Remodel Restroom Building 822
ID: FA663325Q0006Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA6633 934 AW PKMINNEAPOLIS, MN, 55450-2100, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the remodeling of restrooms and office spaces in Building 822 at the Minneapolis Air Reserve Station. This project, identified as Solicitation FA663325Q0006, requires contractors to provide all necessary services, materials, and equipment to renovate facilities that have reached the end of their lifecycle, including the installation of new plumbing, electrical systems, and finishes while adhering to strict safety and regulatory standards. The contract will be awarded as a Firm-Fixed Price arrangement, with a total small business set-aside, and the estimated value of the acquisition is between $25,000 and $100,000. Interested contractors must submit their quotes by May 30, 2025, and are encouraged to attend a mandatory site visit on May 8, 2025, for which prior clearance is required. For further inquiries, contact Caleb Anderson at caleb.anderson.15@us.af.mil or Karen Gillen at karen.gillen@us.af.mil.

    Files
    Title
    Posted
    The site visit for the B822 Restroom & Office Remodel project (Solicitation T Number: FA6633-25-Q-0006) took place on May 8, 2025, in the B860 Contracting Conference Room. A number of representatives from various contracting and design organizations attended, including LE Design Build Group, L2 Design B. Group, and Focused Asset Management. The attendance roster includes names, companies, and contact numbers for each attendee present.
    The Statement of Work (SOW) outlines the requirements for the "Sustain Restroom & Office, Bldg. 822" project at the Minneapolis Air Reserve Station. The contractor is responsible for providing all necessary services, materials, and equipment to renovate restroom and office spaces that have reached the end of their lifecycle. Key tasks include site verification, protection of non-work areas, and compliance with construction specifications and permits. The project includes the removal of outdated finishes, installing new fixtures, and expanding workspace. Contractors must minimize disturbance to ongoing base activities and adhere strictly to environmental guidelines, including asbestos management when necessary. The construction duration is capped at 120 days from the notice to proceed. Key deliverables include a Contract Progress Schedule, regular reporting, and compliance with safety standards. The document emphasizes the importance of quality control, communication with relevant authorities, and the submission of required documentation, including inspection reports and final warranty materials, ensuring that all work aligns with federal and state regulations. Overall, this SOW illustrates the structured approach required for government-contracted renovations, prioritizing safety, regulatory compliance, and minimal disruption to the facility's operations.
    The document outlines the technical specifications for the renovation of the men’s restroom and locker room as well as an office space on the second floor of Building 822 at the Minneapolis-St. Paul Air Reserve Station. Key aspects include contractor requirements for submittals, installation access procedures, work restrictions, administrative procedures, and project scheduling. The project involves replacing worn finishes and minor modifications in plumbing, electrical systems, and flooring, with the necessity of maintaining security protocols due to the building's occupancy during construction. Contractors must adhere to federal safety requirements and submit various documentation for approval, including project schedules and existing condition photographs. Work must comply with established regulations on safety, utility interruptions, and existing infrastructure preservation. The document serves as a guide for contractors to ensure compliance with government standards and efficient execution of the renovation project, reflective of the rigorous oversight typical in government RFPs and grants. Overall, it emphasizes the importance of safety, quality control, and adherence to procedures throughout the project's duration.
    The document outlines the specifications for the renovation of Restroom and Office facilities in Building 822 at the Minneapolis Air Reserve Station, identified as Project 25-0011. The project includes both demolition and new construction plans, emphasizing contractor responsibilities for verification of existing conditions, adherence to safety protocols in controlled areas, and proper handling of asbestos materials. Detailed plans include demolition of existing restroom fixtures and flooring, alongside installation of new plumbing and finishes, while ensuring compliance with accessibility standards. Key tasks include the installation of updated lavatories, water closets, and ADA-compliant fixtures, along with new flooring and wall treatments. Electrical work is also specified, requiring both demolition and installation of circuits per code. The renovation aims to enhance functionality and safety, reflecting a commitment to modernizing military facilities while adhering to appropriate regulatory standards. The comprehensive plans illustrate the project's scope and the necessary procedural guidelines for the execution of work in a sensitive government environment.
    The document outlines the submittal requirements for the Sustain Restroom and Office project (B822) as part of a federal construction initiative. It includes a structured submittal register that specifies various categories such as Preconstruction Submittals, Product Data, Test Reports, and Closeout Submittals. Key submissions include plans for accident prevention, contractor quality control, construction waste management, and warranty management. The document also specifies types of materials and installations, including specifications for gypsum board, resilient flooring, and toilet enclosures. Detailed dates for contractor actions and approvals are referenced, ensuring compliance with federal procedures. The file emphasizes the importance of adherence to safety standards and regulations, as well as efficient project scheduling. Additionally, it indicates vital documentation for quality control and project transparency throughout the construction process. The structured approach highlights the procedural rigor necessary in government RFPs, grants, and project management, ensuring all stakeholder requirements are met before project completion.
    The document contains General Decision Number MN20250053, effective from February 7, 2025, detailing wage rates and classifications for building construction projects in Hennepin County, Minnesota, pursuant to the Davis-Bacon Act. It outlines minimum wage requirements, classifications for various construction roles, and identifies mechanisms for contractors to seek adjustments to wage determinations based on either union or state-adopted rates. Additionally, it emphasizes the inclusion of worker protections under Executive Order provisions related to paid sick leave, applicable to federal contracts awarded since January 1, 2017.
    The government solicitation FA663325Q0006 seeks bids for the remodeling of restrooms in Building 822 at the Minneapolis Air Reserve Station. The contractor is required to provide all necessary professional services, permits, supervision, labor, materials, and equipment as outlined in the Statement of Work and associated specifications. Bids must be submitted in sealed format by May 30, 2025, with a mandatory performance period of 120 days from the notice to proceed. The solicitation stipulates that contractors must furnish performance and payment bonds if required. A site visit is scheduled for May 8, 2025, which necessitates prior clearance for facility access. The contract will follow a firm fixed-price arrangement, ensuring compliance with numerous federal regulations and insurance requirements. This solicitation illustrates the government's commitment to maintaining infrastructure within military facilities while adhering to stringent standards for construction and safety.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Tinker AFB MAC BOA - WWYK190048 - Repair Restrooms and Janitors Closet, B1055
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals from qualified contractors holding a Multiple Award Contract (MAC) at Tinker Air Force Base (AFB) for the renovation of restrooms and a janitor's closet in Building 1055. The project, identified as WWYK190048, involves comprehensive repairs including the replacement of underground utilities, installation of ADA-compliant fixtures, and enhancements to ventilation systems, all while ensuring the facility remains operational during construction. Interested contractors must RSVP for an initial site visit scheduled for December 17, 2025, and are required to submit their proposals following the release of the Request for Proposal (RFP), which is currently in draft form. For further inquiries, contractors can contact Isaac Demmers at isaac.demmers@us.af.mil or Tamra Torres at tamra.torres@us.af.mil.
    Gull Lake Self-Contained Flush Vault Restroom
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is planning to solicit bids for the Gull Lake Self-Contained Flush Vault Restroom project in Brainerd, Minnesota. This project entails the removal and disposal of an existing vault toilet building and the installation of a new prefabricated, pre-cast concrete, self-contained flush vault restroom along with its associated vault. The contract, which is set aside for small businesses, is valued between $250,000 and $500,000 and will be awarded as a firm fixed-price contract through an Invitation for Bid (IFB) process. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Roberta L. Just at roberta.l.just@usace.army.mil or 651-290-5375 for further information.
    Dorm 742 Renovation
    Dept Of Defense
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    Repair AMSA / ECS - Arden Hills Army Reserve Center, Minnesota
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify small business concerns interested in a Design/Build project for the repair of the Area Maintenance Support Activity/Equipment Concentration Site (AMSA/ECS) vehicle maintenance facility at the Arden Hills Army Reserve Center in Minnesota. The project aims to repair failing facility components, extend the facility's economic life by 25 years, and modernize the maintenance capabilities for Army Reserve units, with an estimated contract duration of 900 calendar days and a cost range between $25 million and $100 million. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must respond by December 16, 2025, at 2:00 PM EST, providing necessary documentation and experience related to similar projects. For further inquiries, contact Adam Brooks at adam.m.brooks@usace.army.mil.
    ZMP Multiple Power Panels Replacement
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking small businesses to replace multiple power panels at the Minneapolis Air Route Traffic Control Center located in Farmington, Minnesota. This project involves the replacement of outdated power panelboards and related electrical infrastructure, with a total estimated contract value under $100,000. The selected contractor will be responsible for providing all necessary labor, materials, and supervision, adhering to FAA specifications, local codes, and safety standards, while ensuring minimal disruption to the facility's 24/7 operations. Interested contractors must submit their proposals electronically and are encouraged to contact Joshua Espinosa at joshua.j.espinosa@faa.gov or 404-305-5799 for further details, with a site visit scheduled for December 17, 2025, requiring prior registration for attendance.
    Y1AA--656-20-130 Repair Building 50 Basement Kitchen 656-26-2-3204-0002
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 23, is issuing a presolicitation notice for the project titled "Repair Building 50 Basement Kitchen" at the Saint Cloud VA Health Care System in Minnesota. This project, designated as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, involves comprehensive remodeling of the existing Dish room and Tray Service Line, addressing critical failures in Architectural, Mechanical, Electrical, Plumbing (MEP), and Heating Ventilating and Air Conditioning (HVAC) systems. The scope includes replacing deteriorating finishes and implementing construction in two phases, impacting approximately 6,000 square feet of space, while ensuring minimal disruption to ongoing operations. The Invitation for Bid (IFB) is expected to be released around November 14, 2025, with a construction budget estimated between $2,000,000 and $5,000,000. Interested bidders must be registered and certified in the Veteran Small Business Certification database and can direct inquiries to Contract Specialist Daniel Dobler at daniel.dobler@va.gov or by phone at 651-293-3015.
    Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is preparing to solicit a design-build contract for the renovation of the 1st floor of the Fountain City Service Base Office Building in Wisconsin. The project entails comprehensive design and construction services, including engineering, development of plans and specifications, and the creation of final As-Built/Record Drawings, with an estimated contract value between $1 million and $5 million. This renovation is crucial for enhancing the operational capabilities of the Mississippi River Project Office, and the solicitation is expected to be issued in late December 2025 or early January 2026, with contract awards anticipated by September 30, 2026. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Scott E. Hendrix or Kenneth Eshom for further information.
    Z--PIPE - REHAB VISITOR CENTER RESTROOMS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting quotations for the rehabilitation of restrooms at the Visitor Center of Pipestone National Monument in Minnesota. The project aims to renovate the existing facilities to meet accessibility standards by converting them into two single-user restrooms, involving demolition, carpentry, plumbing, electrical work, and installation of new finishes and HVAC systems. This initiative is crucial for enhancing visitor experience and ensuring compliance with the Architectural Barriers Act. Interested small businesses must acknowledge receipt of the solicitation amendments by November 17, 2025, and are encouraged to attend a site visit on December 3, 2025. For further inquiries, contractors can contact Joseph Kirk at josephkirk@nps.gov or 605-574-0510, with an estimated project value between $100,000 and $250,000.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing asphalt-shingle roof systems and the installation of new roofing on six Missile Alert Facilities, including the replacement of shingles, underlayment, ice and water shields, gutters, soffit, fascia, and the repair of dormer decking. This procurement is critical for maintaining the structural integrity and functionality of the facilities, ensuring they remain operational for defense purposes. A firm-fixed-price contract valued between $500,000 and $1,000,000 will be awarded, with proposals expected to be available by December 15, 2025, and closing around January 20, 2026. Interested contractors must be registered in SAM and can contact Branden Lawson at branden.lawson@us.af.mil or 406-731-4353 for further details.
    PNQS 09-4491 Repair Dining Facility Bldg. 668, Maxwell AFB, AL (Solicitation Amendment 0002)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Dining Facility Building 668 at Maxwell Air Force Base in Montgomery, Alabama. This project involves comprehensive renovations, including hazardous material abatement, interior alterations, and the installation of new systems, with a total estimated contract value between $5,000,000 and $10,000,000. The work is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and must be completed within 640 calendar days, divided into procurement and construction phases. Interested contractors should direct inquiries to SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or Marc Engel at marc.engel@us.af.mil, and proposals are due by December 15, 2025.