Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project

SOL #: W912ES26RA001Solicitation

Overview

Buyer

SAINT PAUL, MN, 55101-1323, United States

Place of Performance

Fountain City, WI

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Office Buildings (Z2AA)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 24, 2025
2
Last Updated
Dec 22, 2025
3
Submission Deadline
Jan 15, 2026, 4:00 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.

The United States Army Corps of Engineers, St. Paul District (Government) is soliciting a Request for Qualifications (RFQ) for the Fountain City Service Base 1st Floor Office Renovation Project (Project) as Phase I of a two‐phase design‐build selection procedure. This procurement is solicited as Unrestricted “Full and Open” and will result in a firm fixed price contract. A two‐phase procurement structure will be used for the Project, consisting of a Phase I Request for Qualifications (RFQ) and a subsequent Phase II Request for Proposals (RFP). The RFQ is being issued to identify, using the criteria and methodology described herein, a shortlist of highly qualified and capable design‐build teams that will be invited to submit technical/price proposals for Phase II (RFP portion). The Government anticipates that three firms will be shortlisted (from the RFQ responses) and invited to submit responses to the RFP; however, the Government reserves the right to shortlist more or fewer firms depending on the responses to the RFQ received. There will be a maximum of five offerors selected to submit Phase II proposals.  All Offerors will receive written notice regarding whether or not they were selected to compete in Phase II.

In Phase II, the RFP package will be issued to the shortlisted design‐build teams and will specify technical and pricing criteria. Those selected to compete for Phase II will have approximately 30 calendar days to prepare and submit their Phase II proposals. The Phase II proposals will be evaluated by the Government to select the design‐build contractor for the project.

No site visit will be provided for Phase I.  A site visit will be offered to those offerors who are invited to compete in Phase II.  The date and time for that site visit will be included in the Phase II RFP.

The North American Industry Classification System (NAICS) code for this action is 236220 Commercial and Institutional Building Construction and the Small Business size standard is $45.0 million in average annual receipts.

People

Points of Contact

Scott E. HendrixPRIMARY
Kenneth EshomSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Solicitation
Posted: Dec 22, 2025
View
Version 2Viewing
Solicitation
Posted: Dec 16, 2025
Version 1
Pre-Solicitation
Posted: Nov 24, 2025
View
Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project | GovScope