Repair AMSA/ECS- Arden Hills Army Reserve Center, Minnesota

SOL #: W912QR26RA035Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W072 ENDIST LOUISVILLE
LOUISVILLE, KY, 40202-2230, United States

Place of Performance

Arden Hills, MN

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 3, 2026
2
Last Updated
Apr 17, 2026
3
Submission Deadline
May 18, 2026, 6:00 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 U.S. Army Corps of Engineers, Louisville District, is soliciting proposals for a Design-Build Firm-Fixed-Price (FFP) contract to repair and modernize the Maintenance Support Activity (AMSA) and Equipment Concentration Site (ECS) vehicle maintenance facility in Arden Hills, MN. This project, valued between $25 million and $100 million, is an Unrestricted (Full and Open) Procurement with a HUBZone 10% price evaluation preference. Proposals will be evaluated through a two-phase Best-Value Tradeoff (BVTO) process. Phase I proposals are due May 18, 2026, at 02:00 PM Eastern Time.

Opportunity Details

This Request for Proposal (RFP), Solicitation No. W912QR26RA035, seeks to extend the economic life of the existing 31,658 SF AMSA/ECS facility by 25 years to support Army Reserve units. The project is subject to the availability of funds (SAF). The North American Industrial Classification System (NAICS) code is 236220 – Commercial and Institutional Building Construction.

Scope of Work

The Design-Build effort involves comprehensive repairs and upgrades, including:

  • Building Systems: Repair and upgrade Heating, Ventilation, and Air Conditioning (HVAC), electrical distribution, fire alarm and suppression systems, ceilings, windows, doors, floor coverings, interior reconfiguration, and interior finishes.
  • Structural Modifications: Retrofit installation of a new 10-ton crane with a 20-foot hook height, necessitating raising the overall building roof by approximately 10 feet.
  • Exterior: Repair the exterior facade and finishes.
  • Site Work: Includes MEP lot, security perimeter, fire hydrants, waterlines, oil/water separator, sanitary line, stormwater management, lighting, and fencing. Construction of a new facility monument sign.
  • Compliance: Adherence to International Building Code (IBC) and UFC 1-200-01, with renovation classified as Level 3 Alteration and building construction as Type II-B.
  • Environmental: Disposal of all hazardous materials (HAZMAT) following state and federal guidelines.
  • Additional Requirements: Installation of a complete automatic sprinkler system, replacement of outdated interior doors, windows, metal trim, fascia, copings, and overhead doors, roof assembly replacement, and upgrade of electrical systems including conversion to electric heating. Compliance with Antiterrorism (AT) and Force Protection (FP) standards.

Contract & Timeline

  • Contract Type: Firm-Fixed-Price (FFP) Design-Build.
  • Magnitude: Between $25 million and $100 million.
  • Performance Period: Estimated 999 calendar days.
  • Response Due: May 18, 2026, at 02:00 PM Eastern Time.
  • Published Date: April 17, 2026.

Submission & Evaluation

This is a two-phase Design/Build procurement utilizing a Best-Value Tradeoff (BVTO) source selection process.

  • Phase I: Offerors submit information on Past Performance (for both the Prime Contractor and A/E Designer of Record) and Technical Approach for Design/Build. Pro Forma Information (bonding and financial capability) is also required. Approximately five (5) most highly qualified offerors will be invited to Phase II.
  • Phase II: Selected offerors will submit additional information for evaluation, including Design Narrative, Management Plan, Schedule Narrative, Small Business Participation Plan, and Price. Standard Form (SF) 1442 and a Subcontracting Plan (for Large Business Offerors) will be required. All evaluation factors, other than price, are considered approximately equal to price.
  • Proposals must be submitted electronically via the PIEE Solicitation Module. Technical inquiries should be submitted via ProjNet.
  • Registrations: Offerors must have and maintain an active registration in the System for Award Management (SAM) and PIEE. NIST SP 800-171 compliance is required at the time of award. Performance and Payment Bonds are required within 10 calendar days after award.

Important Notes

The Government intends to award without discussions but reserves the right to conduct them. Pricing is not required for Phase I.

People

Points of Contact

Files

Files

Download
Download
View
View
View
View

Versions

Version 2Viewing
Solicitation
Posted: Apr 17, 2026
Version 1
Pre-Solicitation
Posted: Mar 3, 2026
View
Repair AMSA/ECS- Arden Hills Army Reserve Center, Minnesota | GovScope