Search Contract Opportunities

Presolicitation - Repair AMSA / ECS - Arden Hills Army Reserve Center, Minnesota   2

ID: W912QR26RA035 • Type: Presolicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue an Invitation for Bid (IFB), Solicitation No. W912QR26RA035, for Repair AMSA / ECS - Arden Hills Army Reserve Center, Minnesota. A description of the construction project is as follows:

This project is a Design/Build project that will include:
Repairing a failing, 31,658 SF Area Maintenance Support Activity/Equipment Concentration Site (AMSA/ECS) vehicle maintenance facility at the Arden Hills Army Reserve Center (ARC) at Arden Hills, MN. This project will repair failing facility components, extend the economic life of the facility by 25 years and provide a modern maintenance facility that enables readiness for the Army Reserve units stationed there. Other methods of meeting this requirement were analyzed, to include building demolition and new construction, but were deemed non-viable due to the cost of repair vs. the cost of demolition and new construction. Building components and systems to be repaired include the Heating, Ventilation, and Air Conditioning (HVAC), electrical distribution, fire alarm and suppression systems, ceilings, windows, doors, floor coverings, interior reconfiguration, and interior finishes. Project includes retrofit installation of new 10T crane with 20' hook height and raising overall building roof to accommodate new crane hook height. The project will also repair the exterior facade and finishes. All hazardous materials (HAZMAT) removed as part of the demolition will be disposed of following all state and federal guidelines.

Contract duration is estimated at 900 calendar days. The estimated cost range is between $25,000,000 and $100,000,000.

TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price(FFP) contract. The North American Industrial Classification System Code(NAICS) for this effort 236220. The Business Size Standard is $45M.

TYPE OF SET-ASIDE: This acquisition will be an unrestricted procurement.

SELECTION PROCESS: This is a Design/Build procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. Past performance and technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Prime Contractor Past Performance, Technical Factor(s) such as management plan, and Price and Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are considered approximately equal to cost or price.

DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest.

CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $25 million and $100 million in accordance with DFARS 236.204.

ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 20 March 2026. Details regarding Optional Site Visits will be included in the solicitation. Actual dates, times, and base access information will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to sam.gov.

SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at sam.gov website, https://sam.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the.sam.gov website at https://sam.gov.Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation.

REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database:

System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible fora Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.

POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Adam Brooks, at Adam.M.Brooks@usace.army.mil. Responses to this synopsis are not required.

This announcement serves as the Advance Notice for this project.

Overview

Response Deadline
March 18, 2026, 12:00 p.m. EDT Due in 13 Days
Posted
March 3, 2026, 10:49 a.m. EST
Set Aside
None
Place of Performance
Arden Hills, MN United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
$25,000,000 - $100,000,000 (value based on agency estimated range)
Odds of Award
79%
On 3/3/26 USACE Louisville District issued Presolicitation W912QR26RA035 for Presolicitation - Repair AMSA / ECS - Arden Hills Army Reserve Center, Minnesota due 3/18/26. The opportunity was issued full & open with NAICS 236220 and PSC Z2JZ.
Primary Contact
Name
Adam Brooks   Profile
Phone
None

Documents

Posted documents for Presolicitation W912QR26RA035

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W912QR26RA035

Incumbent or Similar Awards

Contracts Similar to Presolicitation W912QR26RA035

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912QR26RA035

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912QR26RA035

Experts for Presolicitation - Repair AMSA / ECS - Arden Hills Army Reserve Center, Minnesota

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > LRD > US ARMY ENGINEER DISTRICT LOUISVILL
FPDS Organization Code
2100-W912QR
Source Organization Code
100221425
Last Updated
March 3, 2026
Last Updated By
adam.m.brooks@usace.army.mil
Archive Date
April 2, 2026