This is a PRE-SOLICITATION NOTICE. This notice is issued for planning purposes only. It is not a Request for Quotes (RFQ), Invitation for Bid (IFB) or Request for Proposal (RFP). This notice does not obligate the Government to make any contractual action. As a part of the Fargo-Moorhead Metro Flood Risk Management Project, the U.S. Army Corps of Engineers ? St. Paul District will be requesting proposals from contractors to prepare the site and pour three concrete foundations for historic structures to be placed on at the Pioneer Village site at the Western Minnesota Steam Threshers Reunion grounds (WMSTR) near Rollag, MN (officially Hawley, MN). The contractor will be responsible for moving the Bernhardson Farmhouse intact from its current location in Moorhead, MN to the Rollag site and placing it on the foundation. The other foundations will be used to reassemble historic cabins under another contract action. The Bernhardson Farmhouse is a 2-story rectangular wood-frame structure built in 1874, measuring 28? 4? x 20? 10?, with a pitched roof that is 26? 5? at center. It is currently located at 13689 3rd St South, Moorhead, MN. The address for the WMSTR site is 27512 102nd Ave S, Hawley, MN. Both locations are private property. The most direct route is 32.4 miles according to Google Maps, but this may encounter obstacles. The Contractor will be responsible for final site preparation, grading and seeding.Of special consideration is that no work may take place at the destination (WMSTR) site and the site must be clear of equipment and hazards to the satisfaction of the local sponsor for the full week preceding and the week following Labor Day weekend 2026, due to the annual Western Minnesota Steam Threshers Reunion. The Bernhardson Farmhouse must be moved from its Moorhead location by the end of the 2026 construction season. Final site restoration and seeding may take place in 2027. The U.S. Army Corps of Engineers is anticipating using a Request for Proposal (RFP) solicitation for this project. Offerors will likely be requested to submit a detailed project timeline, a summary of recent and relevant experience of the entity performing the intact structure move, past performance references, and a separate price proposal. The North American Industry Classification System (NAICS) code for this project is 238990, All Other Specialty Trade Contractors. The Small Business Administration (SBA) size standard for this NAICS is $19,000,000. The PSC for this project is Z2JZ ? Repair or Alteration of Miscellaneous Buildings.It is anticipated that this contract will be solicited as a 100% small business set-aside. The estimated magnitude of construction is between $1,000,000 and $5,000,000. The contractor will be required to furnish Performance and Payment Bonds within 10 days of contract award.