
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 SATURDAY 4/1/2023
Bid Date | Project | Location | Estimate |
4/3/2023 | WHS MAIDIQ TMDL R217A South Secure Parking | Arlington, VA | $5-10 Million |
10:00A | Washington Headquarters Services (TOR HQ003423R0062 Amnd. 2) | CMD: | Ddg: |
Project titled R217A South Secure Parking as shown on drawings. The project includes three (3) Bioretention Facilities and two (2) Tree Boxes to treat the surface runoff to maximize the pollutant load reduction and safely convey discharge downstream. The Bioretention areas include S1, S2 and S3 and also include expansion and restriping of parking lots. All work must be performed at off peak hours after 6 p.m. and all work cleared and opened for vehicle and pedestrian traffic by 5 a.m. | |||
4/7/2023 | WHS MAIDIQ TMDL R217E Old East Loading Dock, Pentagon | Arlington, VA | $1-5 Million |
3:00P | WHS (TOR HQ003423R0077 Amnd. 1) | CMD: | Ddg: |
The Old East Loading Dock (OELD), formerly known as Corner 9-10, currently houses the temporary K-9 building and parking for Pentagon Force Protection Agency (PFPA) personnel. The area is used for parking equipment storage and has a former generator pad next to an existing retaining wall. There is no stormwater management facility to treat this area, so the site drains to a low point into a grate. The grate is damaged and covered with metal plate, and not functioning as intended. There are multiple grate inlets that are damaged around the site. The work includes the demolition of the existing K-9 building along with underground septic tank and generator pad area, and conversion of this area into Managed Turf and incidental related work. The work also includes the provision and installation of a Bioretention Facility with Level 2 design. To treat the surface runoff for maximization of the pollutant load reduction and safely convey the discharge from the OELD downstream and other work as needed. | |||
4/11/2023 | DB Veterinary Treatment Facility Replacement at Fort Belvoir, VA - Phase I | Ft. Belvoir, VA | $25-100 Million |
11:00A | Dept of the Army Baltimore District (W912DR23R0005 Amnd. 1) | CMD: | Ddg: |
Phase I submissions will be reviewed and a maximum of five (5) of the most highly qualified proposals will be invited to submit Phase II proposals. Bid bonds are not required to be submitted until Phase II submissions. Veterinary Treatment Facility Replacement, Fort Belvoir, Virginia - This project is to construct a replacement Veterinary Treatment Facility and Food Inspection Facility supporting Military Working Dogs (MWD) and Government Owned Animals (GOAs), and covered exercise area. Supporting facilities include utilities, site improvements, parking, signage, antiterrorism/force protection measures, and environmental protection measures. The existing veterinary facility will be demolished. The project will be designed in accordance with American Animal Hospital Association Guidelines, Unified Facilities Criteria (UFC) 4-510-01 Design: Military Medical Facilities, UFC 1-200-01 General Building Requirements, UFC 1- 200-02 High Performance and Sustainable Building Requirements, UFC 4-010-01 DoD Minimum Antiterrorism Standards for Buildings, UFC 4-010-06 Cybersecurity of Facility-Related Control Systems, barrier free design in accordance with Architectural Barriers Act (ABA) Accessibility Standard and DEPSECDEF Memorandum “Access for People with Disabilities” dated 10/31/2008, and MHS World Class principles per World Class Checklist Requirements. Operations and Maintenance Manuals, Comprehensive Interior Design, Design During Construction, and Enhanced Commissioning will be provided. | |||
4/11/2023 | DB-DBB MACC General Construction Services NSA Crane Indiana AOR and NOSCs W/I 450 Mile Radius | SEED: BLDG 3235 Battery Area Upgrades, Crane, Indiana | $1-5 Million |
2:00P | NAVFAC Mid-Atlantic (N4008523R2550 Amnd. 2) | CMD: | Ddg: |
This acquisition will result in the award of a Firm Fixed-Price (FFP), Design-Build (DB)/Design-Bid-Build (DBB), Indefinite-Delivery/Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) for facilities primarily at Naval Support Activity (NSA) Crane IN and Naval Operational Support Centers (NOSCs) within the Area of Responsibility (AOR) of a 450-mile radius of NSA Crane IN. Work may be required in other areas in the area of responsibility of NAVFAC Mid-Atlantic if deemed necessary. The Government intends to award approximately six (6) contracts resulting from this solicitation to the responsible Offerors whose proposals represent the best values after evaluation in accordance with the factors and their relative importance, unless more or less than six (6) is determined to be the best value to the government by the Source Selection Authority. 1.3.2 Projects to be performed under this MACC will require the ability to manage multiple task orders concurrently. This MACC will encompass minor Construction, renovation, and repairs at the Naval Support Activity (NSA) Crane, Indiana and the Glendora Test Facility, Sullivan, Indiana. Work in explosive facilities will be required and larger projects will be issued as either fully designed projects or design build project. There is a possibility that projects at remote Military Reserve Centers up to 450 miles from NSA Crane may be offered; however, a vast majority of the work will be performed at NSA Crane. 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. NSA Crane is located approximately 85 miles southwest of Indianapolis, Indiana, 100 miles northwest of Louisville, Kentucky, and 75 miles north of Evansville, Indiana. Due to the remote location, offerors are advised that the number of local subcontractors and suppliers is limited. The Contractor shall furnish all labor, supervision, management, materials, supplies, equipment, tools, and transportation to perform all work associated with various construction, renovation, or repair projects at assorted buildings and structures at NSA Crane, IN and the Glendora Test Facility, Sullivan, IN. The completion date for the IDIQ contracts is one (1) year from the date of contract award with four (4) one-year option periods, not to exceed 60 months. The total five-year (base and four one-year options) estimated construction cost for all contracts is not to exceed $95,000,000.00 for the life of the contract. Projects for the MACC have an estimated construction cost between $500,000.00 and $5,000,000.00; however, smaller and larger dollar value projects may be considered at the discretion of the Contracting Officer. The Government guarantees an award amount of $2,500.00 to each successful offeror. **The initial project (“seed project”) that will be awarded as the first task order concurrently with the basic contract is BLDG 3235 Battery Area Upgrades, Crane, Indiana.** The building is divided into Zones, 1, 2, and 3. Zone 1 consists of office and other related spaces. Zone 2 consists of nondestructive testing labs, storage rooms, and support spaces. Destructive testing occurs in Zone 3. Zone 3 has a total of 10 concrete test cells. Destructive testing occurs within these cells. These test cells have been designed to withstand sustained pressures ranging from 10 to 30 psig. The test cells are surrounded by occupied “runway areas that are used by personnel as workspace. In Zone 3, site personnel have witnessed gases from battery testing leaking from the supply and exhaust systems. This project replaces the process ventilation systems in Zone 3 to correct these deficiencies, replaces some HVAC systems and chilled water systems for Zones 2 and 3, replaces fire detection and suppression systems for Zones 1, 2 and 3, and includes structural modifications to the test cells in Zone 3 to accommodate process ventilation upgrades. | |||
4/11/2023 | NE Region MATOC D/B MRAR Building 5921 Vehicle Maintenance Shop - Transient | Joint Base McGuire-Dix-Lakehurst, NJ | $1-5 Million |
6:00P | U.S. Army Corps of Engineers - Louisville (W912QR-21810575A Amnd. 2) | CMD: | Ddg: |
This is a re-advertisement of initial requirement posted under Solicitation W912QR-21810575 (FY22 MRAR Building 5921 Vehicle Maintenance Shop at Joint Base McGuire-Dix- Lakehurst, NJ), which was originally published to SAM.gov on August 5, 2022. The objective of this solicitation is to obtain a facility in which the Using Units are able to effectively implement their Army Reserve support and training missions. These activities require sufficient space with up-to-date furnishings and equipment to support the Units’ full-time and Army Reserve personnel. The facility will consist of a repair to one building and associated site improvements, complete and adequate for assignment as an Army Reserve Vehicle Maintenance Shop. This project shall consist of the design and construction for alterations to existing Army Reserve Vehicle Maintenance Shop complete with required utilities, storm drainage, communications, electric, HVAC, fire protection/alarm systems, IDS, EMCS, force protection measures, paving, walks, curbs, parking, access roads, exterior lighting, site improvements, grading and landscaping on JBMDL installation. 1.1.3 Provide design for furniture and some equipment to be purchased and installed by the Government. | |||
4/14/2023 | NE Region MATOC D/B B20 Sewer Replacement & Bathroom Reno at DSCC Columbus, OH | DSCC Columbus, OH | $5-10 Million |
12:00P | US Army Corp of Engineers -Louisville District (W912QR-21860888 Amnd. 4) | CMD: | Ddg: |
4/17/2023 | Tobyhanna Army MATOC D/B Ramp and Canopy Upgrades | Tobyhanna Army Depot, PA | $1-3 Million |
3:30P | Tobyhanna Army Depot (W25G1V23R0015 Amnd. 1) | CMD: | Ddg: |
Canopy Locations: The work is located at various locations. 1) Building 3 bay 4 - West side of building @ Column 44 (Canopy to cover new Handicap ramp. See section 1.3). 2) Building 3 bay 2 - West side of building @ Column 18 3) Building 1B bay 3 - West side of building @ Column 38 4) Building 2 bay 3 - West side of building @ Column 52 (Canopy to cover existing Handicap ramp at base supply main entrance.) 5) Building 1B bay 4 - West side of building @ Column 19 The exact locations will be shown by the Contracting Officer's Representative. 1.2.2 Design Include designs for TYAD master specification section 01 33 16.00 99 DESIGN DATA (DESIGN AFTER AWARD) and 01 33 16.10 99 DESIGN SUBMISSION REQUIREMENTS MANUAL. For this task order only, contractor will be required to provide a 65%, 95%, 100% design drawing package according to 01 33 16.00 99 DESIGN DATA (DESIGN AFTER AWARD). All drawing packages shall be approved by Tobyhanna Army Depot prior to subsequent submission and/or construction. 1.2.3 Demolition a. Remove all concrete/masonry and asphalt (as needed) pertaining to canopy foundations. b. Remove and discard existing light steel framed truss system and a standing seam metal panel roof and soffit panels as needed to add new canopy. c. Remove existing precast concrete step units to include; railings, placement pads, and footings. d. Remove any EFIS that may become damaged or is in need of repairs since stair locations where removed. e. Remove and replace as needed all existing conflicts that will impact the new canopy placement. Impacts include but are not limited to electrical conduit, fire alarm devices, lights, HVAC and Plumbing vents, and existing to remain steel columns. 1.2.4 New Work a. Canopy coverings that extend from the existing high bay roof edge shall be slopped at an approximate 8:12 pitch over the canopies. b. Fascia moldings, trim detailing, and soffit coverings applied to the edges and underside of the new canopy will match the existing dock canopy material and shall be consistent in color. c. In areas where the new canopy system either alters or is added to the existing metal canopies, required structural support and foundation shall be provided for the new canopy installation. Provide miscellaneous concrete and bituminous pavement repairs at foundation excavations. d. Install like in kind concrete pre-cast step units to include; aluminum railing, understep concrete pad and any type of concrete or asphalt that may be needed to make stairs IBC compliant. e. Repair any face blocks that are damaged in the locations of stairs and handicap ramp. f. Replace any EFIS on buildings edges where concrete stairs footprint can be seen, after replacement set new step units along side new EFIS finish. g. Existing mechanical piping, exhaust ductwork and fans, along with piped vents shall be extended through the new metal canopy structure. Upper flat roof rain water gutters shall be removed, and downspouts terminated, to permit rain water flow directly to grade. h. Restore EFIS as needed. | |||
4/18/2023 | Hampton Roads SB MACC NEXCOM Food and Retail Concessions, Building V-60, Naval Station Norfolk | Naval Station Norfolk, VA | $1-5 Million |
2:00P | Navy Mid-Atlantic (N4008523R2659 Amnd. 0) | CMD: | Ddg: |
The project includes a 4,500 net SF Food & Retail Concessions facility and associated site work. Two separate turn-key food concession vendors will occupy 2,000 SF and 3,500 SF. The two food vendor spaces will be constructed to the level of an unfinished retail "White Box" (exposed metal stud walls, utility stubs, floor slab omitted at areas as indicated, no mechanical distribution, no FF&E, no finished ceiling), and incidental related work at Naval Station Norfolk, Norfolk, VA. | |||
4/21/2023 | NH95 Fire Protection Repairs Naval Support Activity Hampton Roads | NSA Hampton Roads, Norfolk, VA | $25-100 Million |
2:00P | NAVFAC Mid-Atlantic (N4008523R2565 Amnd. 3) | CMD: | Ddg: |
The project will include fire protection repairs and construction to OPS Center Building NH-95. Some of the infrastructure within NH-95 is out of date while a section of the north end of the building does not have any fire protection. The fire alarm panel requires upgrades as it is currently not connected to the buildings new mass notification system. In general, the project includes, but is not limited to, the following - Replace existing sprinkler heads throughout older sections of NH95 to include finish repairs. Repair/replace standpipes, risers and pump systems. In un-sprinkled areas provide sprinkler system or other fire suppression systems to include making repairs to substrates and finishes. Repair fire detection system and provide a detection system, link Giant Voice to system annunciation, providing panels and software. All repairs must include testing and monitoring. | |||
4/24/2023 | Army Nationwide MEDCOM Replace 3 Condenser Water Pumps B1132 - Luke AFB, AZ | 56 Medical Group, Luke AFB, AZ | $100,000-250,000 |
11:59P | US Army COE Mobile District (MEM-23-0027 Amnd. 0) | CMD: | Ddg: |
The objective of this project is for the Contractor to provide all labor, materials and equipment necessary to replace three condenser pumps to the cooling towers at 56 Medical group, Luke AFB, Arizona in accordance with all Federal, State, and Installation codes and laws. This work is intended to improve the environment of care, to provide facility compliance with current regulations and standards, and to meet the safety requirements of current health standards. | |||
4/26/2023 | Hampton Roads SB MACC Replace Damaged Elect Conduit and Junction Boxes, Bldg. 930 | Joint Expeditionary Base Little Creek-Fort Story, Virginia Beach, VA 23459-8616 | $250,000-500,000 |
2:00P | Navy Mid-Atlantic (N4008523R2661 Amnd. 0) | CMD: | Ddg: |
The Contractor shall provide supervision, labor, material and equipment required to perform all work for the following project: Repair Conduit and boxes. All work shall be done in a manner to provide a complete, usable and finished end product. See paragraph “7. WORK REQUIREMENTS” for an expanded and detailed scope of work. | |||
4/27/2023 | NAVFAC Large Projects MACC, NAVFAC Washington Area of Responsibility | SEED Project: P-3002 Hazardous Cargo Pad Joint Base Andrews | $25-100 Million |
2:00P | NAVFAC Washington (N4008023R0020 Amnd. 3) | CMD: 1006709340 | Ddg: |
This contract(s) will require the ability to manage multiple 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 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. Construction of United States Government certified secure facilities that meet the Intelligence Community Directive #705 (ICD 705) 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. This MACC will be solicited with a seed project. The seed project for this MACC is the P5001 Joint Air Defense Operations Center Phase II that will be located at Joint Base Anacostia Bolling, Washington, D.C. The project provides the facility space required to sustain operational and mission systems housed in the JADOC I Building. This two-story building (JADOC II Building) will consist of 27,007 SF. The spaces provided in the JADOC II Building include technical training rooms; planning room; Controlled Space and Top Secret space; ground-based air defense systems and related electronic, laser and optical equipment maintenance; test and integration space; secure climate controlled equipment and spares storage for systems located throughout the National Capital Region; office and administrative space for assigned and rotational personnel; arms vault and arms maintenance shop; strengthened roof area for mounting mission equipment; and a diverse communications route. Special Construction Requirements include Controlled Space in accordance with Intelligence Community Directive/Intelligence Community Standard 705. In accordance with FAR 36.204 and DFARS 236.204, the magnitude of construction for P5001 is between $10,000,000 and $25,000,000. No more than six (6) contracts will be awarded as a result of this potential solicitation. The duration of the contract(s) will be for one (1) year from the date of contract award with six (6) one-year option periods, and a 6-month extension. The total 90-month (base, six one-year options, and 6-month extension) estimated construction cost for all contracts will not exceed $975,000,000 for the life of the contract. Projects awarded on this MACC will have an estimated construction cost of approximately $15,000,000 to $100,000,000; however, smaller and larger dollar value projects may be considered. Firms shall demonstrate a minimum bonding capacity per project of at least $100,000,000 and an aggregate bonding capacity of $125,000,000. | |||
5/2/2023 | INSCOM Secure Admin/Ops Facility Phase 4 Nolan Bldg Renov Ft. Belvoir, VA | Ft. Belvoir, VA | $25-100 Million |
11:00A | US Army COE Baltimore (W912DR23R0013 Amnd. 3) | CMD: 1006316789 | Ddg: |
The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit for and award construction services for the renovation of the Nolan Building at Fort Belvoir, VA. Proposed project will be a competitive, firm-fixed price contract procured in accordance with FAR 15, Contracting by Negotiations, under a Design-Bid--Build Best-Value Tradeoff Process. The basic objective of this project is as follows: Comprehensive renovation of the existing Nolan Building. Systems to be repaired include the roofing, heating, ventilation, and air conditioning (HVAC); electrical distribution; water distribution, wastewater collection, fire alarm and suppression systems, ceilings, windows and doors, floor coverings, interior partitions, and interior and exterior finishes. Hazardous materials (HAZMAT) were identified in a survey, Asbestos containing materials (ACM) found or exposed will be abated and other HAZMAT will be addressed by this project. | |||
AOC MACC 2020 DB Fire Alarm and Audibility Upgrade at the James Madison Memorial Building | James Madison Memorial Building Library Of Congress, Wash DC | ||
AOC (PN LC09016 Amnd. 0) | CMD: | Ddg: | |
Base Bid: Phase 1: Phase 1 shall include all infrastructure, network components, user interfaces and associated programming for the entire building. Phase 1 shall also include the replacement of all floor devices and appliances on Sub-Basement, Basement, Ground, First and Second Floors as indicated on the drawings. The end of Phase 1 shall provide a completely operational fire alarm and emergency voice notification system through the noted floors via the notifier system with required connections to the existing autocall system to support the remaining floor. Autocall components on the Sub-Basement through Second Floors shall be demolished to the extent possible while maintaining the remaining floors operations. Option I: Phase 2 (Subject to the availability of funds): Phase 2 shall include the replacement of all floor devices and appliances on the Third, Fourth, Fifth, Sixth and Seventh Floors as indicated on the drawings. The end of Phase 2 shall have the entire building served by the notifier system. All remaining autocall components shall be demolished. | |||
Hampton Roads AOR SB DB, DBB IDIQ for General Construction; SEED Proj P702 | SEED Project P702 Submarine Logistics Support Facility, Norfolk, VA | $10-25 Million | |
NAVFAC Mid-Atlantic (N4008523R2562 Amnd. 0) | CMD: | Ddg: | |
Construction projects to be performed under this MACC will require the ability to manage multiple task orders concurrently across the Hampton Roads AO. This MACC will encompass a wide range of design-build and design-bid-build projects that include, but are not limited to, new construction, demolition, repair, alteration, and renovation of buildings, systems and infrastructure and may include site, civil, architectural, structural, mechanical, electrical, fire protection, cyber security and communication systems. Types of facilities may include, but are not limited to, administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, lodging, medical, training areas/ranges, roads, et cetera. Incidental work with specialty trades includes removal and disposal of asbestos or lead contaminated materials. The Hampton Roads AOR includes the following locations: Naval Air Station Oceana and Dam Neck Annex, Joint Expeditionary Base Little Creek-Fort Story, NASA Wallops Island, Naval Station Norfolk, Naval Support Activity (NSA) Hampton Roads, Norfolk Naval Shipyard, Naval Weapons Station Yorktown and Cheatham Annex, and Naval Support Group Activity Sugar Grove. Work may be required in other areas in the area of responsibility of NAVFAC Mid-Atlantic if deemed necessary. The Government intends to award no more than eight (8) contracts resulting from this solicitation to the responsible Offerors whose proposals represent the best value after evaluation in accordance with the factors in the solicitation. This solicitation will result in a competitively negotiated firm fixed-price IDIQ MACC. The aggregate value of all contracts awarded from any resultant solicitation is anticipated to be $575,000,000 over the base year and four option periods combined, not to exceed 60 months. Task orders will be firm fixed-priced, normally in the range of $150,000 to $15,000,000 per order. However, task orders under or over these amounts may be considered if deemed to be in the Government’s best interest and approved by the Contracting Officer. The Government guarantees an award of $5,000 to each successful Offeror over the full term of the contract, including option years. The initial project (“seed project”) that will be awarded as the first task order concurrently with the basic contract is Project P-702, Submarine Logistics and Support Facilities, Naval Station Norfolk, Norfolk Virginia. The work includes a design-bid-build construction of the Pre-Engineered Building (PEB) frame on reinforced concrete foundation with structurally supported slab. Features include cavity masonry walls with insulated wall panels above and standing seam roof. Facility systems will include fire protection, HVAC, supplemental dehumidification, compressed air, electrical power, lighting, telecom and security access. Built-in equipment includes a five-ton overhead bridge crane. The facility will have maintenance, storage and operations spaces for weapons cradles and other peculiar support equipment for the Virginia Class Submarine. The project also includes demolition of a 10,489 sf unconditioned single story storage building that currently occupies the P-702 project site. This is a steel framed building with metal panel siding and has an overhead 1 ton crane. In accordance with DFARS 236.204, the magnitude of construction for the seed project is (i) between $10,000,000 and $25,000,000. | |||
USDA BARC D/B Building 308 Renovation -- PreSolic Notice updated 10/5/2021 | Beltsville Agricultural Research Center (BARC), Beltsville, MD | $25-100 Million | |
Dept of the Army (W912DR22R0002 Amnd. 0) | CMD: | Ddg: 1005806572 | |
The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit for and award construction services for the USDA-ARS Beltsville Agricultural Research Center (BARC) Building 308 Renovation. The proposed project will be a competitive, firm-fixed-price (FFP), design-build (DB) contract procured in accordance with FAR 15, Contracting by Negotiations, under a two-step Best Value Tradeoff Process. The scope includes the gut interior and replace demolished features for desired function. Load bearing columns and exterior walls to remain. Interior walls can be demolished or moved as required per floorplan design. Replace/upgrade all utilities (telecom, data, mechanical, electrical, plumbing, fire protection, etc.). All buildings shall receive 480-volt electrical service and transformers as necessary. All utilities shall be replaced from building exterior back to main service connection. Building envelope and drainage features to ensure all exterior walls are “weathertight” and “watertight”. Exterior building drainage systems and roofs shall be replaced as part of building renovation. DB contractor shall perform all landscaping work. BARC will remove any furniture and equipment that they want to salvage; Remaining existing furniture, equipment and trash will be removed by the DB Contractor. Mitigate hazardous materials (asbestos, mold, etc.) as necessary, utilizing hazmat surveys completed by USACE Baltimore. Replace laboratory equipment, fume hoods, and casework. At Building 308, steam line will be replaced from building to exterior junction manhole for adjacent buildings. Service shutdown shall be coordinated. Elevators at each building shall be installed per floorplan design and meet building code requirements. Exterior work to be covered includes roof replacement or repair, removal of fire escapes, window replacements, replacement of exterior building features, building lighting, sidewalks, ramps, and parking spaces needed for ADA compliance. Interior staircases shall be installed per design, to meet code. The attics shall be completely weather tight and environmental contaminants shall be mitigated as necessary. New work shall be completed in a manner to preserve historical appearance and significance of existing structures. | |||
Main Treasury Building Miscellaneous Projects | Main Treasury Building Complex, 1500 Pennsylvania Av., NW, Washington, DC 20220 | ||
IRS (RFQ2032H321Q00056 Amnd. 0) | CMD: | Ddg: | |
Treasury needs to reconfigure spaces due to growth requirements for OCIO Program Offices, Secure Communication Program Offices and OCIO Policy Program Offices (Projects A, B, C & D). They also need to upgrade security with sound upgrades due to the use of speaker phones in Secured Offices (Project E & F). The projects have been combined to reduce the level of effort to meet the requirement. Project A: Main Treasury Rm 1453 Project B: Main Treasury Suite 1449A Project C; Main Treasury Suite B74 Project D: Main Treasury Room 5130 and 5467 Project E: FBB B3902, B3903, B3904, and B4002 Sound Upgrades / Additional Documents: FBB 3902, 3903, 3904 and 4002 Sound Upgrade Project F: Main Treasury Room 4317 Sound Upgrades / Additional Documents: MT 4317 Sound Upgrade | |||
Munitions Load Crew Training Facility, AAFB Updated PreSolic notice 10/3/22 | 113th CES, Joint Base Andrews, Camp Springs, MD 20762 | $5-10 Million | |
USACE, Baltimore (W912DR23B0003 Amnd. 0) | CMD: 1005907819 | Ddg: | |
The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit for and award construction services for Munitions Load Crew Training Facility at Joint Base Andrews, MD. The proposed project will be a competitive, firm-fixed-price, contract procured in accordance with FAR 14, Sealed Bidding, via an Invitation for Bid (IFB). This project is for the new construction of an 8,279 s.f. Munitions Load Crew Training Hangar and supporting facilities. Support facilities include toilets, offices, classroom, storage and support spaces. Project elements include, but are not limited to: sitework, pavement, utilities, stormwater management, building envelope, AT/FP compliant windows, upward acting motorized fabric hangar door, personnel entry doors, interior partitions and finishes, HVAC systems, 20-Ton air conditioning, plumbing systems, fire protection systems, power, lighting and telecommunications. Project also includes a fire water storage tank and a pump house. Contractor shall comply with all applicable Unified Facilities Criteria (UFC) and Air National Guard Engineering Technical Letters (ANG ETL) in addition to Federal, State, and local regulations. Facility will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. The facility should be compatible with applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used where cost effective. This project will comply with DoD antiterrorism/force protection requirement per UFC. | |||
GSA 11 D/B DOS Columbia Plaza H443 MED DO OM 0820 Renovation | 2401 E Street NW Washington, D.C. 20037 | $250,000-500,000 | |
GSA (47PM0222Q0004 Amnd. 2) | CMD: | Ddg: | |
The Bureau of Med-DO-OM (Managing Director of Operational Medicine) requested new furniture, enlarged sink in pantry, improved or repaired occupancy sensor lighting, and revised power, voice and data for all new furniture, new carpet, new paint. Under normal circumstances, FMS would be utilized. However, due to the complexity of this project and the FMS workload, the RPM assessment team has decided this project will be a Design Build through GSA. 1.2. PROJECT SUMMARY DESCRIPTION H443-MED_DO_OM-0820: Renovation for Bureau of Medicine, Operational Medicine: Design/Build to renovate space including new furniture, enlarged sink in pantry, improved or repaired occupancy sensor lighting, and revised power, voice and data for all new furniture, new carpet, new paint. | |||
Old Conduit Repairs at the Washington Aqueduct, Washington, D.C. | Washington Aqueduct, Washington, D.C. PreSolic notice posted 2/21/23 | $10-25 Million | |
US Army Corp of Engineers -Baltimore District (W912DR23R0025 Amnd. 0) | CMD: | Ddg: | |
The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit for and award construction services at the Washington Aqueduct for the repair of the Old Conduit (which is a confined space) with shotecrete and carbon fiber wrap, demolition in the Old Gatehouse at Great Falls, construction of a guard rail at Manhole No. 52 vent house and pressure cleaning by dry abrasive blasting of the existing sluice gates at three separate cross-connection structures. The proposed project will be a competitive, firm-fixed-price (FFP), design-bid-build (DBB) contract procured in accordance with FAR 15, Contracting by Negotiations, under a one-step Lowest Price Technically Acceptable (LPTA) process. The Washington Aqueduct (WA), a division of the Baltimore District United States Army Corps of Engineers (USACE), treats water drawn from the Potomac River to produce drinking water for Washington, D.C. and portions of northern Virginia. Raw water diverted from the Potomac River flows via gravity to the Dalecarlia Reservoir through two conduits that are approximately nine miles long. Each conduit conveys approximately 100 MGD of raw water. The first conduit is commonly known as the “Old Conduit” while the second conduit is known as the “New Conduit”. The Old Conduit was constructed in the 1850s and is a circular conduit with an inside diameter that varies between 8 to 10 feet. The conduit is constructed of mostly of brick, stone, and mortar. There are several sections that have been previously lined with shotcrete. There are other sections that were tunneled through rock and have been lined with cast-in-place concrete. The entire conduit is a permit-required confined space. The Old Conduit is an underground structure which passes through properties of the U.S. Government (including the US Army Corps of Engineers, the National Park Service, and other Agencies) and Montgomery County, Maryland. | |||
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: