EN

BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Published July 16, 2021 at 8:00 PM

Updated October 1, 2024

Demolition, site work, paving, outdoor lighting and new construction of a mixed-use development in Scott Air Force Base, Illinois. Completed plans call for the demolition of a military facility; for the construction of a 171,804-square-foot, two-story above grade military facility; for site work for a sidewalk / parking lot; for outdoor lighting for a sidewalk / parking lot; for paving for a sidewalk / parking lot; and water / sewer project.

Award Details Contract Award Date: Jul 08, 2021 Contract Award Number: W912QR21C0021 Task/Delivery Order Number: Contractor Awarded Unique Entity ID (DUNS): 117030729 Contractor Awarded Unique Entity ID (SAM): C1E1XRJ5XTK5 Contractor Awarded Name: Zodiac-Poettker HBZ Joint Venture II, LLC Contractor Awarded Address: Saint Louis, MO USA Base and All Options Value (Total Contract Value): $72713000.00 As of 6/10/2021 this project has not yet been awarded. A timeline for award has not yet been established. A closed solicitation is below, for reference: *An Industry Day for the construction of the Joint Operations Mission Planning Center (JOMPC) at Scott Air Force Base will be held on 23 October 2019 beginning at 0900 Central Time at The Scott Event Center, Paegelow St, Scott AFB, IL 6222. In order to obtain access to Scott Air Force Base and the Industry Day presentation, interested parties must provide first and last names of all visitors no later than 15 October 2019. This is necessary in order to vet the list and produce the visitor's passes. It is recommended that arrangements are made to obtain your visitor's pass the afternoon of 22 Oct to avoid long lines and wait times the morning of Industry Day. The presentation will start at 0900 Central Time. Interested attendees must pre-register for this event by sending the name and email address of the individual that is going to attend. This information is to be submitted via email to Kelly Maxwell (Kelly.B.Maxwell@usace.army.mil) no later than 15 October 2019. *The target Construction Cost Limit (CCL) is $88,580,000, including base and all options. This announcement is open to all businesses regardless of size. The proposed services, which will be obtained by a negotiated Firm Fixed Price Contract, is for Full Design Architect/Engineer Services Contract to Design the Joint Operations Mission Planning Center (JOMPC) located at Scott Air Force Base, Illinois. This design contract will be for the JOMPC, associated facilities and site work. The contract duration is up to 48 months, including Title II Services. The selection authority will, in order of preference, list the firms most highly qualified to perform the work. At least one of the most highly qualified firms will be requested to submit a proposal. Negotiations will begin with the most highly qualified firm in the final selection. If a mutually satisfactory contract cannot be negotiated, the contracting officer will terminate negotiations with that firm and initiate negotiations with the next most highly qualified firm on the list. If a mutually satisfactory contract is negotiated with the most highly qualified firm, no additional negotiations will occur. Only one firm will be selected. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. If necessary, secondary selection criteria will be used as a tiebreaker between firms considered as technically equal. Significant emphasis will be placed on the A/E's quality control procedures, as the District will perform the quality assurance role only. Estimated start date is June 2019. In accordance with FAR 36.604 and supplements thereto, and upon final acceptance or termination, all A/E services contracts above $35,000 will receive a performance evaluation. An interim performance evaluations may be prepared at any time. Performance evaluations will be maintained for use in future source selections for A/E services. The Design JOMPC project will construct a 171,803 square feet (SF) Joint Operations and Mission Planning Center utilizing economical design and construction methods. The preliminary building concept design consists of a two-level structure built above grade that is primarily symmetrical and rectilinear in nature with a steel superstructure; reinforced concrete foundation walls and footings; insulated and reinforced concrete exterior walls with embedded thin brick masonry façade; and an insulated standing seam metal roof. The project includes classified storage, communications infrastructure, air conditioning, space for uninterruptable power systems, emergency backup power generator, intrusion detection, fire detection/suppression, utilities, area lighting, general site improvements, pavement and all other required supporting facilities to result in a complete and usable facility. This project incorporates demolition of Buildings 1509, 1510, 1512, and 1513 (133,537 SF) to clear the site location. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with UFC 3-310-04, Seismic Design of Buildings; UFC 4-010-01, DoD Minimum Antiterrorism Standards for Buildings; UFC 4-010-05, Sensitive Compartmented Information Facilities (SCIF); UFC 4-010-06, Cybersecurity of Facility-Related Control Systems; and all other UFCs as applicable. The building footprint is approximately 85,902 SF with the elevated level roughly identical to the at-grade level, creating a building with an overall space of 171,803 SF. Comprehensive Interior Design, to include SID and FF&E, is required as part of the design. Selection criteria in descending order of importance are listed below. "a" through "d" are primary, and "e" is secondary. a. Professional Qualifications: The government's evaluation of professional qualifications will consider education, training, certifications, registrations, overall experience, relevant experience, and longevity with the firm and longevity in current role/design discipline in the firm. b. Specialized Experience and Technical Competence and Partnered Relationships: The government's evaluation of Specialized Experience and Technical Competency will consider example projects in SF330 Section F which include the Specialized Experience and Technical Competencies noted below. Specialized Experience and Technical Competencies will also be evaluated under the SF330 Section E resumes as indicated in the brackets below. 1. Successful execution of a 100% design of Large (approximately 100,000 square feet) Administrative Buildings with secure space (greater than 20,000 square feet), HQ or Command and Control Headquarters Building [Project Manager, Architect Designer, All Engineering Disciplines]. 2. Seismic Design [Architect Designer, Structural Designer, Mechanical Designer] 3. Design of Anti-Terrorism and Force Protection (ATFP) measures [, Structural Designer, Civil Designer, and Architect Designer] 4. Sustainable Design [Mechanical Designer, Electrical Designer, Architect Designer] 5. Use of USACE CADBIM Policies and Procedures [CAD - Mechanical Designer, Electrical Designer, Structural Designer, Architect Designer] 6. Construction cost estimating using MCASES MII [Cost Engineer] 7. Performance of Design Charrettes [Project Manager] 8. Use of SpecsIntact [Mechanical Designer, Electrical Designer, Structural Designer, Civil Designer, and Architect Designer] Additional consideration will be given to offerors who provide a Design Quality Management Plan in SF330 Section H that demonstrates a clear understanding of USACE quality management policies and that details quality management activities that will be used in addition to those required by USACE policy. Additional consideration will be given to offerors who demonstrate successful execution on previous projects that are comprised of the same AE team that is proposed for this project in Section G of the SF330. c. Capacity: The government's evaluation of the offeror's capacity narrative included in the Design Quality Management Plan in SF330 Section H will consider the offeror's ability to complete the work in the required time with the understanding that this contract may require multiple design teams to complete this project on time and within budget. d. Past Performance: The government's evaluation of past performance will consider the offeror's ability to design this project within funding limitations, comply with performance schedules, provide high quality design products, and minimize cost and time growth of the project during construction. e. Small Business Participation: The government's evaluation of the offeror's Small Business Participation plan will consider level of participation of Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Veteran Owned Small Business team members. Offerors must submit four (4) hard copies and one (1) electronic copy on CD of the SF 330, Part l, and one copy of the SF330, Part II for the prime firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Offerors must submit a current and accurate SF 330, Part II, for each proposed sub-consultant. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. Please identify the Dun & Bradstreet number of the office(s) performing the work in Block 5 of the SF 330, Part I. Dun & Bradstreet numbers may be obtained by contacting (866) 705-5711, or via the internet at http://fedgov.dnb.com/webform. The proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger on white letter-sized paper (8 inches by 11 inches). The SF 330 will be no longer than 100 pages in length (excluding the SF 330, Part IIs) and Section H will be 20 pages or less in length and shall only include the Narratives described and required in this Presolicitation Notice. Each printed side of a page will count as one page. The data on the CD shall not substitute for the hard copy submission. Dividers, bindings and cover sheets do not count against the total page count of the response to the RFP. Do not furnish design portfolios, prints, magazines, newspaper clippings, or CDs of completed projects. All requirements of this notice must be met for a firm to be considered responsive. Additional instructions and clarifications for SF330: SF330 Section D: The offerors shall submit an organizational chart as required by SF330 Section D. Offerors can submit a folded 11"x 17" organizational chart as part of their submission. This will be considered only one page of their submission. SF330 Section E: The individuals identified by the project roles on the SF330 may not have multiple duties or be "dual-hatted." Offerors shall provide individual resumes in SF330 Section E for each of the individuals listed below in lines 1 thru 23. Individuals included in SF330 Section E must possess the certifications and registrations listed below and must have performed in their respective role (i.e. project manager, architect designer, etc.) on projects similar to those listed in Paragraph 2 of this solicitation for the amount of time listed below. Projects listed on the SF330 must include if roles and responsibilities performed were design phase services or construction phase services and the duration of services performed. Additional consideration will be given to offerors who provide communications designer with a registered Communication Distribution Designer (RCDD) certification. Additional consideration may be given for resumes that demonstrate more than the required minimum experience. 1. Project Manager; Registered Architect or Professional Engineer, 15 Years 2. Architect Designer, Registered Architect, 15 Years 3. Architect Designer, Registered Architect, 10 Years 4. Civil Designer, Registered Professional Engineer, 15 Years 5. Civil Designer, Registered Professional Engineer, 10 Years 6. Structural Designer, Registered Professional Engineer, 15 Years 7. Structural Designer, Registered Professional Engineer, 10 Years 8. Mechanical Designer, Registered Professional Engineer, 15 Years 9. Mechanical Designer, Registered Professional Engineer, 10 Years 10. Electrical Designer, Registered Professional Engineer, 15 Years 11. Electrical Designer, Registered Professional Engineer, 10 Years 12. Geotechnical Designer, Registered Professional Engineer, 15 Years 13. Geotechnical Designer, Registered Professional Engineer, 10 Years 14. Interior Designer, certified by the National Council of Interior Design Qualifications (NCIDQ), registered interior designers, or registered architect with at least five years of experience and training in interior design, 10 Years 15. Interior Designer certified by the National Council of Interior Design Qualifications (NCIDQ), registered interior designers, or registered architect with at least five years of experience and training in interior design, 10 Years 16. Communication Distribution Designer, No certification required, 10 years 17. Communication Distribution Checker, No certification required, 10 years 18. Cost Engineer, Certified Cost Engineer (CCE), Certified Cost Consultant (CCC), or comparable certification (American Society of Professional Estimators or Association for Advancement of Cost Engineering), 10 Years 19. Fire Protection Engineer, Registered Fire Protection Engineer, 10 years 20. Fire Protection Engineer, Registered Fire Protection Engineer, 10 years 21. Commissioning Agent, 5 years 22. CAD Technician Senior, 15 years 23. CAD Technician Junior, 5 years SF330 Section F: For all projects included in SF330 Section F, construction must be substantially complete. Substantially complete is defined as a construction project when the project and/or facility can be used for its intended purpose. Of the up to ten projects included in SF330 Section F, projects must be substantially complete within 10 years, a minimum of two must be fully designed by the offeror. The date in the Professional Services Block, Block 22, for the designers must be within 10 years of the date of this proposal submittal. Projects substantially complete outside of 10 years may be submitted but may be considered less relevant. An IDIQ contract may NOT be substituted as one of the ten projects; however, individual task orders meeting these requirements may be submitted. Additional consideration will be given to offerors who provide projects that are similar to the project features as described in Paragraph 2. SF330 Section H: In SF330 Section H, include an evaluation of performance from the client/owner for all example projects included in SF330 Section F. Performance evaluations will not be counted against the 20 page limit of SF330 Section H or the 100 page limit for the entire SF330. In SF330 Section H, each offeror shall present a Design Quality Management Plan including an explanation of the firm's management approach; management of sub-consultants (if applicable); quality control procedures (for plans, specification, design analysis and electronic documents); procedures to insure that internal resources are not over committed; and an organizational chart showing the inter-relationship of management and various team components (including sub-consultants). The Design Quality Management Plan shall also include a Capacity Narrative describing the offeror's ability to complete the work with available resources. In SF330 Section H, all large businesses shall present a Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 as part of the response to this RFP. The number of pages of the Small Business Small Disadvantaged Business Plan do not count against the total page count for the response to the RFP. Additionally, estimate the proposed extent of participation of Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Veteran Owned Small Business team members in the contract team using a chart showing each firm that is a team member, their small business category, and their proposed level of participation measured as a percentage of the overall estimated effort (i.e. a chart with 3 columns, respectively entitled 'Firm Name', 'Small Business Category', and '% Participation'). In SF330, Section H, the proposal may include up to a one page narrative on past performance on Indefinite Delivery/Indefinite Quantity contracts with federal agencies. Release of firm status will occur within 10 days after approval of any selection. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. To be eligible for award, a firm must be registered in the System for Award Management (SAM) database, via the SAM Internet site at https://www.sam.gov. A bidder inquiry key has been established for this project and is D24WSC-H5DZDR. Technical inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at http://www.ProjNet.org/ProjNet. As noted below, offerors shall not submit their proposals via ProjNet. Offerors shall submit their proposals in accordance with the provisions stated in the solicitation. To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into system. The Solicitation Number is: W912QR-19-R-0020 The Bidder Inquiry Key is: D24WSC-H5DZDR Specific Instructions for ProjNet Bid Inquiry Access: 1. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. 2. Identify the Agency. This should be marked as USACE. 3. Key. Enter the Bidder Inquiry Key listed above. 4. Email. Enter the email address you would like to use for communication. 5. Select Continue. A page will then open stating a user account was not found and will ask you to create one using the provided form. 6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system. 7. Select Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Specific Instructions for Future ProjNet Bid Inquiry Access: 1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your Secret Question and Secret Answer to log in. 2. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. 3. Identify the Agency. This should be marked as USACE. 4. Key. Enter the Bidder Inquiry Key listed above. 5. Email. Enter the email address you used to register previously in ProjNet. 6. Select Continue. A page will then open asking you to enter the answer to your Secret Question. 7. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system. From this page you may view all bidder inquiries or add an inquiry. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. Offerors are requested to review the specification in its entirety and to review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. Information concerning the status of the evaluation and/or award will NOT be available after receipt of bids/proposals. NOTES: 1. Offerors shall not submit their proposals via ProjNet, but in accordance with the provisions stated in the solicitation. Any questions regarding acceptable means of submitting offers shall be made directly to the Contract Specialist identified in the solicitation. 2. Government responses to technical inquiries and questions relating to proposal procedures or bonds that are submitted to ProjNet in accordance with the procedures above are not binding on the Government unless an amendment is issued on Standard Form 30. In the case of any conflicts, the solicitation governs. Any changes or revisions to the solicitation will be made by formal amendment. Government responses will be limited to: (a) Notice that an amendment will be issued; (b) Reference to an existing requirement contained in the solicitation; or (c) Notice that a response is not necessary. The ability to enter technical inquiries and questions relating to proposal procedures or bonds will be disabled five (5) days prior to the closing date stated in the solicitation. No Government responses will be entered into the ProjNet system within two (2) days prior to the closing date stated in the solicitation. Place of Performance: Scott Air Force Base, Illinois United States

Award

Military

$72,713,000.00

Public - Federal

Demolition, New Construction, Outdoor Lighting, Paving, Site Work

1195

62

606

7

Subscribe For Documents

54 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet
Division 01 - General Requirements

Division 01 - General Requirements

Administrative Requirements, Submittal Procedures, Certificates, Design Data, Quality Requirements, Regulatory Requirements, References, Definitions, Quality Assurance, Installer Qualifications, Field Samples, Quality Control, Contractor Quality Control, Temporary Facilities and Controls, Temporary Utilities, Temporary Fire Protection, Construction Facilities, Temporary Construction, Vehicular Access and Parking, Traffic Control, Temporary Controls, Temporary Erosion and Sediment Control, Project Identification, Execution and Closeout Requirements, Examination and Preparation, Execution, Application, Erection, Cleaning and Waste Management, Final Cleaning, Closeout Submittals, Maintenance Data, Warranties, Spare Parts, Commissioning, Facility Operation, Facility Operation Procedures, Facility Maintenance Procedures
Division 02 - Existing Conditions

Division 02 - Existing Conditions

Demolition, Facility Remediation, Transportation and Disposal of Hazardous Materials, Asbestos Remediation
Division 03 - Concrete

Division 03 - Concrete

Concrete Forming and Accessories, Concrete Forming, Structural Cast-in-Place Concrete Forming, Concrete Accessories, Concrete Reinforcing, Reinforcing Steel, Cast-in-Place Concrete, Architectural Concrete, Concrete Finishing, Post-Tensioned Concrete, Concrete Curing, Precast Concrete, Precast Structural Concrete, Mass Concrete
Division 04 - Masonry

Division 04 - Masonry

Masonry, Common Work Results for Masonry, Unit Masonry, Clay Unit Masonry, Brick Masonry, Concrete Unit Masonry, Stone Assemblies
Division 05 - Metals

Division 05 - Metals

Metals, Common Work Results for Metals, Structural Metal Framing, Structural Steel Framing, Metal Joists, Steel Joist Framing, Metal Decking, Steel Decking, Steel Roof Decking, Cold-Formed Metal Framing, Metal Fabrications, Metal Stairs, Metal Ladders, Metal Railings
Division 06 - Wood, Plastics, and Composites

Division 06 - Wood, Plastics, and Composites

Rough Carpentry, Wood Framing, Sheathing, Underlayment, Finish Carpentry, Millwork, Architectural Woodwork, Plastic Fabrications
Division 07 - Thermal and Moisture Protection

Division 07 - Thermal and Moisture Protection

Dampproofing and Waterproofing, Dampproofing, Water Repellents, Thermal Protection, Thermal Insulation, Exterior Insulation and Finish Systems, Roofing and Siding Panels, Composite Roof Panels, Metal Wall Panels, Composite Wall Panels, Fabricated Wall Panel Assemblies, Siding, Membrane Roofing, Flashing and Sheet Metal, Roof and Wall Specialties and Accessories, Roof Accessories, Relief Vents, Fire and Smoke Protection, Applied Fireproofing, Board Fireproofing, Firestopping, Joint Protection, Joint Sealants, Expansion Control
Division 08 - Openings

Division 08 - Openings

Openings, Doors and Frames, Metal Doors and Frames, Wood Doors, Specialty Doors and Frames, Coiling Doors and Grilles, Panel Doors, Entrances and Storefronts, Aluminum-Framed Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Aluminum Windows, Bronze Windows, Stainless-Steel Windows, Steel Windows, Wood Windows, Hardware, Door Hardware, Glazing, Glass Glazing, Mirrors, Louvers and Vents, Louvers, Vents
Division 09 - Finishes

Division 09 - Finishes

Finishes, Plaster and Gypsum Board, Supports for Plaster and Gypsum Board, Suspension Systems, Lath, Metal Lath, Gypsum Board, Tiling, Ceramic Tiling, Ceilings, Acoustical Ceilings, Flooring, Resilient Flooring, Terrazzo Flooring, Carpeting, Access Flooring, Wall Finishes, Wall Coverings, Acoustic Treatment, Acoustic Wall Coating, Painting and Coating, Painting
Division 10 - Specialties

Division 10 - Specialties

Information Specialties, Visual Display Surfaces, Directories, Signage, Plaques, Interior Specialties, Compartments and Cubicles, Partitions, Wall and Door Protection, Corner Guards, Toilet, Bath, and Laundry Accessories, Toilet Accessories, Safety Specialties, Fire Protection Specialties, Fire Extinguishers, Storage Specialties, Storage Assemblies, Exterior Specialties, Protective Covers, Canopies, Other Specialties, Pest Control Devices, Scales
Division 11 - Equipment

Division 11 - Equipment

Vehicle and Pedestrian Equipment, Loading Dock Equipment, Loading Dock Levelers, Commercial Equipment, Office Equipment, Computers, Educational and Scientific Equipment, Audio-Video Equipment, Entertainment Equipment, Athletic Equipment, Recreational Equipment
Division 12 - Furnishings

Division 12 - Furnishings

Furnishings, Common Work Results for Furnishings, Fabrics, Window Treatments, Window Shades, Roller Window Shades, Casework, Countertops, Furnishings and Accessories, Portable Lamps, Lamps, Bedroom Furnishings, Blankets, Furnishing Accessories, Bowls, Rugs and Mats, Entrance Floor Mats and Frames, Floor Mats, Runners, Furniture, Seating, Chairs, Residential Furniture, Beds, Systems Furniture
Division 13 - Special Construction

Division 13 - Special Construction

Special Facility Components, Fountains, Special Purpose Rooms, Athletic and Recreational Special Construction, Floor Sockets, Integrated Construction, Sound, Vibration, and Seismic Control
Division 14 - Conveying Equipment

Division 14 - Conveying Equipment

Elevators, Lifts, Other Conveying Equipment, Facility Chutes
Division 21 - Fire Suppression

Division 21 - Fire Suppression

Fire Suppression, Water-Based Fire-Suppression Systems, Facility Fire-Suppression Water-Service Piping
Division 22 - Plumbing

Division 22 - Plumbing

Plumbing, Common Work Results for Plumbing, General-Duty Valves for Plumbing Piping, Hangers and Supports for Plumbing Piping and Equipment, Plumbing Insulation, Plumbing Piping and Pumps, Facility Storm Drainage, Roof Drains, Plumbing Fixtures, Drinking Fountains and Water Coolers, Drinking Fountains
Division 23 - Heating Ventilating and Air Conditioning

Division 23 - Heating Ventilating and Air Conditioning

Heating, Ventilating, and Air Conditioning (HVAC), Common Work Results for HVAC, General-Duty Valves for HVAC Piping, Hangers and Supports for HVAC Piping and Equipment, Testing, Adjusting, and Balancing for HVAC, HVAC Insulation, Duct Insulation, Instrumentation and Control for HVAC, Sequence of Operations for HVAC Controls, Facility Fuel Systems, Facility Fuel Piping, HVAC Piping and Pumps, Hydronic Piping and Pumps, Hydronic Pumps, Refrigerant Piping, Refrigerants, HVAC Air Distribution, HVAC Ducts and Casings, Metal Ducts, Air Duct Accessories, Dampers, Turning Vanes, Flexible Connectors, HVAC Fans, Air Outlets and Inlets, HVAC Air Cleaning Devices, Central Cooling Equipment, Packaged Water Chillers, Rotary-Screw Water Chillers, Central HVAC Equipment, Decentralized HVAC Equipment, Convection Heating and Cooling Units, Fan Coil Units, Radiators, Unit Heaters
Division 25 - Integrated Automation

Division 25 - Integrated Automation

Integrated Automation Facility Controls, Integrated Automation Control of Electrical Systems
Division 26 - Electrical

Division 26 - Electrical

Electrical, Common Work Results for Electrical, Grounding and Bonding for Electrical Systems, Hangers and Supports for Electrical Systems, Medium-Voltage Electrical Distribution, Medium-Voltage Transformers, Low-Voltage Electrical Distribution, Low-Voltage Transformers, Low-Voltage Switchgear, Switchboards and Panelboards, Switchboards, Panelboards, Low-Voltage Circuit Protective Devices, Fuses, Low-Voltage Controllers, Variable-Frequency Motor Controllers, Facility Electrical Power Generating and Storing Equipment, Battery Equipment, Batteries, Power Filters and Conditioners, Capacitors, Voltage Regulators, Electrical and Cathodic Protection, Facility Lightning Protection, Lighting, Interior Lighting, Emergency Lighting, Special Purpose Lighting, Obstruction Lighting, Exterior Lighting
Division 27 - Communications

Division 27 - Communications

Communications, Common Work Results for Communications, Communications Services, Voice Communications, Audio-Video Communications, Audio-Video Systems
Division 28 - Electronic Safety and Security

Division 28 - Electronic Safety and Security

Electronic Safety and Security, Electronic Detection and Alarm, Fuel-Gas Detection and Alarm, Electronic Monitoring and Control, Electronic Detention Monitoring and Control Systems
Division 31 - Earthwork

Division 31 - Earthwork

Earthwork, Common Work Results for Earthwork, Soils for Earthwork, Aggregates for Earthwork, Earth Moving, Off-Gassing Mitigation, Radon Mitigation, Grading, Excavation and Fill, Subgrade Preparation, Excavation, Dewatering, Fill, Backfill, Compaction, Erosion and Sedimentation Controls, Special Foundations and Load-Bearing Elements, Driven Piles, Bored Piles, Special Foundations, Foundation Anchors, Tunneling and Mining
Division 32 - Exterior Improvements

Division 32 - Exterior Improvements

Exterior Improvements, Operation and Maintenance of Exterior Improvements, Mowing, Pruning, Bases, Ballasts, and Paving, Flexible Paving, Rigid Paving, Unit Paving, Curbs and Gutters, Paving Specialties, Pavement Markings, Site Improvements, Fences and Gates, Screening Devices, Planting, Planting Preparation, Mulching, Turf and Grasses, Seeding, Plants, Shrubs, Trees
Division 33 - Utilities

Division 33 - Utilities

Utilities, Common Work Results for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Storage Tanks, Storm Drainage Utilities, Culverts, Pipe Culverts, Electrical Utilities, Electrical Utility Transmission and Distribution, Utility Substations
Division 34 - Transportation

Division 34 - Transportation

Transportation
Division 35 - Waterways and Marine Construction

Division 35 - Waterways and Marine Construction

Waterway and Marine Construction and Equipment
Division 40 - Process Interconnections

Division 40 - Process Interconnections

Process Integration, Common Work Results for Process Integration, Instrumentation and Control for Process Systems, Process Control Auxiliary Devices
Division 41 - Material Processing and Handling Equipment

Division 41 - Material Processing and Handling Equipment

Material Processing and Handling Equipment, Piece Material Handling Equipment, Cranes and Hoists, Cranes, Lifting Devices, Clamps, Hooks, Lifts, Manufacturing Equipment, Dies and Molds, Molds
Division 43 - Process Gas and Liquid Handling, Purification and Storage Equipment

Division 43 - Process Gas and Liquid Handling, Purification and Storage Equipment

Gas Handling Equipment, Gas Compressors
Division 44 - Pollution Control Equipment

Division 44 - Pollution Control Equipment

Water Treatment Equipment, Packaged Water Treatment, Packaged Water Treatment Plants

Find More Local Projects

Within 75 Miles of This Project
83
Active Projects
46
Bidding Soon
787
All Active Projects
353
Updated Recently

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

April 20, 2021

August 17, 2021

img_map_placeholder

Scott Dr, Scott Air Force Base, IL

Related To This Project


Cut Costs, Not Corners.

Get Access Now

Get the right
data with Project Intelligence

Share with your network.

Joint Operations Mission Planning Center (JOMPC)

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.