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

SOL #: W912ES26RA001Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W07V ENDIST ST PAUL
SAINT PAUL, MN, 55101-1323, United States

Place of Performance

Fountain City, WI

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Office Buildings (Y1AA)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 24, 2025
2
Last Updated
Dec 22, 2025
3
Response Deadline
Dec 25, 2025, 6:01 AM

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 following is a pre-solicitation notice and is not a request for quotes, proposals, or bids. This is a notice that a solicitation for a competitive acquisition for the award of one firm-fixed price contract is intended to be issued in the near future.

The U.S. Army Corps of Engineers (USACE) has a requirement for a design-build contract for the 1st Floor Office Renovation in the Fountain City Service Base Office Building (Building Number 3).  The Fountain City Service Base Office Building is a part of the Mississippi River Project Office (MRPO) in the St. Paul District. The Contractor shall be responsible for the design and renovation of the 1st floor of the Fountain City Service Base Office Building (Building Number 3).   The Contract will cover all services required to fully execute a Design-Build project.  Work will include all engineering and development of plans and specifications; all personnel, equipment, materials, and any associated or ancillary activities for construction of a complete and usable project in accordance with the plans and specifications; and final As-Built/Record Drawings.  The anticipated magnitude of this project is $1,000,000 - $5,000,000.

In accordance with Federal Acquisition Regulation (FAR) 36.3, this project will be solicited and evaluated using two-phase design-build selection procedures. It is anticipated that Phase One of the solicitation will be issued in late December 2025 or early January 2026 and contract will be awarded by September 30, 2026.  These dates are for planning purposes only and may change as the situation dictates.

The North American Industry Classification System (NAICS) code for this action is 236220 Commercial and Institutional Building Construction.  The size standard is $45,000,000.00 as provided in the U.S. Small Business Administration Table of Small Business Size Standards effective 17 March 2023.

The resulting contract shall be a Firm, Fixed-Price contract.

The solicitation shall be Unrestricted (not set-aside for small businesses). 

This pre-solicitation notice is not a request for quotes, proposals, or bids. This is a notice that a solicitation for a competitive acquisition for the above requirements is intended to be issued via Contract Opportunities (https://sam.gov/content/opportunities) in the near future. The specifications will be detailed in the solicitation. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract.

This is a pre-solicitation notice, and as such, any additional information as to the size and/or scope of the project will not be available until the issuance of the Phase One solicitation.

No CDs or hard copies of this notice or the solicitation will be available. Offerors are responsible for checking the above listed Contract Opportunities website for any update(s) to the Notice.  The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the document posted at the referenced website.

As required by 15 U.S.C. 644(w), the Corps of Engineers policy and procedures, as well as past performance information, in regard to definitization of requests for equitable adjustments is found at https://www.usace.army.mil/Business-With-Us/Partnering.In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management (SAM).

All Offerors must be registered in SAM prior to receiving an award, have an active SAM account, and have the Representations and Certifications (FAR and DFARS) sections completed prior to award. Registration instructions may be obtained, and online registration may be accomplished, at https://sam.gov/content/entity-landing.

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 2
Solicitation
Posted: Dec 16, 2025
View
Version 1Viewing
Pre-Solicitation
Posted: Nov 24, 2025