ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Design and Build Repair Facade and Roof B707

DEPT OF DEFENSE FA663326R0002
Response Deadline
Mar 26, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of the Air Force, through the 934th Contracting Flight, is seeking a firm-fixed-price design-build contractor to repair the façade and roof of Building B707 at the Minneapolis Air Reserve Station in Minneapolis, Minnesota. The work includes professional design services and the labor, materials, supervision, and equipment needed to replace the roof and complete related exterior repairs such as skylights, brick façade, masonry joints, aluminum window trim, and metal panel joints, with optional interior, parking lot, and fire/life safety work also identified. The project is a total small business set-aside evaluated under a lowest-price technically acceptable approach with acceptable past performance, and it requires EPDM roofing experience, a 405-calendar-day performance period, and completion of the design phase within 182 days. Offers are due March 27, 2026 at 3:00 PM local time, and the solicitation indicates a magnitude between $1,000,000 and $5,000,000.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Z2JZ
REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS

Solicitation Documents

19 Files
Solicitation Amendment FA663326R00020001 SF 30 editable.pdf
PDF506 KBMar 23, 2026
AI Summary
This document is Amendment 0001 to Solicitation Number FA663326R0002, issued by FA6633 934 AG LGC, effective March 12, 2026. The amendment modifies the original solicitation dated January 21, 2026. The primary purpose of this amendment is to address changes as set forth in Item 14, which refers to the Schedule. It states that the hour and date for receipt of offers is not extended. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning one copy, or by acknowledging on each copy of the offer, or via separate communication referencing the solicitation and amendment numbers. Failure to acknowledge may result in rejection of the offer. All other terms and conditions of the original solicitation remain unchanged.
Solicitation Amendment - FA663326R00020001.pdf
PDF829 KBMar 23, 2026
AI Summary
The solicitation FA663326R00020001 is a "Design-Build" construction contract for the repair of the façade and roof of Building B707, a 299-room hotel, at the Minneapolis Air Reserve Station, Minnesota. The project, designated as a 100% total small business set-aside, falls under NAICS code 236220 with a size standard of $45 million, and has an estimated magnitude between $1,000,000 and $5,000,000. The contractor will provide professional design services, supervision, labor, materials, and equipment for the base bid, which includes replacing the roof, and repairing skylights, brick façade, masonry joints, aluminum window trim, metal panel joints, and brick control joints. Optional line items include carpet replacement in public spaces, sheetrock repair and painting, water-damaged sheetrock repair, miscellaneous repairs (popcorn ceiling, wainscoting, stairwell railing, lobby paint), parking lot repairs (crack sealing, resurfacing, restriping), and elevator fire sprinkler and fire alarm changes. Performance is required within 10 calendar days of receiving the award or notice to proceed, with completion within 405 calendar days. Performance and payment bonds are required within 15 days of award. Offers are due by March 27, 2026, at 03:00 PM local time. Key special contract requirements include insurance, performance evaluations, bonds, and adherence to the Contracting Officer's authority. The contract outlines detailed clauses regarding legal status, claims, protests, appeals, termination, changes, and social responsibility.
Attach. 1a SOW addendum.pdf
PDF151 KBMar 23, 2026
AI Summary
The Department of the Air Force, Air Force Reserve Command, issued a Statement of Work (SOW) Addendum for project QJKL 24-0014, dated 24 November 2025. This addendum, dated 26 February 2026, explicitly removes all references to "Bid Option 1." The amended SOW details extensive repairs and upgrades to the B707 Lodging facility, including roof replacement, skylight and façade repairs, and investigations into fenestration issues. Additionally, the addendum outlines several "Bid Options" for specific repairs: Sheetrock Repairs (No. 2), Skylight Damage (No. 3), Miscellaneous Repairs (No. 4), Parking Lot Repairs (No. 5), and Elevator Fire Sprinkler and Fire Alarm Changes (No. 6). These Bid Options are to be completed concurrently with the Base Bid work, with no additional days offered for their completion. The document specifies performance periods for each Bid Option, ranging from 7 to 28 days. The addendum is signed by Theodore Tio, Engineering Flight Chief, 934th CE/CEC.
Solicitation Amendment FA663326R00020001 SF 30.pdf
PDF101 KBMar 23, 2026
AI Summary
Amendment 0001 to Solicitation FA663326R0002, effective March 12, 2026, modifies a design-build construction contract at the Minneapolis Air Reserve Station. The primary change revises the project scope from "Design and Repair Mass Notification and Fire Alarm system B821 and B870" to "Design and Repair Facade and Roof B707" for the B707 Lodging facility. This competitive 100% total small business set-aside has a magnitude between $1,000,000 and $5,000,000 under NAICS code 236220. The offer due date has been extended from March 26, 2026, to March 27, 2026. A Statement of Work addendum (Attach. 1a SOW addendum 1) has also been added.
20260302 QandA for RFP Repair 707.pdf
PDF1928 KBMar 23, 2026
AI Summary
RFP FA6633-26-R-0002 addresses the repair of the façade and roof of Building 707 at the Minneapolis Air Reserve Station. Key details include the requirement for professional design services and the contractor providing all necessary supervision, labor, materials, and equipment. CMMC Level 2 is not required; however, internal contractor cybersecurity protocols will be developed. EPDM roofing experience is mandatory, and PVC roofing experience is not considered equivalent. The project duration is 405 calendar days, with a design phase of 182 days. Winter exclusion will be allowed for weather-sensitive exterior work like tuckpointing and brickwork. Liquidated damages are specified in Clause 52.211-12. Procore Project Management software can be used for subcontractors, but the Air Force will not directly connect to it, requiring DoDSafe for large file transfers. Site staffing allows for double-hatting of Site Supervisor and Site Quality Supervisor, or Site Quality and Site Safety, but not Site Supervisor and Site Safety. Lobby 1002 will remain occupied with limited access. Rooftop equipment can be de-energized for up to two working days during roof replacement. Additional PDF and CAD documents will be provided to the awardee, and existing brick installation pictures will be uploaded soon. The extent of saw cutting for control joints will be determined during the design phase. Work near occupied aluminum storefront windows is permitted from 0900 to 1500, with coordination for occupancy shifts. Carpet removal is confirmed for Bid Option and an amendment will be issued. Skim coating areas for Bid Option 4 will be determined during the design phase. Masonry thru-wall flashing, vent, and weep corrections are not included in the Base Bid, but all roof flashing is. Hydroseeding is acceptable for re-establishing green space. Parking areas for staging are identified, with some areas restricted.
Solicitation - FA663326R0002.pdf
PDF1742 KBMar 23, 2026
AI Summary
This government solicitation, FA663326R0002, is a Request for Proposal (RFP) for a Firm-Fixed-Price (FFP) Design-Build construction contract to repair the façade and roof of Building B707, a 299-room hotel, at the Minneapolis Air Reserve Station, Minnesota. The project also includes options for interior repairs, parking lot maintenance, and elevator fire safety system upgrades. The magnitude of the project is estimated between $1,000,000 and $5,000,000, and it is a 100% total small business set-aside under NAICS code 236220. Key requirements include professional design services, compliance with various FAR and DFARS clauses, specific insurance coverage, performance and payment bonds, and adherence to federal holidays. The contractor must begin performance within 10 calendar days of receiving a notice to proceed and complete the work within 405 calendar days. Offers are due by March 26, 2026, at 03:00 PM local time. A site visit is scheduled, and all updates will be provided via SAM.gov.
Attach. 5 QJKL 24-0014 Submittal Register.pdf
PDF71 KBMar 23, 2026
AI Summary
The document outlines submittal requirements for the "Facade and Roof Repairs, B707" project, acting as a comprehensive register for contractors. It details various preconstruction submittals, including schedules of prices, insurance coverage, baseline construction schedules, project superintendent information, and a submittal register itself. Key aspects covered are safety protocols like the Accident Prevention Plan (APP), Activity Hazard Analysis (AHA), and Hot Work Permits, alongside quality control measures such as the Contractor Quality Control (CQC) Plan and Design Quality Control (DQC) Plan. Environmental considerations are prominent, with requirements for a Construction Site Plan, Traffic Control Plan, Haul Road Plan, and an Environmental Protection Plan, including details on waste management, employee training, and regulatory notifications. The document also specifies requirements for cybersecurity compliance, backflow preventer tests, and closeout submittals like warranty management plans, spare parts data, operation and maintenance manuals, as-built drawings, and training plans. This ensures all project phases, from preconstruction to closeout, adhere to strict government standards for safety, quality, and environmental responsibility.
Attach. 6 Wage Determination.pdf
PDF57 KBMar 23, 2026
AI Summary
This government file, General Decision Number: MN20260053, outlines prevailing wage rates and fringe benefits for building construction projects in Hennepin County, Minnesota, effective January 2, 2026. It supersedes MN20250053 and covers various labor classifications, excluding single-family homes and apartments up to four stories. The document provides hourly rates and fringe benefits for trades such as electricians, plumbers, carpenters, and power equipment operators, categorized by commercial and highway/heavy groups. It also includes information on Executive Orders 13706 and 13658, pertaining to paid sick leave and minimum wage for federal contractors, respectively. The file details identifiers for union, weighted union average, and survey rates, and provides a clear appeals process for wage determinations, directing inquiries to the WHD Branches of Wage Surveys or Construction Wage Determinations, and outlining steps for review by the Wage and Hour Administrator and the Administrative Review Board.
Attach. 7 Section L - SSP B707.pdf
PDF171 KBMar 23, 2026
AI Summary
This document outlines instructions for preparing and submitting proposals for the Design and Build, Repair Façade and Roof, B707 project. Offerors must adhere to strict guidelines to ensure their proposals are considered eligible for award, including submitting only one proposal per entity. The proposal must be comprehensive, accurate, and clearly demonstrate the offeror's capabilities. Specific instructions are provided for Joint Ventures and Teaming/Partnering relationships, requiring detailed agreements and documentation. All communications will be electronic via SAM.gov, and offerors are responsible for monitoring updates. Proposals must be submitted via email by March 27, 2026, at 3:00 PM CST, with email attachments not exceeding 10 MB. The proposal must be organized into five volumes: Contract Documents, Price Document, Technical Proposal, Past Performance Documents, and Bonding Capacity/Financial Letter. Each volume has specific content and formatting requirements, including page limits and font size. The Technical Proposal must address qualifications, scheduling, Designer of Record qualifications, cost control, and experience with UFGS. Past performance information, financial standing, and bonding capacity proof are also mandatory.
Attach. 8 Section M - SSP B707.pdf
PDF170 KBMar 23, 2026
AI Summary
This government file outlines the evaluation factors for awarding a contract for the Repair Façade and Roof, B707, utilizing a Lowest Price Technically Acceptable (LPTA) process with past performance acceptability. The source selection methodology prioritizes the lowest total evaluated price among technically acceptable offers with acceptable past performance. Proposals will be evaluated across multiple volumes: the completed RFP for general compliance and Organizational Conflict of Interest, price for reasonableness and affordability, technical merit based on subfactors like qualifications, schedule, and Designer of Record experience, and past performance for relevancy and quality. Bonding capacity and financial documentation will also be assessed. The government intends to award one contract without discussions, reserving the right to conduct them if necessary. Acceptability ratings for technical and past performance factors are crucial for award eligibility.
Attach. 9_ Consent Letter.docx
Word71 KBMar 23, 2026
AI Summary
RFP # FA663326R0002, issued by the Department of the Air Force, Air Force Reserve, 934th Contracting Flight, requires a Subcontractor/Teaming Partner Consent Form for the release of past and present performance information. This form is for the Design and Build Repair Façade and Roof, building 707 Contract. It grants permission for the Government's Source Selection Evaluation Board (SSEB) to disclose past and present performance data of subcontractors and teaming partners to the prime contractor during the evaluation process. The form emphasizes the Government's focus on past performance for best value assessment. Major subcontractors/teaming partners must complete and submit this consent form as part of the proposal volume. The document includes fields for company information, CAGE Code, address, and authorized signature with title and date.
Attach. 10_ Sample Client Authorization Letter.docx
Word22 KBMar 23, 2026
AI Summary
The document is Attachment 10, a sample client authorization letter for commercial contracts, part of RFP #FA663326R0002 for the Department of the Air Force's
20260202 QandA for RFP Repair 707.pdf
PDF86 KBFeb 24, 2026
AI Summary
This document outlines questions and answers for RFP FA6633-26-R-0002, focusing on the repair of the façade and roof of Building 707 at the Minneapolis Air Reserve Station. The contract requires professional design services, supervision, labor, materials, and equipment. Key clarifications include that CMMC Level 2 cybersecurity is not required, with cybersecurity specifications limited to internal contractor protocols. Additionally, experience with PVC roofing is not considered equivalent to EPDM roofing experience due to differences in installation methods, making 'no EPDM experience' unacceptable for this project.
Attach. 1 QJKL 24-0014 SOW.pdf
PDF216 KBMar 23, 2026
AI Summary
The Statement of Work (SOW) outlines the requirements for the "REPAIR FAÇADE AND ROOF B707" project at the Minneapolis Air Reserve Station, a 299-room hotel. The project involves professional design services (Title I Type A, Title I Type B, and Title II Services), encompassing field investigations, design document preparation, and construction monitoring. The contractor is responsible for all supervision, labor, materials, and equipment. Key repair areas include the roof, skylight, brick façade, masonry joints, aluminum window trim, fenestration, and metal panel joints. The SOW also details various bid options for interior and exterior repairs, such as carpeting, sheetrock, parking lot, and elevator life safety upgrades. The project follows a 405-day performance period, with 182 days for design and 223 for construction, adhering to specific design phases and environmental regulations. The contractor must comply with government-furnished information and specific drawing and specification standards.
Attach. 2 QJKL 24-0014 Specifications.pdf
PDF1181 KBMar 23, 2026
AI Summary
The document outlines technical specifications for the 'Repair Facade and Roof, B707 Final Design' project at the 934th Airlift Wing Minneapolis-St. Paul Air Reserve Station. It details general requirements, including price and payment procedures, administrative requirements, small project construction progress schedules, and submittal procedures. Key aspects cover contractor invoicing, government payment obligations, and conditions for payments for onsite and offsite materials. Administrative requirements specify minimum insurance, superintendent qualifications, preconstruction and facility turnover meetings, partnering, and mobilization. The document also provides comprehensive guidelines for construction schedules, including baseline submissions, monthly updates, and 3-week look-ahead schedules. Submittal procedures define various submittal types (SD-01 to SD-11), their classifications (Government Approved or Information Only), preparation formats, and management through a project submittal register. It also addresses variations from contract requirements, emphasizing the need for Contracting Officer approval.
Attach. 3 QJKL 24-0014 Drawings - Base Bid.pdf
PDF2138 KBMar 23, 2026
AI Summary
The provided record drawings, QJKL-990011P3, QJKL-99-0011-P2, and QJKL-990011P4, detail various repair and replacement tasks for a federal government facility. Key roofing work includes replacing fully adhered membrane roofing with new insulation, fiberboard, and flashing to create a complete weather and air barrier, meeting ASHRAE 90.1-2019 Table 5.5-6 Climate Zone 6 requirements for non-residential buildings. The selected membrane must have at least a 30-year warranty, and the work involves relocating roof-mounted equipment and providing traffic pads. Exterior repairs encompass tuck pointing 5% of face brick, replacing all brick control joints by saw cutting and refilling, replacing caulking around louvers and associated windows, removing and replacing concrete coping with sheet metal, and replacing all metal panel caulk joints. These specifications indicate a comprehensive renovation project focused on maintaining structural integrity, weatherproofing, and adherence to current building codes and warranty standards.
Attach. 4 QJKL 24-0014 Drawings -Bid Options.pdf
PDF9194 KBMar 23, 2026
AI Summary
The document outlines the First and Second Floor Plans and Utility Plaza for a Consolidated Lodging Facility, detailing various renovation and upgrade bid options. Key options include replacing carpet and wall base in public spaces, repairing and painting damaged sheetrock walls, and addressing damage from a leaking skylight. Additional proposals cover painting lobby walls, adding wainscoting to a cart storage area, restoring corroded stairwell railings, and repairing popcorn ceilings in specific rooms. The plans also incorporate a sliding gate bid option, accessible door operators, and a fire annunciator panel. Furthermore, parking lot repairs, such as crack sealing, resurfacing, and re-striping, are specified. The document includes detailed floor plans with measurements and notes on maintaining fire ratings, framing requirements for electrical panels, and rough-ins for future fixtures, indicating a comprehensive facility upgrade project.
20260224 Site Visit Roster.pdf
PDF438 KBMar 23, 2026
AI Summary
The document is an attendance roster for a site visit related to Solicitation Number FA6633-26-R-0002, titled "Repair Façade and Roof, B707." The site visit took place on February 24, 2026, at 10:00 AM in the B860 Contracting Conference Room. The roster lists numerous attendees, including their names, company/organization, and phone numbers. Companies represented include Tammy Construction, Bitumingus Roadways Inc, Razor Consulting Solutions, EAPC ARCH ENG, BRC, INFINITY FLOORING, Green Stone, Huot Construction, Huot C.S., 934 CE, DMS, Meisinger Construction, FLYNN MIDINEST, The Caulker& Co, Flynn Midwest, and Huot Current. This document serves as a record of interested parties and potential bidders for the repair project.
20260224 QandA for RFP Repair 707.pdf
PDF119 KBMar 23, 2026
AI Summary
RFP FA6633-26-R-0002,

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJan 21, 2026
amendedAmendment #1· Description UpdatedFeb 2, 2026
amendedAmendment #2· Description UpdatedFeb 24, 2026
amendedAmendment #3· Description UpdatedFeb 25, 2026
amendedAmendment #4· Description UpdatedMar 5, 2026
amendedAmendment #5· Description UpdatedMar 12, 2026
amendedAmendment #6· Description UpdatedMar 16, 2026
amendedLatest Amendment· Description UpdatedMar 23, 2026
deadlineResponse DeadlineMar 26, 2026
expiryArchive DateApr 10, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA6633 934 AW PK

Point of Contact

Name
Chin Kuk Dahlquist

Place of Performance

Minneapolis, Minnesota, UNITED STATES

Official Sources