SOURCES SOUGHT
Z -- Design and Build Repair Facade and Roof B707
- Notice Date
- 12/10/2025 7:49:03 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FA6633 934 AW PK MINNEAPOLIS MN 55450-2100 USA
- ZIP Code
- 55450-2100
- Solicitation Number
- 934CONF-26-0001
- Response Due
- 1/6/2026 1:00:00 PM
- Archive Date
- 01/21/2026
- Point of Contact
- Chin Kuk Dahlquist, Phone: 6127131426, ANTHONY MISENOR, Phone: 6127131432, Fax: 6127131425
- E-Mail Address
-
chin_kuk.dahlquist.1@us.af.mil, Anthony.Misenor.1@us.af.mil
(chin_kuk.dahlquist.1@us.af.mil, Anthony.Misenor.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The United States Air Force (USAF), Air Force Reserve Command (AFRC) at the 934th Minneapolis Air Reserve Station, MN is currently conducting market research and seeking sources to provide a �Design-Build� construction project for Repair Fa�ade and Roof, Building 707. Project Number: QJKL 24-0014 This Sources Sought 934CONF-26-0001 is requesting responses to the following criteria that can provide the required services. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 236220 is �Commercial and Institutional Building Construction� with the corresponding size standard of $45.0 Million. DESCRIPTION OF WORK: Contractor shall obtain professional design services (Title I Type A, Title I Type B and Title II Services), provide all supervision, labor, materials and equipment necessary to fully meet all requirements within the Statement of Work, Front-end Specifications, SOW Drawings and all other Contract Documents related to and/or titled: �REPAIR FA�ADE AND ROOF B707� at the Minneapolis Air Reserve Station, Minneapolis Minnesota. B707 Lodging is a 299-room hotel. It was constructed in three-phases from 2001-2005. Electronic PDF and AutoCAD drawings are available. Title II services shall be provided by the DOR. BACKGROUND: B707 Lodging is a 299-room hotel. It was constructed in three-phases from 2001-2005. Electronic PDF and AutoCAD drawings are available. The roof needs replacement, including skylights that are leaking, and multiple fa�ade elements have failed or need repairs to prevent failure. Interior repairs include repairing damage from the leaking skylights, sheetrock repairs in high traffic areas, carpet replacement, fire alarm and sprinkler updates to the elevators, and parking lot repairs. Magnitude of construction is between $1,000,000 and $5,000,000. Set-Aside: Determination has been made to set-aside this procurement for an 100% Small Business Set-aside Contract Type & Period of Performance: The contract type is anticipated to be a Firm-Fixed Type contract type. The resultant order will have a Base bid and six Option bid totallying of 405 days PoP (Period of Performance). SUBMISSION DETAILS: Vendors who wish to respond to these sources sought should send responses via email NLT 5 January 2026, 3:00pm Central Standard Time to Chin Dahlquist at chin.dahlquist.1@us.af.mil. Interested vendors should submit a brief capabilities statement (5-pages max) demonstrating the ability to perform the required services. Submissions must include: Business name and address Name of company representative, their business title and email address Type of Business CAGE Code and UEI This documentation must address at a minimum the following items: What type of work has your company performed in the past in support of the same or similar requirement? What specific technical skills does your company possess which ensure capability to perform the services? DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTES/PROPOSALS. It does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract because of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Responses will not be returned to the responder. Not responding to this notice does not preclude participation in any future solicitation, if any issued. If a solicitation is released, it will be synopsized on the Government-Wide Point of Entry (GPE) at www.sam.gov. It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/cb0241524afe447db096a9849b824b41/view)
- Place of Performance
- Address: Minneapolis, MN 55450, USA
- Zip Code: 55450
- Country: USA
- Zip Code: 55450
- Record
- SN07662541-F 20251212/251210230041 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |