Skip to content
Department of Defense

B710 Architect Design Repair Emergency Services

Solicitation: 934CONF260002
Notice ID: e1091db358ca4e53b78f2a4b60835666
TypeSources SoughtNAICS 541310DepartmentDepartment of DefenseAgencyDept Of The Air ForceStateMNPostedApr 08, 2026, 12:00 AM UTCDueApr 22, 2026, 08:00 PM UTCCloses in 14 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: MN. Response deadline: Apr 22, 2026. Industry: NAICS 541310.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: 934CONF260002. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541310 (last 12 months), benchmarked to sector 54.

12-month awarded value
$133,417,376
Sector total $5,891,976,226,424 • Share 0.0%
Live
Median
$3,000,000
P10–P90
$659,991$3,000,000
Volatility
Volatile78%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+23026%($132,268,534)
Deal sizing
$3,000,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MN
Live POP
Place of performance
Minneapolis, Minnesota • 55450 United States
State: MN
Contracting office
Minneapolis, MN • 55450-2100 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MN20260072 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Minnesota • McLeod
Rate
ARTICULATED HAULER
Base $41.73Fringe $22.85
Rate
ASBESTOS ABATEMENT WORKER
Base $41.23Fringe $25.99
+55 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 55 more rate previews.
Davis-BaconBest fitstate match
MN20260072 (Rev 0)
Open WD
Published Jan 02, 2026Minnesota • McLeod
Rate
ARTICULATED HAULER
Base $41.73Fringe $22.85
Rate
ASBESTOS ABATEMENT WORKER
Base $41.23Fringe $25.99
Rate
BOILERMAKER
Base $48.35Fringe $31.93
+54 more occupation rates in this WD
Davis-Baconstate match
MN20260044 (Rev 0)
Open WD
Published Jan 02, 2026Minnesota • Crow Wing
Rate
ASBESTOS ABATEMENT WORKER
Base $36.23Fringe $22.26
Rate
BOILERMAKER
Base $41.39Fringe $28.82
Rate
BOOM TRUCK
Base $18.82Fringe $4.57
+53 more occupation rates in this WD
Davis-Baconstate match
MN20260029 (Rev 0)
Open WD
Published Jan 02, 2026Minnesota • Becker
Rate
ASBESTOS ABATEMENT WORKER
Base $36.23Fringe $22.26
Rate
BLASTER
Base $17.50Fringe $1.85
Rate
BOILERMAKER
Base $46.00Fringe $31.93
+51 more occupation rates in this WD
Davis-Baconstate match
MN20260042 (Rev 0)
Open WD
Published Jan 02, 2026Minnesota • Cook
Rate
ASBESTOS ABATEMENT WORKER
Base $39.58Fringe $24.94
Rate
BOILERMAKER
Base $48.35Fringe $31.93
Rate
BRICKLAYER
Base $45.27Fringe $31.79
+44 more occupation rates in this WD

Point of Contact

Name
Karen Gillen
Email
karen.gillen@us.af.mil
Phone
6127131427
Name
Chin Dahlquist
Email
chin.dahlquist.1@us.af.mil
Phone
6127131426

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE RESERVE COMMAND
Office
FA6633 934 AW PK
Contracting Office Address
Minneapolis, MN
55450-2100 USA

More in NAICS 541310

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):

  1. Statement of Work (SOW)

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.