Rigid Constructors LLC awarded $10M contract for construction work at Cell 3 of the Eagle Island Confined Disposal Facility

Rigid Constructors LLC,* Opelousas, Louisiana, was awarded a $10,730,600 firm-fixed-price contract for construction work at Cell 3 of the Eagle Island Confined Disposal Facility. Bids were solicited via the internet with four received. Work will be performed in Wilmington, North Carolina, with an estimated completion date of Sept. 14, 2024. Fiscal 2021 and 2022 civil construction funds; and fiscal 2022 Rivers and Harbors Contributed and Advance funds in the amount of $10,730,600 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-22-C-0013).

Rigid Constructors LLC is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #WM8SM5BQLL69. The business address is 3091 Highway 104, Opelousas, LA 70570-1774, USA. The point of contact name is Michael Sampognaro. (www.opengovus.com

Grunley Construction Co. Inc., awarded $100M contract for design-bid-build construction support of the Raven Rock Mountain Complex

Grunley Construction Co. Inc., Rockville, Maryland, was awarded a $100,000,000 firm-fixed-price contract for design-bid-build construction support of the Raven Rock Mountain Complex. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 16, 2027. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-22-D-0007).

Grunley Construction Co., Inc. is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #R6CPWWDD4AM1. The business address is 15020 Shady Grove Rd Ste 500, Rockville, MD 20850-3390, USA. The point of contact name is Kenneth M. Grunley. (www.opengovus.com

BCI Construction USA Inc. awarded $9M contract for construction of 25 partially penetrating relief wells

BCI Construction USA Inc., Pace, Florida, was awarded a $9,404,435 firm-fixed-price contract for construction of 25 partially penetrating relief wells. Bids were solicited via the internet with three received. Work will be performed in Easton Alton, Illinois, with an estimated completion date of Aug. 7, 2023. Fiscal 2022 and 2023 civil construction funds in the amount of $9,404,435 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-22-C-0011).

Bci Construction Usa, Inc. is a business entity registered with the State of New York, Department of State (NYSDOS). The corporation number is #4699800. The business address is 4154 Luther Fowler Rd, Pace, Florida 32571. The corporation type is foreign business corporation. (www.opengovus.com

Sources Sought: Z–Stewart Lee Udall Building BLM Headquarters Design-Build

To reply to this Sources Sought, please copy/paste the following link into your web browser and fill out the associated Microsoft Form: https://forms.office.com/g/i7nz7z0uwX
  • Original Set Aside: 
  • Product Service Code: Z2AA – REPAIR OR ALTERATION OF OFFICE BUILDINGS
  • NAICS Code: 236220 – Commercial and Institutional Building Construction
  • Place of Performance: 1849 C St. NW , DC 20240USA

Full details via beta.sam.gov

Hensel Phelps Construction Co. awarded $47M contract to construct a Dangerous Cargo Pad and Combat Arms Training Maintenance facility

Hensel Phelps Construction Co., Phoenix, Arizona, was awarded a $47,905,000 firm-fixed-price contract to construct a Dangerous Cargo Pad and Combat Arms Training Maintenance facility. Bids were solicited via the internet with five received. Work will be performed at Cannon Air Force Base, New Mexico, with an estimated completion date of April 21, 2024. Fiscal 2018 and 2020 military construction, Army funds in the amount of $47,905,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-22-C-0008).

HENSEL PHELPS CONSTRUCTION CO is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #LA5LXK1PHJB5. The business address is 841 Bishop St Ste 2001, Honolulu, HI 96813-3920, USA. The point of contact name is Tom Diersbock. (www.opengovus.com

M.A. Mortenson Construction awarded $72M contract for construction of a security campus at Offutt Air Force Base

M.A. Mortenson Company/M.A. Mortenson Construction, Minneapolis, Minnesota, was awarded a $72,281,000 firm-fixed-price contract for construction of a security campus at Offutt Air Force Base. Bids were solicited via the internet with 10 received. Work will be performed at Offutt Air Force Base, Nebraska, with an estimated completion date of Nov. 27, 2024. Fiscal 2019 Flood Recovery funds and 2020 military construction, Air Force funds in the amount of $72,281,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-22-C-0027).

Ma Mortenson Company is located at 1009 Twin Rail Dr in Minooka and has been in the business of Nonclassifiable Establishments since 2010. (www.dandb.com

Sources Sought: J056–Requirement-Automatic Door Maintenance & Repair Services VAMC West Palm Beach, Florida 33410

Page 1 of 1 This is a sources sought announcement ONLY and is NOT a solicitation for proposals or quotes. The information gathered from this request for information (RFI) is for planning purposes only. The Government is not obligated, nor shall it pay for, any information received from potential sources as a result of this Sources Sought Notice. The West Palm Beach VA Health System is seeking business concerns capable of providing the West Palm Beach VA Medical Center Facility address listed below: West Palm Beach VA Medical Center 7305 N. Military Trail, West Palm Beach, FL 33410 The contractor shall furnish Professional Services to perform Automatic Door Maintenance and Repairs in various buildings at facilities located within VAMC West Palm Beach. The Contractor shall provide all labor, materials, tools, parts, equipment, testing, reports, travel, and supervision required for the preventive maintenance and repairs of automatic doors at the Medical Center. The VAMC West Palm Beach campus is comprised of 988,178 sq ft. The facility at 7305 North Military Trail consists of twenty-one (21) buildings which house patient care spaces, administrative offices, storage areas, and multi-level parking structures. The contractor shall provide maintenance on approximately no more than 170 Automatic Door openers. The openers will vary from door to door and may include the following door types- Single swinging wooden, Double swinging wooden, Single swinging metal hollow, Double swinging metal follow, Sliding glass single, aluminum Sliding glass double, aluminum. The vendor shall be responsible for conducting an automatic door assessment and survey of the space in all buildings at 7305 north military trail. Maintenance shall be restricted to the following-all door operators, door operator arms, hinges, electronic locksets, electronic hinges, push to exit buttons, wave motion sensors, Doors (limited) safety sensors, actuators, magnetic or electronic lock actuators and sliding door track systems. Firms with interest and capability to include, Federal Schedule Contract Holders, Small Business, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, HUB Zone Small Business, Small Disadvantaged Business, and Women-Owned Small Business Concerns may respond by submitting a qualifications letter stating the following information: Name Capability Statement (to include the Counties/Locations of interest) DUNS # and SAM UEI Info Type of business (i.e., SDVOSB, VOSB, WOSB, etc.) Contact person-name-e-mail and telephone number Responses to this sources sought notice shall be sent via E-mail to be received no later than 2:00 PM EST- (1400) July 7, 2022. Telephone inquiries, mailed inquires, and facsimile responses will not be considered. Please send All responses by E-mail to: Department of Veterans Affairs, Network Contracting Office 8 by E-mail [email protected].

  • Original Set Aside: 
  • Product Service Code: J056 – MAINT/REPAIR/REBUILD OF EQUIPMENT- CONSTRUCTION AND BUILDING MATERIALS
  • NAICS Code: 238290 – Other Building Equipment Contractors
  • Place of Performance: VAMC West Palm Beach , FL 33410 USA

Full details via beta.sam.gov

Sources Sought for Construction of a Parking Lot

This is a Sources Sought synopsis. This notice does NOT constitute a request for proposal, request for quote, or an invitation for bid. The intent of this synopsis is to identify potential Section 8(a) small business concerns, Historically Underutilized Business Zone (HUBZone) small business concerns, woman-owned small business concerns (WOSB), service disabled veteran owned small business (SDVOSB) concerns and small business concerns (SBC) that have the required experience and capability to construct parking facilities.  NAVFAC Pacific will use the responses to this Sources Sought notice to make the appropriate acquisition decision for the planned procurement. This is not an announcement of the availability of a solicitation nor is it a mPreview (opens in a new tab)eans of generating a plan-holders list.  After review of the responses to this notice, a pre-solicitation announcement may be published on the SAM.gov website should the Government intend to proceed with this procurement.

Firms responding to this notice shall clearly identify which small business program(s), as specified above, they represent.

The North American Industry Classification System (NAICS) Code is 238990, Average Annual Receipts for past three years–$16.5 MIL. The estimated cost is between $12,000,000 and $14,000,000.

The project is for the design-build construction of a parking lot consisting of 240 stalls.  The work also includes grading and landscaping.

The Government will evaluate responses based upon small business program representation, experience, past performance, and bonding capacity.  Use the attached forms: Sources Sought Questionnaire form (Attachment (1)) and Experience Questionnaire form (Attachment (2)).  The Experience Questionnaire information shall support that you have completed a relevant project of the magnitude indicated.

Firms having the capability to perform this work are invited to submit qualifications information, limited to the forms provided no later than 2:00 p.m. HST on July 08, 2022.  Submissions may be submitted via electronic mail to [email protected].  Upon receipt, a confirmation email will be sent.  If a confirmation email is not received within a day, please call (808) 471-2235.

Complete information must be submitted as the Government will not seek clarification of information provided. The Government will not contact the concern for clarification of information. This Sources Sought notice is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this Sources Sought notice or otherwise pay for the requested information. The Government will not provide a debriefing on the results of this notice. All information will be held in a confidential manner and will only be used for the purposes intended. Information received after the specified date and time will not be considered.

  • Original Set Aside: 
  • Product Service Code: 
  • NAICS Code: 238990 – All Other Specialty Trade Contractors
  • Place of Performance: GU, USA

Full details via beta.sam.gov

ESI Contracting, Corp. awarded a $15M contract for repair and replacement of riprap overlay

ESI Contracting, Corp.,* Kansas City, Missouri, was awarded a $15,510,141 firm-fixed-price contract for repair and replacement of riprap overlay at Tuttle Creek Dam, Manhattan, Kansas. Bids were solicited via the internet with two received. Work will be performed in Manhattan, Kansas, with an estimated completion date of June 30, 2025. Fiscal 2022 operation and maintenance, Corps of Engineers funds in the amount of $15,510,141 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-22-C-1022).

Esi Contracting, Corp. is located in Kansas City, MO, United States and is part of the Other Specialty Trade Contractors Industry. Esi Contracting, Corp. has 40 total employees across all of its locations and generates $10.02 million in sales (USD). (Sales figure is modelled). (www.dnb.com

RQ Construction LLC Awarded $28M for a Multiple Award Construction Contract

RQ Construction LLC, Carlsbad, California, is awarded a $28,330,000 firm-fixed-price task order (N4008522F5349) under a multiple award construction contract for repair of a runway at Marine Corps Base Camp Lejeune, North Carolina. The work to be performed provides for the repair of an asphalt runway, concrete overruns, taxiways and apron, and incidental-related work at the Camp Davis training area. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by July 2023. Fiscal 2022 operation and maintenance (Marine Corps) funds in the amount of $28,330,000 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-D-0034).

Rq Construction, LLC is located in Carlsbad, CA, United States and is part of the Nonresidential Building Construction Industry. Rq Construction, LLC has 170 total employees across all of its locations and generates $218.46 million in sales (USD). (Sales figure is modelled). (www.dnb.com)