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 2/3/2026
| Bid Date | Project | Location | Estimate |
| 2/4/2026 | FBI GMACC IDIQ Phase 2; SEED Proj Quantico Clinic (due 2/4/26) and Ballistic Annex (due 2/26/26) | 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. | |||
| 2/11/2026 | DOS Domestic Light Construction Multiple Award IDIQ Requirement DB/DBB, Phase 1 | Federal installations supported by the Department of State, across the United States | |
| 4:00P | Department of State (19AQMM26R0012_Domestic_Light_RFP Amnd. 1) | ConstructConnect: | |
| The MATOC will be awarded with a one-year base period and four (4) one-year option periods. The aggregate value of all task orders awarded under this MATOC will not exceed $50,000,000. The work under this MATOC will involve a broad range of new construction, repair and renovation, with an estimated project size for task orders under this MATOC between $2k and $3M. The average expected duration of projects is between six months to two years. Construction will include construction, maintenance, and repair projects at US civilian installations and facilities. Work under this contract is expected to include site clearing, earthwork, site drainage and utilities, roads and walks, cast in place concrete, brick masonry, block and tile masonry, building renovation, new construction, asbestos abatement, lead paint removal, structural steel, steel joists and decking, rough carpentry, finish carpentry, built in cabinetry and furniture, roofing and siding, sheet-metal work, doors, windows and glazing, window coverings, entrances and store fronts, lath and plaster, drywall, painting and wall coverings, floor tile and carpeting, a variety of mechanical/electrical work, fire extinguishing systems, fire alarm systems, intrusion detection systems, heating and air conditioning, ventilating equipment and systems, ducts and controls, boxes and wiring devices, starters, breaker panels, switching devices and transformers, lighting, primary and secondary power systems, highly specialized, extensive equipment systems, facilities construction, facilities alteration and repairs, and facilities maintenance services of significant importance. While the preponderance of the work is construction, incidentals to the work may include but is not limited to the following: stream bank and shoreline stabilization/protection, ecosystem/habitat restoration and flood damage reduction and activities related to flood control and water diversion projects. | |||
| 2/11/2026 | Huntsville MRR MATOCU DB Infrastructure Beautification Repairs, Medical/Dental Clinic Bldg 3259 | Marine Corps Base Quantico, VA | $1-5 Million |
| 11:55P | Dept of the Army Huntsville District (W9127826RHV02 Amnd. 1) | ConstructConnect: | |
| The objective of this project is for the Contractor to provide all labor, materials and equipment necessary to provide modifications, repairs and/or restoration to the infrastructure at MCB Quantico Medical/Dental Clinic Building 3259 in accordance with all Federal, State, and Installation codes and laws, to include preparation of a design as discussed below. Work shall be accomplished in accordance with United Facility Criteria (UFC), United Facility Guide Specification (UFGS), DHA Local Requirements (Section 3.0), and the provisions of the Division 1 Specifications of the basic contract. All criteria within UFC 4-510-01 shall apply to the modification, repair, and restoration scope of this project. The facility is currently closed for clinical operations other than pharmacy. Tasks 7, 8, 9, 10, & 11 of this scope of work do not require design and these phased cleanup actions related to these tasks shall be started within 21 days of task award and completed within 100 days of task order award. Contractor shall schedule to perform Tasks 7-11, immediately after award of task order. This will allow for occupancy of the building upon completion of Tasks 7-11. The completion of these Tasks shall consider a phasing plan/scheme that will allow for departments/clinics/spaces to be occupied as the work is completed. For Tasks 1-6, the contractor shall provide a design effort, per this task order. This work shall be performed after completion of Tasks 7-11 and while the building is occupied. The design for Tasks 1-6 shall include a phasing plan for the work, so as to not disrupt patient care/services. Design/Work Plan: The Contractor shall prepare design documents for tasks 1-6 to clearly describe their plan of work for completing the requirements of this project. The design/workplan documents shall address all aspects of the work to be performed, to include anticipated outages (number and duration), phasing requirements, etc. and be provided in the 65%,100%, and submittals. Contractor shall develop a "plan" and all related schedules that is integrated and coordinated with the construction schedule. Note that some of the tasks under this contract do not require design. Cleanup actions (Tasks 7, 8, 9, 10, &11) do not require design and should be started withing 21 days of contract award. Contractor is responsible for storage, delivery, installation labor, testing, certification, cleanup/cleaning, and acceptance. | |||
| 2/13/2026 | AOC MACC 2020 Verizon Renovation Buildout 5th Floor | 30 E Street, SW, Washington, D.C. 20024 | $1-5 Million |
| 5:00P | AOC (AOCACB26R0004 Amnd. 7) | ConstructConnect: | |
| Project Scope Description: The Verizon Building build/ Tenant fit out consist of USCP OIS Division relocating radio maintenance operations and storage out of the Fairchild Building (FCB)into the new 5th floor space. This will include shop and office space, customer service, and storage. 5th Floor - 9,041 sq. ft. (new) - AOC/USCP Asset and Storage. This space will be organized and set up for storage of AOC/OCSO assets and furniture, which are currently being stored in Conex Boxes under the Amtrac t rain bridge. Basement Floor - 2,959 sq. ft. - AOC/OCSO Maintenance Operation Space. This space will be utilized or maintenance operations to include shop and parts inventory space that is currently taking place in trailers under the Amtrac train bridge. The contractor shall follow the provided Method of Procedure (eMOP) as required by Verizon. The detailed eMOP provided by DOR shall identify, and the contractor shall coordinate all work activities that may impact existing/new systems or building / tenant operations, including but not limited to planned utility outages, switchovers, penetrations near live systems, and any work requiring isolation or special access proto cols. Updates or revisions to eMOP shall be issued as necessary throughout the project to maintain alignment with ongoing work contractor is to provided schedule updates in a timely manner as required by contract and Verizon. | |||
| 2/16/2026 | Dover SB MACC B250 Substation Insulators and Repair Relays Phase 2 | 250 Atlantic Street, Dover AFB 19902, Kent County DE | $1-5 Million |
| 12:00P | Dover AFB (FA449726MR002 Amnd. 2) | ConstructConnect: | |
| The contractor shall provide all design, labor, materials, tools, and equipment necessary to clean and re-coat approximately 675 high-voltage insulators at the South Substation at Dover Air Force Base, as well as replace five (5) existing circuit breakers and protective relay pairs with new. The project location is 250 Atlantic Street, Dover AFB 19902, Kent County Delaware. | |||
| 2/17/2026 | WHS MAIDIQ TMDL Tree Box Filters at the Pentagon 22_066 | 1155 Defense Pentagon, Washington, DC 20301-1155 | $5 to $10 million |
| 3:00P | Washington Headquarters Services Acquisition Direc (HQ003426RE006 Amnd. 1) | ConstructConnect: | |
| The work includes Pentagon's Municipal Separate Storm Sewer System (MS4) permit requirements for WHS to reduce its discharge of the pollutants total nitrogen (TN), total phosphorus (TP), and total suspended solids (TSS) in stormwater runoff. These pollutant reductions are required by the Chesapeake Bay Total Maximum Daily Load (TMDL). This TMDL compliance engineering design is performed to help WHS meet their pollutant reduction goals, specifically for projects to be implemented between 2023 and 2028. The proposed design is divided into 6 (six) packages, on basis of type of BMP’s and the location. There are five TMDL projects that feature stormwater management practices and related improvements to existing infrastructure. This sixth adjacent project focuses on safety/security upgrades with some storm drainage rework. The following project will be constructed at this time: Project titled R217C Tree Box Filters as shown on Drawings. The Tree Box Filter Inlets were selected to treat parking lot surface runoff. Seven (7) locations were selected around the Pentagon Reservation. All the new tree boxes are installed upstream of an existing curb inlets or other storm drain structures to maximize the surface runoff, treat the first flush, and safely convey the overflow downstream to the existing storm drain system. There are a total of 24 Tree Box Filter Inlets in these locations, including areas for Executive Visitor/Motorcycle Parking, North Parking, Lower River Parking, Connector Road Parking, Hayes Parking, Fern Parking, and EADS Parking. The Tree Boxes size varies from 7'x 5' to 23'x 9'. Due to potential utility conflicts in some locations, new curb alignments have been designed to provide space for the proposed Tree Box Inlets while avoiding existing infrastructure. Contractor is responsible for protection of all existing utilities and moving and or relocating small conduits around inlets as indicated on drawings. | |||
| 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. | |||
| 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.. | |||
| 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:






