Similar Projects
Range Tower Stair Replacement
Renovation
Bidding
$950,000 CJ est. value
Little Falls, MN 56345

Slab on Grade Repair and Trench Drain Replacement, Building 11-076, Camp Ripley
Infrastructure
Bidding
$65,000 CJ est. value
Little Falls, MN 56345

Area 9 Battalion Headquarters Transient Training Building
New Construction
Post-Bid
$1,500,000 est. value
Little Falls, MN

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Post-Bid
$1,500,000 CJ est. value
Seattle, WA 98174

National Guard Readiness Center
New Construction
Results
$17,399,809 est. value
Luverne, MN 56156

Area 5 Battalion Headquarters
New Construction - 7,100 SF
Results
Little Falls, MN

P143 Intelligence Center
Addition, Demolition, Build-out, Renovation, Infrastructure - 4,850 SF
Post-Bid
$15,000,000 CJ est. value
Minneapolis, MN 55450

Mission Support Group Facility
New Construction - 22,564 SF
Results
$10,000,000 to $25,000,000 est. value
Minneapolis, MN

Joint Reserve Intelligence Center
Addition
Post-Bid
Minneapolis, MN

Area 5 Dining Facilities - Buildings 5-042 and 5-041
New Construction - 8,500 SF
Results
Little Falls, MN

EHRM Infrastructure Upgrades Construction Minneapolis
Renovation
Post-Bid
$50,000,000 CJ est. value
Minneapolis, MN 55417

Renovation of the Fergus Falls MN National Guard Armory
Renovation - 36,000 SF
Results
$4,438,499 est. value
Fergus Falls, MN 56537

EHRM Infrastructure Upgrades Construction
Renovation
Post-Bid
$20,000,000 CJ est. value
Saint Cloud, MN 56303

Pokegama Log Pavilion Replacement
Renovation
Results
$100,000 to $250,000 est. value
Grand Rapids, MN 55744

Repair Interior Building 631
Renovation
Post-Bid
$1,000,000 CJ est. value
Saint Paul, MN 55111

Last Updated 09/13/2022 05:06 PM
Project Title

RFQ Contractor - QJKL 18-0024/934CONF0001 Repair Community Center

Physical Address View project details and contacts
City, State (County) Minneapolis, MN 55450   (Hennepin County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Competitive Bids
Project Status Conceptual Design, Request for Qualifications, Construction start expected September 2022
Bids Due View project details and contacts
Estimated Value $5,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

As of September 13, 2022, project has been awarded. Award has not been released yet. No firm timeline has been established for the bidding. *The previous solicitation is listed below for reference Project Title: Repair Community Activity Center, 934th Minneapolis Air Reserve Station, Minneapolis, Minnesota. Project Number: QJKL 18-0024/934CONF0001 The United States Air Force (USAF), Air Force Test Center (AFTC) at the 934th Minneapolis Air Reserve Station, MN is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman- Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business that are capable of providing construction services for Repair the Community Activity Center B807. NOTICE TO OFFEROR(S)/SUPPLIER(S): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. All interested vendors shall submit a response demonstrating their capability to Repair the Community Activity Center primary and alternate point of contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 236220 Commercial Building Construction, with a size standard of $39.5M. Work to be included in this project consists of: DESCRIPTION OF WORK: Contractor shall provide all supervision, labor, materials and equipment necessary to fully meet all requirements of the Statement of Work, Construction Specifications, Construction Drawings and all other Contract Documents related to and/or titled: "Repair Community Activity Center (CAC), Building 807, QJKL 18-0024" at the Minneapolis Air Reserve Station, Minneapolis Minnesota. The purpose of this project is to repair the facility back to working order. The work includes demolition, renovation and incidental related work. Trades for this project include, but not limited to, Mechanical, Electrical, Structural, and Fire. BACKGROUND: On 2 January 2018, the heat to Building 807 failed resulting in the facility freezing. The fire sprinkler piping was damaged along with most of the domestic water lines. Through inspection, fire suppression lines throughout the building have frozen and compromised the integrity of the entire system. Half of the building is not able to be used due to damage and the other side has been minimally repaired for operation. The main fire suppression system is currently not operational. Domestic waterlines were also affected by this freeze. Make-up air unit for the kitchen is inoperable and causes an overly of negative pressure in the kitchen area. This results in infiltration through the attic space and drives further risk of frozen pipes. Last facility renovation was in 1994. The magnitude of construction is between $1,000,000 and $5,000,000. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set- aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set- aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 15% for general construction and 25% for construction by special trade contractors as defined in FAR Clause 52.219-14. Any information submitted by respondents to this Sources Sought is voluntary. This Sources Sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement by providing past performance documentation specifically related to plumbing, heating, and air-conditioning, and that 236220 NAICS code is your company's primary code. Respondents should provide at a minimum two (2) past projects where the main discipline was repair with some renovation as well as maintenance on existing mechanical and power systems. Responses must not exceed 15 pages. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. All correspondence sent via email shall contain a subject line that reads QJKL 18-0024, Repair Community Activity Center (CAC), Building 807. If this subject line is not included, the e-mail may not get through e-mail filters. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf type files are included in your submittal. RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) 16 June 2021. Direct all questions concerning this requirement in writing to the email addresses listed above. All firms should be certified in the System for Award Management (SAM) located at https://www.sam.gov/ NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT NOTICE The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents