
Clandestine Laboratory, Training and Research Center, Department of Justice DEA, in Quantico, Virginia
A General Contractor Serving Washington, DC Metropolitan Area Since 1951
BID SCHEDULE AS OF THURSDAY 11/30/2023
Bid Date | Project | Location | Estimate |
12/7/2023 | NAVFAC Washington AOR Small Business Set-Aside IDIQ MACC for General Const, NAVFAC AOR DC, MD, VA | SEED: Building 9 Modernize East Entrance, Common Areas, and Patient Relations Suite, WRNNMC | $2-15 Million |
2:00P | NAVFAC Washington (N4008023R0022 Amnd. 6) | ConstructConnect: 1006937365 | |
This MACC will encompass a wide range of DB and DBB projects that include, but are not limited to, new construction, demolition, repair, alteration, and renovation of buildings systems and infrastructure. Types of facilities may include, but not limited to, administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, airfields, hangers, roads, etc. Lead or asbestos abatement may be required. Work in explosive facilities may be required. The selected contractor(s) will be responsible for all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the drawings and specifications provided for each individual project. It is anticipated that approximately eight (8) contracts will be awarded as a result of this potential solicitation unless more or less than eight (8) is determined to be the best value to the government by the Source Selection Authority. Projects awarded on this MACC will have an estimated construction cost of approximately $2,000,000 to $15,000,000; however, smaller and larger dollar value projects may be considered at the discretion of the Contracting Officer. The resulting contracts will have an aggregate capacity of $750 Million and will include 2-year base ordering period, plus two (2) 3-year ordering period options. SEED PROJECT: Building 9 Modernize East Entrance, Common Areas, and Patient Relations Suite at Walter Reed National Military Medical Center (WRNMMC), Bethesda, MD; Est. Range is $10-25 Million. SOW: This project is a design-bid-build requirement and Renovation project to modernize the Building 9 East Entrance, Common Areas, and Patient Relations areas. | |||
12/11/2023 | GSA FY24 Construction Services/Design-Build Services IDIQ, Multiple Federal Buildings within the NCR | SEED PROJ: Retaining Wall Const Replacement, Wash Nat'l Records Center (WRNC) Suitland, MD | $1-5 Million |
4:00P | GSA (47PM0123R0023 Amnd. 4) | ConstructConnect: | |
SOW for SEED PROJECT: GSA has a need to replace the existing retaining wall at the rear loading dock of the Washington National Records Center, with a new system built to withstand the heavy truck traffic leading to the upper loading dock. The project is for construction services only, as the design was completed and approved by MTFA in 2022. Info' for IDIQ Contract:The total estimated construction cost over the five (5) year contract period shall not exceed $500,000,000. It is anticipated that multiple contracts will be awarded to contractors within the metropolitan area. Those vendors obtaining an award will be expected to complete the traditional IDIQ general contractor duties. GSA anticipates awarding up to 15 contracts. Each contract awarded will contain a guaranteed minimum amount for the base period to be identified in the solicitation. A single task order award could potentially range from $2,000 to $15,000,000. Performance of Work by the Contractor: Interested firms must be able to perform 12% of the work with its own organization, in accordance with FAR 52.236-1 titled "Performance of Work by the Contractor." The procurement will include a wide range of construction projects over the period of performance. The government intends to include three delivery methods within the resulting contracts. The anticipated delivery methods are as follows: Method 1 DBB Design-Bid-Build (Construction) - 100% design documents will be provided to the contractor. Contractors submit a firm fixed price. Method 2 DB Design-Build - Scope of work (no design docs) will be provided to the contractors. Scope of work drives design concept. Contractors submit a firm fixed price. Method 3 DB Design-Build - 100% design documents, or design intent documents (DID), will be provided to the contractors. Scope of work and design docs drive design concept. Contractors submit a firm fixed price. Primarily, task orders will consist of repair/alteration and tenant finish projects for the GSA and other government agencies in occupied federally owned or leased buildings. A typical task order could contain some or all of the following: modifications to architectural components and related electrical systems associated with, but not limited to ceilings, walls, floors (including access floor systems), roofing systems, millwork and wall covering. Work may also include modifications and replacement of mechanical systems to include, but not be limited to: air handling units, chillers, boilers, ductwork systems and accessories, piping systems (including pumps), HVAC system controls, fire protection sprinkler systems and accessories, and plumbing equipment/accessories. In addition, scope may also include work on electrical systems including, but not be limited to lighting systems, primary and secondary power distribution systems, and transformers. Special competencies will be required for any work involving membrane roofing, asbestos abatement, PCB removal and/or elevator work. Interested parties shall be capable of providing the services associated with the aforementioned competencies. | |||
Medical Research Development Command (MRDC) Two Phase DB and Construction IDIQ for DHA | Medical Research Development Command (MRDC) SS posted 4/13/23, Special Notice 11/27/23 | ||
US Army COE Mobile District (W9127823R0062 Amnd. 0) | ConstructConnect: | ||
The Mobile Regional Contracting Center proposes to utilize a diverse mix of contractors via Multiple Award Task Order Contracts (MATOCs). The Mobile District plans to solicit offers for a MATOC with a total capacity of $99 Million to meet the DHA D/B construction workload. The target is set for three of the ten awards to be reserved for Small Businesses. This will be a 5 year ordering period; Range of projects $500K-$5 Million. The intent of the design-build construction contracts are to provide quick response for performing repair and minor construction relating, but not limited, to the architectural, mechanical, electrical, instrumentation, security and safety areas of military healthcare and research laboratory facilities in a cost-effective manner. Work will vary from site to site and will require extensive knowledge of the functional operation of medical facilities, including equipment, facility support systems, and building structures. Since the facilities will typically be in full operation, the contractor will be required to minimize interference with the daily operation of the facilities and will be required to implement infection control processes and to comply with Joint Commission requirements for construction work in occupied medical facilities. Certain facilities may require compliance with American Association for Accreditation of Laboratory Animal Care (AAALAC). Work may range from reconfiguration of a single room or repair of a single utility system component to renovation of a hospital wing to include both repair of failed and failing systems and components, and minor construction of new systems and components. Key personnel, to include on-site supervisors, are required to hold an American Society of Healthcare Engineering construction certificate. For the purpose of this procurement an active medical facility is defined as a full functional facility with patients. The following are the places of performance for the subject requirement: • MRDC – Natick, MA; Fort Rucker, AL; Forest Glenn, Maryland, Aberdeen Proving Ground (APG), MD; Fort Detrick, MD, Silver Spring, and Dover AFB, DE | |||
NPS National Capital Region Construction MATOC | Region 1 NCR of the National Park Service in Virginia, West Virginia, Maryland, and DC | ||
Dept of the Interior, NPS (140P3023R0006 Amnd. 0) | ConstructConnect: | ||
Location for all services under this MATOC will be in the Region 1 NCR in the National Capital Area of the National Park Service in the states of Virginia, West Virginia, Maryland, and the District of Columbia. PERIOD OF PERFORMANCE: The MATOC/IDIQ contract performance and subsequent Task Order (TO) ordering period will be two years from contract award. Three initial individual seed projects will be included in the solicitation and awarded as initial Task Orders (TO) from the MATOC contract. The estimated to total MATOC contract value is 49,999,000.00. The minimum and maximum values for a single task order are $2,000 and $5,000,000 respectively. The maximum value for all task order awards under awarded under the solicitation will not exceed $49,999,000.00 million over the life of the contract. The minimum guaranteed order for each contract is one (1) task order valued at $2,000. The overall ceiling amount for all contracts is $49,999,000.00 million. General construction services, to include but not be limited to: construction services to repair or rehabilitate historic and non-historic structures in addition to a minimum amount of new construction for project types inclusion of Site Utilities (water, sewer, gas, electric, communications), Site Improvements (trail, fence, grading, concrete work, landscaping), Water & Wastewater, Roadway (bike, roadway, signage, striping), Fire & Safety, Building exterior, Building interior, HVAC, Electrical, Plumbing (MEP), Sustainability (energy efficiency, renewables). The project examples are to include: renovations of historic and non-historic maintenance shops, visitor centers, fee stations, and other buildings; upgrades to electrical, water and sewer systems and facilities; rehabilitation and installation of fire suppression systems and safety systems; parking lot and road paving, HVAC replacement; roof replacement; and water, sewer and gas tank construction. Common trades which may be needed include carpentry, plumbing, electrical, general labor, general grading, mechanical, power equipment operations, heavy equipment, concrete work, asphalt and paving, roofing, painters, energy systems, renewable energy system, control systems, operation & maintenance work, remediation and abatement services, demolition services and/or any trades identified in the Construction Wage (Davis-Bacon) Determination and other trades common to the construction and service industries for facilities, infrastructure, roads and site work. | |||
AFICA East Repair Fuel Tanks at McConnell AFB, KS and Grand Forks AFB, ND DRAFT | McConnell AFB, KS and Grand Forks AFB, ND | $5-10 Million | |
Dept of the AF (FA8903--23-F-XXXX Amnd. 0) | ConstructConnect: | ||
The Contractor shall provide two crews for this task order, one crew per location. NOTE: Only one tank may be taken out of service at a time per fuel farm area for repairs unless otherwise authorized with the base fuels team. The Contractor shall repair deficiencies at fuel tanks and facilities listed in Table 1. The API 653 report and repair scope are provided for bidding purposes. The repair scope contains the only repairs that have been approved by DLA and stakeholders and may differ from the API 653 report. The contractor shall repair only the deficiencies specified in this SOW. The Contractor shall provide shop drawings to the level of effort indicated (Appendix A, 4.0 Repair Requirements for Specific Tanks), for repairs or new construction, for the deficiencies. The Contractor shall provide all incidentals required to complete the shop drawings for repairs needed for complete and usable facilities. | |||
AFICA East DFSP Newington NH Pipeline Demolition, Defense Fuel Support Point (DFSP) | Newton, New Hampshire | $5-10 Million | |
Dept of the AF (FA8903-23-R-0130 Amnd. 0) | ConstructConnect: | ||
The Air Force Civil Engineer Center (AFCEC) and the 772 Enterprise Sourcing Squadron (772ESS) on behalf of the Defense Logisitics Agency (DLA) is providing an opportunity to all prospective offerors for a pre-solicitation site visit for the Demolition of 1.25 miles of Pipeline between the DFSP Newington and Pease Air National Guard (ANG) NH. | |||
Subs & Vendors
All projects are available in our plan room for review.
Fax your bid to 301-881-4938 or call 301-881-5120 for further information.
Let us know below which jobs you will quote: