Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project
ID: W912ES26RA001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ST PAULSAINT PAUL, MN, 55101-1323, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, St. Paul District, is soliciting qualifications for the Fountain City Service Base 1st Floor Office Renovation Project in Fountain City, Wisconsin. This project involves the design-build renovation of approximately 60% of the first floor of the office building, converting bulk storage into modern office spaces, and includes responsibilities for design, demolition, material procurement, and construction, all to be completed within 365 days of contract award. The anticipated contract value ranges from $1,000,000 to $5,000,000, and interested firms must submit their qualifications by the specified deadlines, with contact Scott E. Hendrix available for inquiries at Scott.E.Hendrix@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Army Corps of Engineers, St. Paul District, is soliciting a Request for Qualifications (RFQ) for the Fountain City Service Base 1st Floor Office Renovation Project. This two-phase design-build selection procedure is unrestricted, with Phase I (RFQ) identifying highly qualified design-build teams for a shortlist, and Phase II (RFP) inviting shortlisted firms to submit technical/price proposals. The project involves renovating approximately 60% of the 1st floor of the Fountain City Service Base Office Building (Building Number 3) to convert bulk storage space into modern office areas. The contractor will be responsible for design, demolition, material procurement (including office furniture), construction, and replacement of all first-floor windows. All work, including HVAC, plumbing, electrical, lighting, and security systems, must be completed within 365 days of contract award. Proposals will be evaluated based on technical approach, design and construction firm past performance, key personnel qualifications, and small business participation approach. The NAICS code for this project is 236220 Commercial and Institutional Building Construction.
    This document, Solicitation No. W912ES26RA001, outlines the Phase One Proposal Data Sheet for the Fountain City Service Base 1st Floor Office Renovation. It functions as a Request for Qualifications (RFQ) and requires prospective offerors to submit detailed information about their business entity, including name, address, contact information, and Unique Entity ID (UEI) numbers for all involved firms in any teaming arrangement or joint venture. The document also mandates the designation of authorized points of contact for communication with the government. Offerors must acknowledge any RFQ amendments and confirm their authorization to bind the business entity, which must be the same entity that will submit a price/technical proposal in Phase 2 of the procurement.
    The U.S. Army Corps of Engineers, St. Paul District, is seeking past performance assessments for Offeror W912ES26RA001, related to NAICS 236220 Commercial and Institutional Building Construction. This request is part of a competitive source selection process. Offerors are required to provide information on recent and relevant government or commercial contracts. The assessment, to be completed by identified points of contact, is crucial for evaluating offeror performance. The completed questionnaire must be returned to Scott Hendrix via email (scott.e.hendrix@usace.army.mil) within 15 days of receipt or by January 12, 2026, whichever comes first. The questionnaire, titled “NAVFAC/USACE PAST PERFORMANCE QUESTIONNAIRE (Form PPQ-0),” covers contractor information, work performed, contract details, project description, and client information, including adjective ratings for quality, schedule, customer satisfaction, management, cost, and safety.
    Similar Opportunities
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to an appropriate location, and subsequent testing of the site for further contamination. This project is significant for environmental remediation efforts and is set aside exclusively for small business concerns, with an anticipated contract value between $500,000 and $1,000,000. Interested parties should contact Theodore Hecht at the provided email or phone number for further details, and note that the bid submission deadline has been extended as of January 8, 2026.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers, St. Paul District, is soliciting bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, Wisconsin. The project requires the use of hydraulic and/or mechanical methods for the transfer of dredged material to a contractor-selected placement site, with a focus on managing the unloading process effectively. This initiative is crucial for maintaining the navigability of the Mississippi River and ensuring environmental protection, as the site has historically been used for dredged material placement. The contract, valued between $5 million and $10 million, is a Total Small Business set-aside, with bids due electronically via PIEE by March 10, 2026. Interested contractors must be registered in SAM and PIEE, and are advised to contact Theodore Hecht at the U.S. Army Corps of Engineers for further details.
    PRESOLICITATION NOTICE FOR UPPER APPLETON WALL REPAIR, APPLETON, OUTAGAMIE COUNTY, WISCONSIN
    Dept Of Defense
    The Department of Defense, through the United States Army Corps of Engineers - Chicago District, is preparing to solicit bids for the Upper Appleton Wall Repair project located in Appleton, Outagamie County, Wisconsin. The project involves the rehabilitation of a 150-year-old masonry stone wall, which includes removing existing materials, applying a waterproofing system, and replacing materials on both sides of the Upper Appleton hydropower plant, addressing increased seepage issues. This construction effort is critical for maintaining the structural integrity of the hydropower facility and is estimated to cost between $5 million and $10 million, with a completion timeline of 439 calendar days. Interested small business contractors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation, which is expected to be advertised in the second quarter of Fiscal Year 2026. For further inquiries, contact Ericka Hillard at ericka.d.hillard@usace.army.mil or by phone at 312-846-5378.
    FY26 DESIGN-BUILD/DESIGN-BID-BUILD (DB/DBB) GENERAL CONSTRUCTION WEST MULTIPLE AWARD TASK ORDER CONTRACT (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is soliciting proposals for a Design-Build/Design-Bid-Build (DB/DBB) General Construction Multiple Award Task Order Contract (MATOC) with a total small business set-aside. This contract, valued at up to $99 million, aims to provide indefinite delivery and indefinite quantity (IDIQ) services for general construction projects west of the Mississippi River, with task orders ranging from the simplified acquisition threshold to $25 million. The MATOC will have a performance period of three years, with an option for an additional two years and a six-month extension, emphasizing the importance of these construction services for various district programs. Interested small businesses must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the specified deadline, and must be registered in the System for Award Management (SAM) at the time of submission. For further inquiries, contact Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045.
    A-E Civil Planning and Design Services - Multiple-Award Task Order Contract - Unrestricted with Small Business Reserve (Kansas City District)
    Dept Of Defense
    The U.S. Army Corps of Engineers, Kansas City District, is seeking qualified architect-engineer firms to provide civil planning and design services through a Multiple Award Task Order Contract (MATOC) with a Small Business Reserve. The objective of this procurement is to secure A-E services for a variety of civil works projects, including flood risk management, water supply, and ecosystem restoration, across the Northwestern Division, with a total contract capacity of $95 million and plans to award seven contracts—four of which are reserved for small businesses. This MATOC will facilitate the preparation of essential planning and design documents, environmental studies, and specifications, supporting both civil and military projects. Interested firms must submit their qualifications via the SF 330 form by January 15, 2026, and can direct inquiries to primary contact Erick Ottoson at erick.s.ottoson@usace.army.mil or secondary contact Laura Hedrick at laura.l.hedrick@usace.army.mil.
    District Warehouse Exterior Renovation
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is preparing to solicit bids for the renovation of the District Warehouse located in Omaha, Nebraska. The project entails extensive renovations, including demolition of existing structures, civil site work, and installation of new electrical and mechanical systems, with a focus on restoring the facility to its original or improved condition. This opportunity is set aside for small businesses, with an estimated construction cost ranging from $1,000,000 to $5,000,000, and the solicitation is expected to be issued around January 23, 2026, with a closing date around February 28, 2026. Interested contractors should direct inquiries to Jacqueline Posey or Lee M McCormick via their provided email addresses and ensure they are registered in the System for Award Management (SAM) database.
    USACE SPK DBB Construction - Englebright Dam and Lake HQ Building and Maintenance Shop ?Smartsville, California.
    Dept Of Defense
    The Department of Defense, through the United States Army Corps of Engineers (USACE) Sacramento District, is seeking contractors for a Design-Bid-Build (DBB) construction project to build a new Headquarters building and maintenance shop at H.L. Englebright Dam and Lake in Smartsville, California. The project entails constructing a single-story, 5,000 square-foot HQ building and a 4,200 square-foot maintenance shop, including various facilities such as offices, work areas, and storage, as well as the demolition of existing structures and associated site improvements. The estimated construction cost ranges from $10 million to $25 million, with a contract award anticipated by March 2026 and a completion timeframe of 720 calendar days from the Notice to Proceed. Interested contractors should contact Antonina Beal at antonina.beal@usace.army.mil or Rachel L. Kinney at Rachel.Kinney@usace.army.mil for further details and ensure registration in the PIEE and SAM systems prior to bid submission.
    Lock and Dam (LD) 5A Routine Gate Maintenance Quality Assurance and LD 3&4 Gate Fabrication Quality Assurance
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is soliciting proposals for Quality Assurance (QA) Inspection services related to the Lock and Dam (LD) 5A Routine Gate Maintenance and the LD 3 and 4 Miter Gate Fabrication projects. The contractor will be responsible for providing QA services, including inspections, testing of steel repairs and fabrication, coating inspections, and reviewing requests for information, with work required at multiple locations in Iowa and Alabama, as well as at the Lock and Dam 5A site in Fountain City, Wisconsin. This contract is crucial for ensuring the integrity and safety of critical infrastructure, with a total contract value ranging from $10,000 to $1.5 million over a performance period from February 1, 2026, to January 31, 2031, including four option years. Interested vendors should contact Scott E. Hendrix or Kenneth Eshom via email for further details and must be registered in the System for Award Management (SAM) to be eligible for award.
    Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Design-Build and Construction Projects related to General Construction within the Boundaries of the U.S. Army Corps of Engineers (USACE), Jacksonville District
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Jacksonville District, is conducting a Sources Sought Notice for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on design-build and construction projects related to general construction primarily in Florida. This procurement aims to assess the interest and capabilities of the construction community, including small businesses, to ensure adequate competition for various construction requirements, including new construction, demolition, renovation, and repair projects supporting military and interagency stakeholders. The MATOC will cover a five-year period with a total estimated value of up to $15 million for task orders, with individual task orders expected to range from $10,000 to $80 million. Interested firms must submit their responses by January 9, 2025, to the designated contacts, Ireishal Adams and William Wallace, via email.
    Construction Management Services, U.S. Army Corps of Engineers, New Orleans District, Indefinite Delivery Indefinite Quantity (IDIQ)
    Dept Of Defense
    The U.S. Army Corps of Engineers, New Orleans District, is seeking proposals for Construction Management Services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract, specifically set aside for small businesses. The procurement aims to provide a comprehensive range of construction management and quality assurance activities, including flood fight inspection capabilities, to meet the fluctuating needs of the district in accordance with government plans and regulations. This contract, valued at up to $20 million over five years with a minimum guarantee of $10,000, is crucial for ensuring effective management of construction projects within the district. Interested parties must submit their bids by 1:00 PM local time on January 21, 2026, and are encouraged to direct any questions to the primary contact, Evan Woitha, at evan.g.woitha@usace.army.mil or by phone at 504-862-1214.