Opportunity
SAM #934CONF260002
USAF Seeks Architectural Design Services for Emergency Repairs to Building 710, Minneapolis Air Reserve Station
Buyer
934th Airlift Wing
Posted
April 08, 2026
Respond By
April 22, 2026
Identifier
934CONF260002
NAICS
541310, 541330, 541350, 238290, 238210, 238220
The U.S. Air Force Reserve Command, through the 934th Airlift Wing at Minneapolis Air Reserve Station, is seeking qualified firms to provide architectural and engineering design services for emergency repairs to Building 710. - Government Buyer: - U.S. Air Force Reserve Command, 934th Airlift Wing, 934th Civil Engineering Squadron - Scope of Work: - Professional architectural and engineering design services (Title I Type A & B, Title II) - Site investigation, field surveys, and preparation of reports - Development of construction drawings, specifications, and cost estimates - Inspection, monitoring, and evaluation of construction activities - Products/Services Requested: - Roof replacement with ethylene propylene diene monomer (EDPM) roofing system - Interior renovations: carpet, wall painting, acoustic ceiling tile replacement - First and second floor renovations: restroom expansion, shower/locker space, new training and communications rooms, SIPR Room, breakroom - Fire alarm and mass notification system replacement - HVAC system replacement (hydronic heating/cooling, new boilers, air-cooled chiller; A2L refrigerants not permitted) - Building automation system upgrade to Niagara Framework v4.X or higher, with smart electric meter - Electrical evaluation and rewiring (including CAT6 and wireless access points) - Parking lot repairs (asphalt resurfacing, restriping) - Demolition of adjacent buildings (B802 and B727) - Unique/Notable Requirements: - Compliance with Unified Facilities Criteria and Air Force standards - Niagara Framework v4.X or higher required for building automation - Direct-expansion refrigerant systems using A2L refrigerants are not allowed - Design phase duration: 193 calendar days with multiple design review milestones - Estimated Project Value: $250,000 to $500,000 - Place of Performance: Minneapolis Air Reserve Station, Minneapolis, MN - **No specific OEMs or part numbers are referenced in the solicitation.
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 an “Architect Design Service” for Repair Emergency Services, Building 710.
Project Number: QJKL 25-0014
Under Sources Sought #934CONF-26-0002 we are 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 541310 “Architectural Services” with the corresponding size standard of $12.5 Million.
DESCRIPTION OF WORK:
Contractor shall Provide professional design services (Title I Type A, Title I Type B and Title II Services) all supervision, labor, materials and equipment necessary to fully meet all requirements of the Statement of Work (SOW), SOW Drawings and all other Contract Documents related to and/or titled: “REPAIR EMERGENCY SERVICES B710” at the Minneapolis Air Reserve Station, Minneapolis, Minnesota. To determine potential eligibility, see attached the Statement of Work (SOW)
BACKGROUND:
B710 was previously utilized by the 27th Aerial Port Squadron. The building was constructed in 1984 with an addition added in 1989. Electronic PDF and AutoCAD drawings are available. The Designer of Record (DOR) shall investigate the site, develop drawings and specifications per Paragraph 1.03, submit design analysis and provide cost estimates. Title II services shall be provided by the DOR and awarded at a later date.
Magnitude of the design project is between $250,000 and $500,000.
SUBMISSION DETAILS: Vendors who wish to respond to the sources sought should send responses via email NLT 22 April 2026, 3:00pm Central Standard Time to Karen Gillen at karen.gillen@us.af.mil and 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, business title, phone 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 its 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.
Attachment(s):
Statement of Work (SOW)