoDSafe.
  • Evaluation Basis: Best value, Lowest Price Technically Acceptable (LPTA) with past performance acceptability. The government intends to award without discussions but reserves the right to conduct them.
  • Technical Subfactors: Include qualifications and experience in roof and facade repair (especially EDPM roofing and precast concrete), preliminary schedule, Designer of Record (DOR) qualifications (licensed in Minnesota, experience with UFGS and SpecsIntact), cost controls, and UFGS submittal experience. An "Acceptable" rating is required in every technical subfactor.
  • Past Performance: Assessed for recency and relevancy (within the last five years), including critical subcontractors (performing >= 25% of Total Evaluated Price). Subcontractor/Teaming Partner Consent Forms are required.
  • Required Documents: Bonding Capacity, Bid Guarantee, and Financial Letter.
  • Amendments: Offerors must acknowledge all amendments. All updates will be provided via SAM.gov.

Contact Information

People

Points of Contact

ANTHONY MISENORSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 7
Solicitation
Posted: Mar 16, 2026
View
Version 6Viewing
Solicitation
Posted: Mar 12, 2026
Version 5
Solicitation
Posted: Mar 5, 2026
View
Version 4
Solicitation
Posted: Feb 25, 2026
View
Version 3
Solicitation
Posted: Feb 24, 2026
View
Version 2
Solicitation
Posted: Feb 2, 2026
View
Version 1
Solicitation
Posted: Jan 21, 2026
View