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 TUESDAY 11/11/2025
| Bid Date | Project | Location | Estimate |
| 11/14/2025 | AOC MACC 2020 Fire Alarm System Replacement, Rayburn House Office Building | Rayburn House Office Building | $5-10 Million |
| 5:00P | AOC (AOCACB25R0014 Amnd. 12) | ConstructConnect: | |
| The project will replace the existing fire alarm system panels in the Rayburn House Office Building (RHOB) with new addressable voice-type fire alarm system panels, as well as associated activities, including architectural, electrical, fire protection, miscellaneous modifications, and hazardous material remediation. The work will not be a whole fire alarm system replacement, but rather only a head-end equipment replacement. New fire alarm panels will be located in Room G3-23 which will be dedicated to the fire control equipment and designated as Fire Command Center. The system will be zoned to correspond to a reasonable construction phasing plan. The actual construction phasing plan will be developed by the installing contractor and approved by the AOC. The contractor will disconnect all existing circuits from the existing fire alarm system panels and reconnect to the new addressable voice-type fire alarm system panels. Disconnecting individual visual notification circuits is not needed since complete NAC panels are being reused and connected to new fire alarm control panel. Following acceptance of the new system, the existing system will be demolished. Existing Autocall Transponder Cabinet (ATC) enclosures are to remain as terminal interface cabinets. All Autocall control equipment shall be disconnected and removed from these enclosures and turned over to the AOC. | |||
| 11/14/2025 | X-BOW Systems Building 1881 Additions to 420 Gallon Mixer Bowl, NSWC Indian Head, MD | Naval Surface Warfare Center, Indian Head, MD | |
| 5:00P | X-Bow Systems / Dept of the Navy (NEST 23-B-019 Amnd. 0) | ConstructConnect: | |
| B1881 is an existing facility at IHD that will be renovated to support a 420ga mixer process and part of the manufacturing process for solid rocket motors. The overall scope will include limited demolition and removal of existing infrastructure or equipment, installation of new material and equipment, and meet the applicable codes per the Issued for Construction documentation. | |||
| 11/14/2025 | Medical Research Dev. Command (MRDC) DB & Const IDIQ MATOC for DHA, SEED Bldg 1425 Ft Detrick | Medical Research Development Command (MRDC) | $1-5 Million |
| 11:59P | 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 | |||
| 11/18/2025 | IDIQ MACC New Const, Repair, Renov of Commercial & Institutional Bldgs Using Alternate Const Methods | At Various Government Installations in CA, NV, AZ, UT and NM | |
| 2:00P | Dept of the Navy Southwest CMD (N6247325R3426 Amnd. 3) | ConstructConnect: | |
| The basic contract period will be for two (2) years. Each contract contains one (1) option period of three (3) years for a total maximum duration of five (5) years. The estimated price range, including the base and option periods, for all contracts combined is over $2,500,000,000. Task orders will range between $15,000,000 and $250,000,000. A minimum of $5,000 is guaranteed to be ordered from each awardee, under the performance period of the contract. This procurement will use the two-phase design-build selection procedure which will consist of one solicitation covering both phases with the intent to award approximately eight (8) or more Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts. Price evaluation preference will be given to HUBZone Small Business concerns. The work to be acquired under this solicitation is for new construction, renovation, and/or repair, by design-build or design-bid-build, of commercial and institutional facilities using Alternative Construction Methods (ACM) at various Government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. However, it is anticipated that the majority of the work will be performed in California. Examples of relevant construction projects include: modular components, offsite prefabricated industrial construction, tension fabric structures, and pre-engineered metal or fiber reinforced panel buildings. | |||
| 11/19/2025 | USCG Regional Multiple Award Construction Contract - RMACC III - Phase I | Any of the 50 United States, Puerto Rico, Guam and the U.S. Virgins Islands | |
| 5:00P | Department of Homeland Security, US Coast Guard (70Z08725RRMACCIII Amnd. 6) | ConstructConnect: | |
| Each of the contracts will include a three-year (3) base period and two (2) two-year (2) option periods. Task order limits generally range from $2,000 to $10M for Regions 1, 5, 7, 7.5, 8. 9. 11/13 and 14; Region 17 task order limits are $2,000 to $20M. Ordering authority will be available to any Department of Homeland Security components with appropriate construction warrant authority. The minimum guarantee for each individual contract will be $5,000. The anticipated aggregate capacity for new regional RMACCs is $4 Billion. Approximately ten individual contracts (individual contractors) are anticipated for each region. The contracts will meet the majority of the DHS infrastructure needs for maintenance, repair, and construction for all projects with a maximum value, as determined by each RMACC $10M and possibly up to $20M in Artic District within the 50 United States and its territories. These contracts are intended to provide prompt responses on an as-needed basis for routine and emergent requirements. The contracts offer a streamlined approach to construction contracting and ongoing competition between qualified contractors. The scope of work will include real property repairs, maintenance, and general construction, marine construction, demolition, historical restoration, and remediation. Facilities include, but are not limited to, operations buildings, hangars, boat houses, firing ranges, residential and light commercial buildings and their mechanical and electrical systems, site utilities, waterfront facilities, electronic surveillance/security construction, dredging, and airports/runways. Design-Build including One-Step Turnkey, and Design/Bid/Build project or other delivery methods will be used. | |||
| 11/20/2025 | AOC MACC 2020 Modernization of Elevators at the US Capitol Police HQ and the Off-Site Facility | CP24005 US Capitol Police HQ and the Off-Site Facility Virginia | $3-6 Million |
| 2:00P | AOC (AOCACB25R0027 Amnd. 7) | ConstructConnect: 1007577815 | |
| 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. | |||
| 11/21/2025 | USFWS DB MATOC Repair Multiple Fountains in Washington, DC - Group 2 | Meridian Hill Park, Korean War Veterans Memorial, Rawlins Park, General Phillip Sheridan Fountain | >$10 Million |
| 5:00P | NPS (140P2026R0005 Amnd. 1) | ConstructConnect: | |
| National Park Service has a requirement to repair multiple fountains in Washington D.C. to be ready for the America 250 celebration. Design/Build project for the rehabilitation of National Capital Region Fountains & Water Features, Group 2. Work will include but not limited to all design services and all construction and demolition activities for the project, all site development and utilities. This RFP will cover work at the following locations: •Meridian Hill Fountains (7 Fountains/water features) – Meridian Hill Park is located between 16th and 17th Streets to the east and west and Euclid and W streets to the north and south. • Korean War Veterans – Located just southeast of the Lincoln Memorial and at the intersection of Daniel French Dr SW and Independence Ave SW. • Rawlins Park Fountains (3 fountains/water features) – Located immediately north of the Department of the Interior and south of the General Services Administration building. • General Phillip Sheridan Fountains (2 fountains/water features) – Located at the center of Sheridan Circle on Massachusetts Avenue NW, along Embassy Row in Washington, D.C. Complete the entire work ready for use not later than July 1, 2026. | |||
| 11/21/2025 | USFWS DB MATOC Repair Multiple Fountains in Washington, DC - Group 3 | Columbus Circle and John Marshall Park, Washington, D.C. | >$10 Million |
| 5:00P | NPS (140P2026R0006 Amnd. 1) | ConstructConnect: | |
| National Park Service has a requirement to repair multiple fountains in Washington D.C. to be ready for the America 250 celebration. Design/Build project for the rehabilitation of National Capital Region Fountains & Water Features, Group 1. Work will include but not limited to all design services and all construction and demolition activities for the project, all site development and utilities. • Columbus Circle Fountains (2 fountains/water features) – Located directly in front of Union Station. • John Marshall Park Fountains (2 fountains/water features) – Along Pennsylvania Avenue directly across from the US Courthouse and just north of the National Mall, with views toward the US Capitol Complete the entire work ready for use not later than July 1, 2026. | |||
| 11/21/2025 | USFWS DB MATOC Repair Multiple Fountains in Washington, DC - Group 1 | Lafayette Park, WWII Memorial Temporary Lighting, and Freedom Plaza, Washington, D.C. | >$10 Million |
| 5:00P | NPS (140P2026R0004 Amnd. 1) | ConstructConnect: | |
| National Park Service has a requirement to repair multiple fountains in Washington D.C. to be ready for the America 250 celebration. Design/Build project for the rehabilitation of National Capital Region Fountains & Water Features, Group 1. Work will include but not limited to all design services and all construction and demolition activities for the project, all site development and utilities. • Lafayette Park Fountains (2 fountains/water features) – Located immediately north of the White House. • WWII Temporary Lighting – Located on the National Mall just West of 17th Street SW and north of Independence Avenue SE adjacent to the Reflecting Pool. • Freedom Plaza Fountain (1 fountain/water feature) – Located along Pennsylvania Avenue NW just east of the White House and across from City Hall. Complete the entire work ready for use not later than July 1, 2026 | |||
| 11/28/2025 | AOC MACC 2020 US Capitol Power Plant G Tunnel Upgrade | Washington, DC | $4-6 Million |
| 5:00P | AOC (AOCACB25R0068 Amnd. 3) | ConstructConnect: 1007709107 | |
| 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. | |||
| 12/11/2025 | FBI GMACC IDIQ Phase 2; SEED Project Quantico Clinic | National Capital Region, Redstone Arsenal; and Outside the United States missions (OUS) | $4 to $6 million |
| 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. | |||
| NCR MATOC Maintenance Repair Construction | Support to seven (7) sites in the National Capital Region (NCR) | ||
| HQ, Mission Installation Contracting Command (W51EW7-25-R-A006 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. | |||
| 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.. | |||
| X-Bow Systems Building 717 Renovation, Task 7 NSWC Indian Head, MD | Indian Head, MD | ||
| X-Bow Systems / Dept of the Navy (PR1766 Amnd. 0) | ConstructConnect: | ||
| Building 717 Renovation, Task 7 NSWC Indian Head, MD | |||
| X-Bow Systems B743 Demo/Construction/Install/Prove Out for Indian Head, MD | NSWC Indian Head, MD | ||
| X-Bow Systems / Dept of the Navy (PR1767 Amnd. 0) | ConstructConnect: | ||
| RFP for Demo/Construction/Install/Prove Out for Indian Head B743 | |||
| 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. | |||
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:






