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 3/21/2026

Bid Date Project Location Estimate
3/27/2026 Treasury Construction Ordering Vehicle (TCOV) Main Treasury and its annex, The Freeman Bank Building
12:00P Department of the Treasury (2032H326R00006 Amnd. 0) ConstructConnect:
There is no project magnitude for the ordering vehicle; however, project magnitudes will be released at the order level. The scope of work for the projects executed by Task Orders under the contract include various construction projects such as facility repair/alteration, and real property repair/alteration projects on an as needed basis in an expeditious manner. Examples include interior and exterior building construction, repair, rehabilitation, and alterations/restorations, including but not limited to: office renovations with painting and carpeting as part of a total scope; repair or replacement of electrical, carpentry, masonry, plumbing, and mechanical; storm drainage, exterior renovations, roof repair and/or replacement, demolition services, earthwork, pavement repair and/or replacements, building foundations, walls, and structural systems; abatement of lead, asbestos, mold and other hazardous substances; and other miscellaneous construction services. The contractor shall furnish all necessary supervision, labor, parts, tools, materials, equipment, licenses, insurances, bonding, etc., (except as may otherwise be provided for in the order specifications) to perform.
3/27/2026 PRWI: C5 Bathhouse & Visitor Access Prince William Forest Park 18100 Park Headquarters Rd., Triangle, VA 22172 $1-5 Million
5:00P NPS (140P2126R0003 Amnd. 1) ConstructConnect:
Rehabilitation of Cabin Camp 5A Bathhouse includes: 1) Rehabilitate, renovate, and reconfigure the interior to achieve compliance with the Architectural Barriers Act Accessibility Standards (ABAAS) 2) Replace concrete floor slab to accommodate the utility work 3) Remove/replace subgrade piping and all plumbing fixtures 4) Remove/replace all accessories 5. Remove existing interior concrete masonry unit wet wall, replace with new, including temporary shoring 6) Remove/replace toilet and shower partitions and all interior finishes 7) Upgrade all electrical wiring and electric panels, and replace all electrical features 8) Remove heating components, provide new central exhaust fan and new unit heaters 9) Remove/replace hot water heater 10) Add janitor closet with service sink; 11) Remove/replace dryer duct 12) Remove/replace damaged exterior wood siding 13) Add gutter and downspout system 14) Remove/handle lamps and ballast Rehabilitation of Cabin Camp 5B Bathhouse includes: 1) Rehabilitate, renovate, and reconfigure the interior to achieve compliance with the Architectural Barriers Act Accessibility Standards (ABAAS) 2) Replace concrete floor slab to accommodate the utility work 3) Remove/replace subgrade piping and all plumbing fixtures 4) Remove/replace all accessories 5. Remove existing interior concrete masonry unit wet wall, replace with new, including temporary shoring 6) Remove/replace toilet and shower partitions and all interior finishes 7) Upgrade all electrical wiring and electric panels, and replace all electrical features 8) Remove heating components, provide new central exhaust fan and new unit heaters 9) Remove/replace hot water heater 10) Add janitor closet with service sink; 11) Remove/replace damaged exterior wood siding 12) Add gutter and downspout system 13) Remove/handle lamps and ballast Rehabilitation and construction of Cabin Camp 5 visitor access includes: 1) construct accessible pedestrian paths including removal of existing paths and specific site elements; 2) Replace existing gravel parking lot with asphalt; 3) Replace timber retaining wall with concrete/stone veneer; 4) Soil testing, analysis, and amendment; 4) Construct new stormwater management facilities and storm sewer piping; 5) construct optional routes if indicated.
3/31/2026 FBI GMACC IDIQ Phase 2, Region 2; SEED Proj Ballistic Annex Region 1-Natl Capital Region, Region 2 Redstone Arsenal; Region 3 Outside the US missions (OUS) $4 to $6 million
12:00P 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.
4/10/2026 Dahlgren Multiple Award Construction Contract MACC Dahlgren, Naval Observatory, Wallops Island $42 Million
11:00A Dept of the Navy - Dahlgren Division (N0017826R0003 Amnd. 0) ConstructConnect: 1007845419
The resultant MACC will consist of either a five-year ordering period, or a base-year plus four (4) option periods (12 months each). The total magnitude of all construction projects covered by the MACC is estimated between $25,000,000 and $50,000,000. Milestones: It is anticipated that this requirement will be awarded before January 2027. This acquisition will provide facility repairs and renovations in multiple buildings, trailers, and labs at the Naval Surface Warfare Center Dahlgren Division (NSWCDD) Dahlgren, VA, the Naval Observatory and Pumpkin Neck Annex Explosive Experimental location in King George, VA. Operation and execution are primarily focused in repairing, upgrading, and nonstructural construction in accordance with and not exceeding Category II of the Naval Facilities Engineering Command (NAVFAC) Engineering & Construction Bulletin Issue No. 2006-04. All such support shall be accomplished in strict accordance with all applicable Navy and local instructions, processes, and procedures. Nonstructural construction requirements will be identified in individual Task Orders.
4/16/2026 Huntsville MRR VII MATOCU D/B Walter Reed National Military Medical Center BAS Replacements Bldgs. 9, 10, 9A, 19, 63, 14, 51, 85T, 84T, WRNMMC, Bethesda, MD >$10 Million
1:00P Dept of the Army Huntsville District (W912DY26RWRBM Amnd. 0) ConstructConnect:
The intent of this project is to provide full turnkey design/build replacement of the Building Automation System (BAS). Defense Health Agency recognizes that 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 four (4) TASKs. TASK 1 is to provide a complete design package for the replacement items. TASK 2 is the Building Automation System (BAS) replacement for buildings #14, #9, #9A, & #10, and TASK 3 thru 4 are for BAS replacement in other outlying buildings. The building automation systems 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.
4/23/2026 Huntsville MRR VII MATOCU D/B Walter Reed Med Ctr Replace Operating Room Air Handling Systems AHU-53, AHU-54, AHU-55, AHU-56, AHU-57 in Bldg. 9, WRNMMC, Bethesda, MD >$10 Million
1:00P Dept of the Army Huntsville District (W912DY26RWRAH Amnd. 0) ConstructConnect:
The intent of this project is to provide full turnkey design/build replacement of the listed air handler units (AHUs) in the Building 9 Penthouse. DHA recognizes that these existing air handling systems (namely, AHU-53, AHU-54, AHU-55, AHU-56 and AHU-57) and associated return air fans need to be replaced in Building 9 at WRNMMC. These AHUs and associated equipment/ductwork, piping, and controls shall be replaced with new equipment sized to meet the environmental requirements of the spaces being served. Proposal narrative shall clearly describe design approach to comply with current UFC. The Contracting Officer is considering a single “turnkey,” performance-based methodology to execute and deliver this project that may include maintenance and system adjustments, along with repairs encountered during equipment and component installation. The project consists of six tasks. Task No. 0001 is to provide a complete work plan design package in accordance with the Division 01 Specifications for the replacement of five AHUs. Task No. 2, 3, 4, 5, and 6 are the renewal effort for the listed air handlers to be replaced with new units that serve the critical patient care and administration spaces. The AHUs being replaced have passed their life expectancy are located in Building 9 at WRNMMC.
4/24/2026 NCR MATOC Maintenance Repair Construction; SEED:DB Convert 4504 to Office Area, AberdeenProvingGrnds Support to seven (7) sites in the National Capital Region (NCR)
2:00P HQ, Mission Installation Contracting Command (W51EW7-26-R-A002 Amnd. 0) ConstructConnect:
The Headquarters, Mission Installation Contracting Command – Theater Support Center (HQ MICC-TSC) hereby provides notice of its intent to award a competitive Firm Fixed-Price (FFP) Multiple Award Task Order Contract (MATOC). The MATOC will provide maintenance, repair, and minor construction acquisition support to seven (7) sites in the National Capital Region (NCR). This MATOC covers six (6) U.S. Army Garrison Directorate of Public Works (DPW) and, the Arlington National cemetery (ANC). The six sites are 1. U.S Army Garrisons Aberdeen Proving Ground (USAG-ABER), 2. Fort Belvoir (USAG-FBVA), 3. Fort Detrick (USAG-DET1), 4. Fort George G Meade (USAG-MEAD), 5. Fort Walker (USAG-WALK), and 6. Joint Base Myer-Henderson Hall (USAG-MYER)., to support six (6) United States Army Garrisons (USAGs) – USAG-Aberdeen Base Myer-Henderson Hall (USAG-MYER) – and Arlington National Cemetery (ANC). The Government intends to make an award by 16 January 2026. This contract has a five-year base period and two (2) one-year option periods for a total ordering period of seven (7) years. The DPW Engineering and Construction Divisions at each of the seven (7) Garrison/locations have a requirement for sustainment, restoration and modernization (SRM) projects to include repair, maintenance, demolition, restoration, modernization, and minor construction. Place of Contract Performance: • Aberdeen Proving Ground, Maryland 21005 • Fort George G. Meade, Maryland 20755 • Fort Detrick, Maryland 21702 • Fort Belvoir, Virginia 22060 • Fort Walker, Virginia 22427 • Joint Base Myer-Henderson Hall, Virginia 22211 • Arlington National Cemetery, Virginia 22211 Scope of Work This contract will provide a rapid response vehicle to execute a broad range of Sustainment, Restoration, and Modernization (SRM) work on real property located on the seven (7) Army sites included in the National Capital Region (listed above). Task Order (TO) requirements will be executed based on the Installation’s Annual Work Plan. The contract will be used for the acquisition of base repair requirements, minor construction, civil works operations and maintenance, small renovations, modernization, demolition, restoration and real property repair and maintenance. This contract will employ a wide variety of individual construction tasks. The Scope of Work (SOW) for each task order will include tasks in a variety of engineering areas to include but not limited to architectural, civil, electrical, environmental, mechanical, and structural. Potential projects include, but are not limited to, barracks, administrative facilities, maintenance shops, child development centers (CDC), physical fitness centers, maintenance shops, food service facilities, ranges and training facilities, museums, airfield structures (including rigid and flexible paving), roads, public safety facilities (police, fire and crash rescue), athletic fields, underground utilities, overhead utilities, gates, cemeteries, warehouses, auditoriums, and research, development and testing facilities and other general construction work deemed necessary to support mission requirements. Facility repairs, renovations, and construction shall conform to the requirements of the technical criteria described in the SOW for each TO.
5/12/2026 National Archives and Records Administration (NARA) 4th Floor of Bldg A Renovation Project 732 North Capital St. NW, Washington DC 20401 $13 Milliom
5:00P US GPO (040ADA-26-R-0016 Amnd. 0) ConstructConnect:
The Government Publishing Office intends to award a single firm fixed price (FFP) contract for the full renovation of the National Archives and Records Administration (NARA) space that partially occupies space on the fourth (4th) floor of Building A at the agency’s main campus in Washington, DC. This project includes demolition, structural modifications, and the installation of comprehensive MEP and fire protection systems to enhance functionality and ensure compliance with federal standards. Scope: The contractor shall perform the following tasks in strict accordance with the A&E Design Specifications: 1. Site Preparation: Conduct demolition and clearing activities per A&E drawings and instructions. 2. Structural Work: Implement reinforcements, framing, and modifications using materials and load criteria identified in the A&E documents. 3. Mechanical, Electrical & Plumbing (MEP): Install HVAC systems, lighting, electrical wiring, plumbing, and fire suppression systems per A&E engineered layouts and performance requirements. 4. Fire Protection & Communication Systems: Integrate and test fire alarms, suppression systems, and communication infrastructure to meet NFPA standards and A&E guidance. 5. Architectural Finishes: Complete ceiling, flooring, walls, doors, windows, and other finish elements as specified in A&E material schedules and guidelines. 6. Compliance & Inspections: Ensure adherence to all relevant codes, safety, and environmental regulations as detailed in A&E documentation
AOC MACC 2020 General Area Fire-Alarm Upgrades Project, CPP, AOC P/N: 19008 Capitol Power Plant $1.2-1.6 Million
AOC (19008 Amnd. 0) ConstructConnect:
A. General scope of work: Briefly and without force and effect upon the contract documents, the work of the Contract can be summarized as follows: the Capitol Power Plant (CPP) General Fire Alarm Upgrade project objective is to demolish the existing fire alarm system that currently protects the CPP Boiler Plant and associated Coal Handling Facilities and replace it with a new Notifier fire alarm system. The fire alarm system will be extended into all areas of the Boiler Plant (which includes the Generator Building). Additionally, the project will interconnect all existing Notifier fire alarm systems within the CPP into a single fire alarm system network. The project will include interconnecting via relays with the existing Siemens fire alarm system within the Cogeneration Building and enhance the fire alarm system communication for the CPP site. B. Existing fire alarm system components within the area of work shall be removed where indicated. New Devices shall be added / relocated as shown on the drawings to meet code requirements. Provide programming necessary to maintain a fully functional system during construction. Provide programming of panels and systems as required for new network connections, campus annunciator graphic panels and new systems / devices. Perform acceptance testing in the presence of AOC. C. The Work includes the following general scope items: 1. Construction of a fire alarm and detection system. 2. Installation of low-voltage electrical wiring, raceways, boxes, and supports. 3. Select patching and repairs of existing wall surfaces to fill-in any holes or voids created with the removal of the existing anchors supporting the existing fire alarm devices, supports, and raceways being removed under this contract. 4. The Work also requires select HAZMAT abatement on areas directly impacted by the new construction.
AOC MACC 2020 Fire Alarm and Audibility Upgrades for the Thomas Jefferson Building (TJB) First Street SE, between Independence Avenue and East Capitol Street in Washington, D.C. $9-12 Million
AOC (LC09014 Amnd. 0) ConstructConnect:
CLIN 001 Base – Provide a code compliant Voice Evacuation System (VES) to serve all areas of the TJB. Provide an integrated code compliant audible and visual notification system to support complete coverage on the entire building as required by the AOC Design standards. Provide a complete networked addressable fire alarm system, incorporating new and existing building system functions and monitoring for the entire building. Provide NFPA 72 compliant elevator recall system. Update all annunciator devices and locations. Provide a complete fire alarm monitoring, notification and control system utilizing in part the existing addressable smoke detection system. The completed system should be code compliant in all areas for visual and audible notification. Areas of the building will need smoke detection added or augmented to be considered complete and NFPA 72 compliant. All sprinklers, smoke detection, sub-panel, AHU monitoring will be transitioned to the new system. All control & notification functions for the fire protection system will also be transitioned to the new system as well with password protected buttons to impair specific functions for testing and event activities within the building. Phase 1 elevator recall, and associated elevator function shall be provided. All audible notification will be capable of floor above, floor below functionality but, initially general alarm will be utilized. Visual notification shall be upgraded to allow for identification of individual circuit faults. Annunciators shall be upgraded with the latest floor plans and device locations as part of the upgrades. Depending upon Fire Marshal’s Office, Architectural & Historical preservation, an additional graphic annunciator will be added at an approved building entry location. The building will remain occupied and operational for the duration of this project. All work will be required to occur overnight and on weekends (as approved). The contractor will be responsible for developing a phasing plan that maintains an operational system throughout the duration of the project (with the exception of minor approved outages).
AOC MACC 2020 New Utility Service and Standby Generator at an Offsite Facility AOC Offsite Facility Pre-Solicitation Notice $4-7 Million
AOC (1 Amnd. 0) ConstructConnect:
Scope includes procurement, installation and construction of a new medium voltage utility service and a new 480V diesel generator for standby power. CLIN 0001 (Base) – Provide and Install new medium voltage service to the site and provide and install a 480V diesel generator for standby power. The new service will be supplied at 13kV from a new substation and will consist of three (3), 10MW NOVEC feeders into the site with the goal of 20MW, N+1 capacity. Standby power for the critical building loads is currently fed from two (2) 2000kW diesel generators through a paralleling switchgear. Currently, the critical load is beyond the capacity of a single generator and N+1 backup power is not available. The paralleling switchgear has space for a third generator to connect. Work is to add an additional 480V, diesel generator including fuel storage, and controls..
NIST Bldg 215 Clean Room HEPA Filter Replacement Sources Sought posted 1/23/26 100 Bureau Drive, Gaithersburg, MD 20899 DRAFT files posted 1/30/2026 $1-5 Million
NIST (NB195000-26-00181 Amnd. 0) ConstructConnect: 1007536087
The Office of Facilities and Property Management Division at the National Institute of Standards and Technology (NIST) has a requirement for construction services for the Building 215 Cleanroom at NIST Gaithersburg Campus. This is very specialized construction designed by BKM several years ago. NIST, via BKM, will provide a written and well-documented phasing plan to assist the construction contractor meet the current NIST requirement. The purpose of this sources sought is to identify interested, qualified parties, capable of providing construction services for a 2,000 SF cleanroom expansion project within an occupied laboratory building. Project may include demolition of existing office space, construction of new Class 10,000 NanoFAB cleanroom, and the modification of, and/or new installation of mechanical, electrical, plumbing, and fire sprinkler systems.
NSWC Indian Head BXXX Facility Renovation PreSolic Notice 2/26/2026 Indian Head, MD
Dept of the Navy Indian Head Division (N0017426SN0058 Amnd. 0) ConstructConnect:
The Naval Surface Warfare Center Indian Head Division (NSWC IHD) Contracts Department 026 is seeking companies with technical expertise, experience, capability, and resources to renovate a building (exact location will be provided at award) at NSWC Indian Head, Maryland. • Demolition and Replacement: Removal of existing equipment, structures, roofing, and exterior landscaping, followed by the installation of new replacements. • New Installations: Installation of new government-procured process equipment. • General Construction: All necessary concrete, electrical, and mechanical work to complete the renovation.
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: 1007532495
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.
Medical Research Dev. Command (MRDC) DB & Const IDIQ MATOC for DHA, SEED Bldg 1425 Ft Detrick Medical Research Development Command (MRDC) $1-5 Million
US Army COE Mobile District (W9127825RA063 Amnd. 4) ConstructConnect:
The objective of this project is for the Contractor to provide all labor, materials, supervision, Quality Control, equipment, and design work necessary to repair the BSL-3 Laboratory Suite B3 within Building 1425, U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID), Fort Detrick, Maryland. Work shall include providing an EA/DOR charrette, construction/demolition work will include but not be limited to air handling units (AHUs), duct work modification and replacement, variable air volume (VAV) dampers, rebalance/TAB, and third-party commissioning. The laboratory is designated and used as an “enhanced” BSL-3 based on common commercial locations, requiring a change-in-shower-out protocol when in operation, connection to a dedicated laboratory sewer system (remote from the suite) providing steam secondary treatment of effluent, high-chloride content in the effluents being discharged and in the cleaning products applied to the surfaces, and a Containment Grade High Efficiency Particulate Air (HEPA--99.99%) filtered exhaust. 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

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: