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 4/25/2024

Bid Date Project Location Estimate
5/2/2024 Dover SB MACC D/B Demolish Engine Storage Facility Hangar 716 2nd Street, Dover AFB, DE19902 $1-5 Million
12:00P Dover AFB (FA449724MR010 Amnd. 0) ConstructConnect:
1.4 DETAILED SCOPE 1.4.1. Site survey a) Contractor shall perform a ground penetrating radar (GPR) survey of the site (see Attachment 1- Site Plan) to identify the location of utilities serving the building, inservice utilities traversing the site, abandoned utilities on site and abandoned debris including but not limited to concrete footings or foundations. Pothole to confirm the exact location, depth and material of utilities or debris. b) Contractor shall sample any additional material presumed to be asbestos containing material (ACM) not sampled in attachment 2. Note: Any abandoned transite water lines or high temperature hot water lines identified below ground on site may be considered presumed asbestos containing material (PACM), and need not be sampled, to the extent they are removed as ACM. c) Perform sampling for Lead Based Paint (LBP), Lead Containing Surface Coatings (LCSC), Cadmium or Chromium as required for worker health and safety. 1.4.2. Building demolition a) Contractor shall remove and properly dispose of ACM and PACM. b) Contractor shall provide for worker health and safety through engineering controls or remediation of LBP, LCSC, Cadmium or Chromium. c) Contractor shall shut off, disconnect, and cap utilities serving the building. a. Natural gas shall be capped off within 5’ of 2nd Street. b. Potable and non-potable fire suppression water serving the building shall be valved off and capped as required by Tidewater Utilities. c. Com equipment will be removed, and fiber pulled back by the Com Squadron under separate contract. The contractor is to demo any remaining equipment and cables and conduit. d) Contractor shall protect stormwater utilities on site and 2 monitoring wells located on the northeast side of the building. e) Contractor shall demolish the entire building including the concrete slab, foundation, 2 gas fire heaters including foundations and door tracks on the south side of the building. f) Contractor shall demolish utilities serving the building, abandoned utilities and/or debris identified in 1.4.1 a) on site. g) Contractor shall sawcut asphalt between east and west driveways serving the building along 2nd Street (~175’) to form a straight edge for 2nd street and remove 4 asphalt driveways on-site. h) Contractor to demo asphalt and concrete sidewalks on-site. i) Contractor shall recycle and dispose of all salvageable materials and unsalvageable debris off-base. 1.4.3. Site Restoration a) Contractor to remove all concrete, asphalt, stones and other debris on site 2” or greater in any dimension. b) Contractor shall backfill all excavations on site with Del DOT C Borrow and compact to 95% density in 6” lifts. c) Grade site to provide positive drainage to existing storm drainage. d) Install post and cable barrier along the parking apron on the south side of the building connecting existing post and cable barriers (~300’, see Attachment 1). e) Topsoil, mulch, fertilize, lime and seed or sod the site. f) Provide established grass and 3 mowing’s in accordance with Dover AFB Design Guide.
5/3/2024 AOC MACC 2020 5kV Gear Replacement & Pumping Upgrades, RPR, Phase VI Capitol Power Plant, 25 E Street SE, Washington, D.C > $10 Million
5:00P AOC (AOCACB24R0056 Amnd. 4) ConstructConnect:
General scope of work: Briefly and without force and effect upon the contract documents, the work of the Contract can be summarized as follows: [revitalization of the West Refrigeration Plant (WRP) to include, but not limited to, the following general major elements: 1. Replacement of the condenser water pumps (CWP) in the WRP Basement and First Floor. New CWPs controlled by medium-voltage variable frequency drives (VFDs). 2. Installation of secondary chilled water pumps (SCHWPs) in the WRP Basement Level. New SCHWPs controlled by medium-voltage variable frequency drives (VFDs). 3. Provide replacement of the 4.16 kV WRP Switchgear in the First Floor Electrical Room. New 4.16 kV Switchgear to include integration into AOC’s existing SCADA system. 4. Construction of a new Equipment Room on the First Floor located below the existing Control Room area. Equipment Room will include redundant air handling units. 5. Removal of miscellaneous mechanical and electrical equipment located within the WRP Stairwells.
5/6/2024 Dover SB MACC Hangar 706 Replace Boilers Dover AFB, DE 19902 $1-5 Million
12:00P Dover AFB (FA449723MR009 Amnd. 0) ConstructConnect:
REPLACE H706 HVAC BOILER (i) The facility shall remain operational during the performance of the entire project. Contractor shall provide a temporary gas-fired boiler to maintain facility operations during swap out of existing boilers. Temporary boiler capacity shall match heat exchanger requirements, to be verified by contractor. (ii) Demo and remove existing HVAC boilers in mech room of Hangar 706 to include boiler mounting pads and piping to nearest shutoff valve. Only one boiler to be removed and replaced at a time, as operations in hangar must continue during work. (iii) Design and install two HVAC gas-fired condensing boiler arrays, each consisting of two 5000 MBH boilers (total 10000 MBH per array) to include mounting pads. Boilers are to operate in a cascading lead-lag configuration and controls must be compatible with and integrated into the base’s Trane BACNet control system in accordance with Dover AFB Installation Facility Standard located at http://www.wbdg.org/ffc/af-afcec/installation-facilities-standards-ifs/dover-afb-ifs (iv) Provide all plumbing to connect new boiler arrays to existing HVAC heating loops and connect gas lines to new boilers. Plumbing must be installed such that each boiler can be isolated in the event of failure and array will continue operation. Insulate all plumbing in accordance with applicable UFCs/specifications. (v) Test and balance the new boiler system to ensure that AHUs in the hangar provide required setpoint temperatures and that proper temperature is provided to wash water heat exchanger. (vi) Shop drawings and material submittals for boilers shall be submitted at the same time. Drawings and submittal must be approved by the government prior to mobilization.
5/6/2024 CENTRAL REGION DB MATOC for Healthcare and Medical Research Lab Facilities in support of DHA States of Arkansas, Iowa,KS, Louisiana,Minnesota,Missouri,NE, North Dakota,Oklahoma,South Dakota, TX $5-10 Million
2:00P US Army COE Mobile District (W9127822R0015 Amnd. 6) ConstructConnect:
This is a competitive, design-build, construction solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for healthcare and medical research facility repair and minor construction in support of the Defense Health Agency’s (DHA) major medical centers, clinics, and laboratories throughout the United States Central Region (Arkansas, Iowa, Kansas, Louisiana, Minnesota, Missouri, Nebraska, North Dakota, Oklahoma, South Dakota, and Texas). The Central Region MATOC pool will consist of an Unrestricted pool with a Small Business (SB) reserve under North American Industry Classification System (NAICS) code 236220. The subject procurement will support projects only in the states designated as the Central Region. It is the intent of the Government to establish one (1) IDIQ MATOC pool of contractors that will compete for firm fixed-price task orders. The Offerors selected for the MATOC pool will be required to furnish all plant, labor supervision, tools, materials equipment, design and other items necessary to perform general renovation, repair, and new construction requirements. The MATOC will be used to support military installations in the Central Region of the United States. 1.2 The term of this contract is for five (5) years from date of contract award. The total contract capacity for the entire pool is $249 million over the life of the contracts. The guaranteed minimum payment is $5,000 per contract. Firm Fixed-Price task orders will be issued against the contracts.
5/8/2024 Dover SB MACC DB Generators for Runway ILS Localizer, Glideslope B135 and RW 01/19, Dover AFB DE 19902 $1-5 Million
3:00P Dover AFB (FA449724MR007 Amnd. 0) ConstructConnect:
The contractor shall provide the following as overall requirements: removal of step-up transformer and current switchgear at B135, replacement of switchgear and updated connections, removal of 6x transformers and manual switches (at each localizer, SFL and glide slope power center), 4x installation of new transformers and automatic transfer switches at each localizer and glide slope power center, and installation of a feeder from each localizer panel to the corresponding SFL. The contractor is responsible for providing all electrical supplies and equipment to support the items identified in the SOW. The contractor will also be responsible for the demolition and disposal of all listed devices as well as any associated conduit, wire, and supporting structures not intended for reuse. The government shall have final approval on all systems and components prior to installation. The contractor is responsible for ensuring all designs and construction comply with the most stringent of federal, state, and local code and regulations and this statement of work.
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.
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
IDIQ SB MACC Roofing and Renov of Various Facilities at Public Works Departments and NAVFAC Wash AOR NAVFAC Washington Area of Responsibility PreSolic 3/21/24
NAVFAC Washington (N4008024R2401 Amnd. 0) ConstructConnect:
This contract(s) will require the ability to manage multiple service task orders concurrently across the identified AOR. 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/or renovation of roofing or roofing materials (and may include minor general construction scope such as architectural, structural, mechanical or electrical items). Task Orders may include, but not limited to, removal and reinstallation of existing roof mounted equipment and enclosures, “cut-out” demolition and installation of framing and curbing for new, and/or replaced equipment, “patching-in” around new equipment, secure and disconnect electrical, gas, refrigeration, steam and condensate and other process services in conjunction with “remove and reinstall” or “install new” equipment during accomplishment roofing work, roofing demolition and debris handling and disposal, installation of new roofing, scheduled repair of existing roofs, emergency roof repair, repair or replacement of roof drains, connector piping, drain pans, gutters and leaders, parapet wall treatments, flashing, cap treatments, repair or replacement of roof decking materials, repair, replacement or installation of permanent fall protection, access ladders, access and smoke hatches, roof expansion joints, and roof work which potentially involves asbestos containing material and/or lead containing material handling, abatement and disposal, as well as interior dust and debris containment and protection in accordance with applicable federal, state, and local safety and health regulations. Types of facilities may include, but not limited to, administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, airfields, hangars, etc.

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: