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 MONDAY 6/30/2025

Bid Date Project Location Estimate
7/8/2025 Huntsville MRR VII MATOC D/B Renovate Patient Movement Items (PMI) Warehouse, Phase 2 Malcolm Grow Medical Clinic, Building 3417, 779th Medical Group, Joint Base Andrews, MD $1-5 Million
12:00P Dept of the Army Huntsville District (MRR-2025-002508 Amnd. 4) ConstructConnect:
The intent of this project is to renovate the interior/exterior of Bldg. 3417 to meet the PMI mission requirements and relocate the existing PMI operations from Bldg 1054 to Bldg 3417. The renovation shall meet all current codes, regulations, and standards, including Joint Base Andrews Design and Construction Guidelines. the Government is open and willing to consider "innovative" solutions that meet current UFC guidelines.
7/8/2025 Huntsville MRR VII MATOC D/B Misc Sprinkler Head (RP2500147) & Mechanical Repairs Walter Reed Bldgs 3, 5, 9A, 10 and 55 at Walter Reed National Military Medical Center $1-5 Million
12:00P Dept of the Army Huntsville District (MRR-2025-003020 Amnd. 0) ConstructConnect:
The Defense Health Agency has identified the requirement for MISC Mechanical & Fire Sprinkler Head Repairs / Renewal work, at Walter Reed Medical Center for Building(s) 3, 5, 9A, 10, and 55. This equipment and associated equipment/systems must be replaced with new equipment sized to meet the environmental requirements of the spaces served. The Government is considering a single “turnkey,” performance-based project in the facility, that may include minor maintenance and system adjustments, along with small repairs encountered during equipment and component installation. The government is open and willing to consider any “outside-the-box” solutions to problems with proper justification. The project consists of ten (10) TASKs. TASK 1 is to provide a complete work plan design package. TASK 2 is the listed Fire Sprinkler Head(s) replacement and Task 3 through 10 are the miscellaneous mechanical system renewal work seen in this scope of work that serve critical patient care and admin spaces. These systems have passed their life expectancy and require replacement located in Buildings #3, #5, #9A, #10, and #55.
7/9/2025 Huntsville MRR VII MATOCU D/B Replace the BAS and 10 AHUs Multiple Buildings at Walter Reed BAS Bldgs 9, 10, 9A, 19, 63, 14, 51, 85T, 84T and Replace Building 10 Air Handlers >$10 Million
12:00P Dept of the Army Huntsville District (MRR-2025-003084 Amnd. 0) ConstructConnect:
The intent of this project is to provide full turnkey design/build replacement of the listed Air Handler Units (AHU) and the Building Automation System (BAS). Defense Health Agency recognizes that these air handler’s / AHU’s #8, #9, #1, #2, #4, and #6, at Walter Reed Medical Center, Building-10, and the Building Automation system (BAS) for Building(s) 9, 10, 9A, 19, 63, 14, 51, 85T, and 84T is failing or failed and needs replacement. This equipment and associated equipment/systems must be replaced with new equipment, sized to meet the environmental requirements of the spaces they serve. The Government is considering a single “turnkey,” performance-based project in the facility, that may include minor maintenance and system adjustments, along with small repairs encountered during equipment and component installation. The government is open and willing to consider any “outside-the-box” solutions to problems with proper justification. The project consists of seven (7) TASKs. TASK 0001 is to provide a complete design package for the replacement items. TASK 2 is the Building Automation System (BAS) replacement, and TASK 3 thru 7 are the physical listed air handlers replacement and in this scope of work that serve the critical patient care and admin spaces. The BAS and AHUs have passed their life expectancy and require replacement located in Building(s) 9, 10, 9A, 19, 63, 14, 51, 85T, and 84T at Walter Reed Medical Center. For tasks 3 through 7, no more than one AHU can be replaced at a given time and sequence of AHU replacement shall be coordinated with facility management.
7/9/2025 NIH ORF MACC D/B AHU Coils Bldg 10 Bethesda, MD $5-10 Million
2:00P NIH (C115997/C116508 Amnd. 3) ConstructConnect:
C115997 – CRC Patient AHU Preheat Coil and Piping Replacement (Sectors B, F, & H) C116508 – CRC Patient AHU Cooling Coil Replacement LOCATION OF WORK: Clinical Research Center (CRC), Bethesda, Maryland This project consists of providing design and construction services to furnish and install new preheat coils in the air handling units (AHUs) listed in Enclosures 7.1, and new cooling coils in the air handling units (AHUs) in Enclosures 7.2. See Attachment 8 for the SOW.
7/9/2025 Huntsville FRR VI MATOCU FY25 D/B NDU Life Safety Upgrades at Marshall Hall Bldg 62 Ft. McNair Wash DC $5-10 Million
4:00P Dept of the Army Huntsville District (PANHES-25-P-0000 002956 Amnd. 0) ConstructConnect:
Contractor shall provide all labor, materials, and equipment for repair or upgrade/replace existing Fire Alarm Systems (FAS), Mass Notification Systems (MNS), and fire sprinkler system for Building 62 located at the National Defense University (NDU), Ft. McNair, Washington D.C. Contractor shall complete all work according to all applicable codes, laws and guidelines as modified by any federal, state, or local jurisdictional authority. All work will follow applicable Fire Safety, Seismic, Accessibility codes and requirements. This effort includes but not limited to all necessary life safety, and fire protection efforts as described. Existing Fire Alarm System shall remain active throughout the new FAS installation time period. After successful acceptance testing and approval by the Authority Having Jurisdiction (AHJ), the existing FAS may be disarmed, demolished, and removed, provided the new initiating and signaling devices are mounted and functional. The materials and equipment furnished shall have been tested by Underwriters Laboratories or Factory Mutual and listed for the intended use as installed. Government-provided drawings are for reference only and shall not be used as the primary construction set of plans. It is the responsibility of the contractor to verify all on site dimensions, sizes, quantities, and conditions prior to submitting a proposal. Anything mentioned in the statement of work and not shown on the drawings or shown on the drawings and not mentioned in the statement of objectives, shall be of like effect as if shown or mentioned in both. If devices are no longer necessary, demolish/remove existing fire alarm/suppression system and devices. Remove all circuit conductors that are accessible. Remove all accessible raceways which will not be re-used. The Contractor's efforts shall comply with specifications and requirements referenced herein. The project requirements and technical criteria cited within this SOW establishes the minimum standards for construction quality.
7/10/2025 Construct Vehicle Barriers at PS7, VIF N/S, Cx 41, Kennedy Space Center, FL KSCC 18-1525, Canaveral Air Station, Patrick Space Force Base, FL 32925 $500,000-1 Million
10:00A US Air Force Space System Command (FA252125B0005 Amnd. 5) ConstructConnect:
This acquisition is for a firm-fixed-price construction contract for the contractor to provide all materials, labor, and equipment to provide antiterrorism barriers at the VIF N/S, Complex 14, and Pump Station 7 via bollards and cable fence barriers. Work will include providing foundation and steel design for the bollards and cable fence barriers which will be located on or near roadways and railways.
7/10/2025 FBI GMACC IDIQ Phase I National Capital Region, Redstone Arsenal; and Outside the United States missions (OUS)
3:00P FBI Redstone Arsenal AL (15F06725R0000020 Amnd. 2) ConstructConnect:
The purpose of this solicitation is to award multiple IDIQ contracts for anticipated construction needs over the next five years. Named the Global Multiple Award Construction Contract (GMACC) program, the FBI has an ongoing requirement for a wide range of construction including but not limited to general construction, new construction, real property demolition and repairs, retrofit/renovation of complete building systems, site work, site utilities, and roadways. The type of real property includes but is not limited to operations buildings, hangars, commercial buildings and their mechanical and electrical systems, administrative offices, training centers, data centers, and firing ranges. Project delivery methods include, but are not limited to, Design-Build (DB), Design-Bid-Build (DBB), and Progressive Design-Build (PDB). Due to the nature of these construction methods, a combination of General Contractor and Architectural/Engineering (A/E) services are expected over the life of the program. Performance location is categorized by region between the National Capital Region (Washington, D.C, Quantico, VA, and Clarksburg, WV); Redstone Arsenal, AL; other sites across the domestic United States; and/or foreign overseas locations as needed. The total IDIQ ceiling across all contracts and all regions is $600 million. The individual task order limit is $18 million. Notwithstanding any use of the GMACC by other agencies, across all regions the FBI anticipates approximately 7 possible projects between $10M and $18M in individual value, and 42 possible projects between $750K to $9.99M in individual value. Multiple Award IDIQ Contract Regional Pool Structure: GMACC Region 1 will be a total small business set-aside with the primary areas of responsibility being the National Capital Region (NCR), which includes Washington, DC, Quantico, VA, and Clarksburg, WV. GMACC Region 2 will be a total small business set-aside with the area of responsibility being Redstone Arsenal, AL. Miscellaneous FBI and Department of Justice (DOJ) projects across the continental US (CONUS) may be solicited to GMACC Region 1 and Region 2 contract holders. GMACC Region 3 will be a full and open competition with the area of responsibility being legal attaché (LEGAT) requirements outside the United States (OUS). The FBI anticipates a majority of projects over the course of the GMACC to be located in the NCR. These requirements will primarily consist of Embassy/Consulate renovation, secure vault construction, maximum demolition, and work in Controlled Access Area (CAA) space.
8/8/2025 Huntsville MRR VII MATOCU DB B-9 Replace/Repair Steam System (RP2500419), Heating System (RP2500420) Domestic Water Heater (RP2500421), and Ventilation System (RP2500418) WRNMMC, Bethesda, MD >$10 Million
12:00P Dept of the Army Huntsville District (MRR-2025-003209 Amnd. 0) ConstructConnect:
The intent of this project is to provide full turnkey design/build replacement of the listed plumbing, heating, and ventilation systems at Walter Reed National Medical Center (WRNMMC), Building 9. The Defense Health Agency recognizes that these various plumbing, heating and ventilation systems need to be repaired by replacement. This equipment and associated equipment/systems must be replaced with new equipment sized to meet the environmental requirements of the spaces served. Within Building 9, there are select areas incurring steam leaks which are to be rectified in this project, which is repaired aspects associated with this project. The project consists of multiple TASKS.
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.
AOC MACC 2020 Modernization of Elevators at the US Capitol Police HQ and the Off-Site Facility US Capitol Police HQ and the Off-Site Facility $4-7 Million
AOC (1 Amnd. 0) ConstructConnect:
Replace in kind four (4) elevators, two (2) of these elevators are in USCP HQ Building, the other two (2) are at the Offsite Facility. Demolition and provision and installation of new four elevators as per construction documents drawings and specifications. • The scope includes the following CLINS: o CLIN 001 USCP Headquarters; o CLIN 002 Off-Site Facility (OSF) Based on previous studies, the two existing US Capitol Police headquarter elevators need to be renovated and the Code analyzed and thereby upgraded to meet current Code and standards, Two of the existing Off-Site Facility elevators are past their service life and need to be replaced to address safety, security and operation concerns. Scope of Work includes selection demolition of existing elevators as per construction documents, the work shall be performed at two sites. Currently, the construction documents are being updated to issue one consolidated IFC set.
AOC MACC 2020 US Capitol Power Plant G Tunnel Upgrade Washington, DC $4-6 Million
AOC (AOCACB25R Amnd. 0) ConstructConnect:
This project is for the US Capitol Power Plant G- Tunnel upgrades to the expansion joints on high-pressure steam and low-pressure condensate lines. The G Tunnel was installed in the 1950’s to extend chilled water and steam services to the facilities on Capitol Hill. The G-Tunnel has had a series of improvements and renovations since 2006. The scope includes the following CLINS: The Base: -Selective demolition of existing mechanical expansion joints including pipe, structural supports and appurtenances to remove the existing G tunnel expansion joints on high-pressure steam and low-pressure condensate lines between Stations 0+00 and 6+50. -Replacement of G tunnel expansion joints and structural supports between Stations0+00 and 6+50 to allow for thermal expansion in the pipe. Expansion joint sizes include4”, 8”, and 10” externally pressurized bellows assemblies. -Demolition, including the pipe and appurtenances to remove the entirety of the existing G tunnel high-pressure condensate system between Stations 0+00 and approximately3+25. -Installation of a new high-pressure condensate system between Stations 0+00 and approximately 3+25. -Replacement of existing steam traps and addition of new steam traps between 0+00 and6+50. -Selective demolition, including pipe, pipe supports and appurtenances to remove segments of the existing G tunnel high-pressure steam lines in order to install a main steam line crossover to allow operation from either main to each branch between Stations 0+00 and 0+50.

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: