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, 934 AW PK, 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 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
The project requires professional design services (Title I Type A, Title I Type B, and Title II Services) and all necessary supervision, labor, materials, and equipment to repair the facade and roof of Building 707, a 299-room lodging facility. Key repairs include:
- Roof replacement and skylight repair.
- Brick facade, masonry joint, aluminum window trim, metal panel joint, and brick control joint repairs.
- Fenestration investigation for glazing gaskets.
- Interior repairs such as sheetrock, miscellaneous items, and elevator fire sprinkler/alarm changes.
- Parking lot repairs (crack sealing, milling, re-surfacing, restriping). Electronic PDF and AutoCAD drawings are available.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Magnitude: Between $1,000,000 and $5,000,000
- NAICS Code: 236220 Commercial and Institutional Building Construction (Size Standard: $45M)
- Product Service Code: Z2JZ (Repair Or Alteration Of Miscellaneous Buildings)
- Period of Performance: 405 calendar days total, comprising 182 days for design and 223 days for construction. Performance must begin within 10 calendar days after notice to proceed.
- Set-Aside: 100% Total Small Business Set-Aside
Key Requirements & Clarifications
- CMMC Level 2 is NOT required. Cybersecurity specifications are limited to internal contractor protocols.
- EDPM roofing experience is required; PVC roofing experience is not considered equivalent.
- Certain exterior work (tuck pointing, brick, caulking) has seasonal limitations; a "winter exclusion" period may be allowed.
- Performance and Payment Bonds are required within 15 calendar days after award.
- Bid Option 1 (carpet removal) has been removed from the Statement of Work. Other bid options (Sheetrock Repairs, Skylight Damage, Miscellaneous Repairs, Parking Lot Repairs, Elevator Life Safety) are to be completed concurrently with the Base Bid.
Submission & Evaluation
Proposals must be submitted electronically to chin.dahlquist.1@us.af.mil by the deadline. The evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach with past performance acceptability. Technical proposals must achieve an "Acceptable" rating in all subfactors, including qualifications in roof and facade repair (with specific material experience), preliminary schedule, Designer of Record (DOR) qualifications (licensed in Minnesota), cost controls, and experience with Unified Facilities Guide Specifications (UFGS) and SpecsIntact. Past performance will be assessed for recency and relevancy within the last five years, including critical subcontractors.
Important Dates
- Site Visit: Held on February 24, 2026.
- Proposal Due Date: March 27, 2026, at 3:00 PM CST.