BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Marine Corps Air Station Cherry Point, North Carolina. Contact the soliciting agency for additional information.

AE IDIQ Multi-disciplinePrimarily for Industrial and Commercial Support FacilitiesMCB Camp Lejeune MCAS Cherry Point, NC.SYNOPSISNOTICE OF INTENT TO CONTRACT N4008522R2607 INDEFINITE QUANTITY/ INDEFINITE DELIVERY CONTRACT FOR ARCHITECTURAL DESIGN AND ENGINEERING SERVICES FOR INDUSTRIAL AND COMMERCIAL SUPPORT FACILITIES WITHIN THE EASTERN NORTH CAROLINA AREA. DESCRIPTION: ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. SEE MORE DETAILS ON DESCRIPTION ON SAM.GOV AE IDIQ Multi-discipline Primarily for Industrial and Commercial Support Facilities MCB Camp Lejeune & MCAS Cherry Point, NC. PLEASE NOTE: THE BELOW INFORMATION HAS BEEN POSTED UNDER THE ATTACHMENT SECTION. SYNOPSIS NOTICE OF INTENT TO CONTRACT N40085-22-R-2607 INDEFINITE QUANTITY/ INDEFINITE DELIVERY CONTRACT FOR ARCHITECTURAL DESIGN AND ENGINEERING SERVICES FOR INDUSTRIAL AND COMMERCIAL SUPPORT FACILITIES WITHIN THE EASTERN NORTH CAROLINA AREA. DESCRIPTION: ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. This proposed contract is for licensed architectural, multi-disciplined engineering (A-E) services as described below and will be procured in accordance with the Brooks Act as implemented by FAR Subpart 36.6. It is being solicited as a SERVICE DISABLED VETERAN OWNED BUSINESS SET ASIDE. The Small Business size standard classification is North American Industrial Classification System (NAICS) Code is 541330, Engineering Services, and the Small Business size standard is $16,500,000. The Government seeks the most highly qualified firm to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria. Architectural Design and Engineering services are required for one (1) Indefinite Delivery Indefinite Quantity (IDIQ) Contract. Work under the contract is anticipated to occur primarily at NAVFAC Mid-Atlantic, Marine Corps Area of Responsibility (AOR) including Marine Corps Air Station Cherry Point, Marine Corps Air Station New River, Marine Corps Base Camp Lejeune, Marine Corps Air Station Beaufort, and Marine Recruit Depot Parris Island. However, work may be ordered throughout the Naval Facilities (NAVFAC) Mid-Atlantic AOR and NAVFAC worldwide (rare occasion). These services will be procured in accordance with 40 U.S.C. Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. The IDIQ contract will be for a five year term. The total fee for the contract term shall not exceed $15,000,000. The guaranteed minimum for the contract term is $5,000 firm-fixed price task orders will be negotiated for this contract. There will be no dollar limit per task order and no dollar limit per year. Estimated start date is October 2022. Engineering and Design Services are generally in support of Projects and Studies associated with the Facilities Sustainment, Restoration and Modernization (FSRM) Program, Special Projects Programs, and Military Construction (MILCON) Programs. Specifically, services will include the following: A) Facility Planning, Analysis, and Site Investigation Services - such as: 1) Facility planning services, including: i) Project programming and requirements development ii) Conceptual pricing development iii) Development of Alternatives including Economic Analysis 2) Facility analysis, including: i) General condition assessment including code compliance ii) Energy utilization studies iii) Facility life safety code analysis iv) Hazardous material surveys and analysis 3) Site investigation services, including: i) Geotechnical investigation ii) Utility location/identification iii) Site topographic and property boundary studies, including flood zones and wetlands iv) Environmental soil and ground water sampling and analysis v) Storm Drainage analysis/studies B) Design Services, including all supporting activities such as site investigation, surveys (to include hazardous material testing), design charrettes, cost estimates, etc.: 1) Development of comprehensive contract packages such as Design-Build RFPs and Design-Bid-Build plans/specifications 2) Construction Cost Estimates 3) Calculations C) Construction Services such as the following services: 1) Contractor submittal reviews 2) Field consultation and special inspections 3) Electronic Operation and Maintenance Support Information (eOMSI) 4) Obtaining environmental permits and regulatory approvals 5) As-built and Record Document preparation A-E firms are required to prepare cost estimates utilizing the MCACES MII estimating system, specifications in the SPECSINTACT program, design-build RFPs utilizing NAVFAC Design-Build Masters, and drawings in AutoCAD (2016 or higher) or Revit (2016 or higher) utilizing the National CADD Standards format with NAVFAC specified modifications. 3D renderings and BIM modeling may also be required. A-E firms or others under contract or providing services to NAVFAC may request software installation packages from NAVFAC Atlantic CI Cost. The A-E is to send an email to NAVFAC-CI-Cost@navy.mil with the following in the Subject Section "MII License Request". Software is generally distributed to A-Es free of charge; however, accompanying database licenses must be purchased and licensed as appropriate by the user. Asbestos and or lead-based paint assessments will be required on this contract to determine the presence of hazardous material in existing facilities or at utility points of connections. When asbestos or lead is found, comprehensive asbestos or lead surveys, to include sampling and testing, and the preparation of plans and specifications showing the location of asbestos and lead, and specifying the procedure to be followed during construction and/or demolition for removal or abatement, will be required. A-E firms must be able to accept work that involves asbestos, lead paint, PCBs, contaminated ground-water/soil and other hazardous materials, work on airfields, and in confined spaces. As defined by paragraph 1-5 of UFC 3-600-01, Fire Protection Engineering for Facilities, this contract will require the services of a licensed fire protection engineer or sub-consultant. All engineering and design services shall comply with the most current edition of FC 1-300-09N Navy & Marine Corps Design Procedures, and other requirements as indicated on the Whole Building Design Guide Web Site (www.wbdg.org). Selected A-E firm is required to have online access to web-based support programs and email via the internet for routine exchange of correspondence/information. A-E firm is required to submit and maintain an A-E Accident Prevention Plan (APP) in accordance with USACE EM 385-1-1 for each project on this contract and Activity Hazard Analysis (AHA) for each in-field action. Key personnel, including sub-consultants, MUST be U.S. CITIZENS and able to obtain security clearances as required. All contractors are advised that registration in System for Award Management (SAM) Database is required prior to award of a contract. Failure to register in the SAM Database may render your firm ineligible for award. For more information, check the SAM Web site: https://www.sam.gov. Interviews may be scheduled with firms slated as the most highly qualified. Firms slated for interviews may be asked to clarify information contained in the SF330 submittal. Elaborate presentations are not desired. SUBMISSION REQUIREMENTS: A-E firms desiring to be considered for this contract must submit a completed SF 330 package by mail via the carrier of their choice. The SF 330 shall be typed, one sided, at least 11 point Times New Roman or larger. Part I shall not exceed 100 single-sided 8.5 by 11 inch pages (the page limit does not include Individual Subcontracting Reports (ISR), certificates, Past Performance Questionnaires (PPQ), CPARS or licenses, nor does the page limit include cover sheets or dividers, provided that these do not contain any substantive information submitted in response to the synopsis or intended to demonstrate the qualifications of the firm). Part I pages shall be numbered sequentially. The organizational chart may be one page single sided 11 by 17 foldout, using 11 point font or larger (font limitations do not apply to graphics, captions or tables). Introductions shall be included in Sections E and F. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF 330. If submitting as a Joint Venture, and you do not yet have DUNS, CAGE, and TIN for the Joint Venture, then DUNS, CAGE and TIN should be submitted for each firm. DUNS, CAGE and TIN for the Joint Venture, if selected, would be required prior to the award of any contract. Interested firms shall provide electronic submissions of the SF 330 to: Georgia Scott, Contracting Officer, at georgia.a.scott.civ@us.navy.mil Mailed and hand-carried packages will not be accepted! Responses are due no later than: ___October 4, 2022_ Late responses will be handled in accordance with FAR 52.215-1. Electronic (E-mail, facsimile, etc.) submissions are not authorized. NO EXCEPTIONS AT ALL. Pre-Proposal Inquiries concerning this project shall be made not later than 10 days prior to proposal due date. Inquiries must include solicitation number, title, and be addressed to: Georgia Scott Contracting Officer, at georgia.a.scott.civ@us.navy.mil THIS IS NOT A REQUEST FOR PROPOSAL. Offerors are advised that the Government will not consider pages submitted beyond the page limits. Additionally, the Government will not consider information submitted outside of the section required for a particular criterion. For example, the Government will consider only the information in the SF 330, Part I, Section F for information on Criterion 1, Specialized Experience, and will not cross-reference or consider information in other sections that may be intended to apply or supplement Criterion 1. If an SF 254/SF 255 is submitted for this solicitation, it will not be reviewed or considered. In accordance with the FAR 36.601-4(b), the A-E firm must be a registered/licensed architectural and/or engineering firm to be eligible for award. Provide proof that firm is permitted by law to practice the professions of architecture or engineering, (e.g., state registration number, or a brief explanation of the firm's licensing in jurisdictions that do not register firms, etc.). Failure to submit the required proof could result in a firm's elimination from consideration. IN ADDITION TO COMPLYING WITH ALL REQUIREMENTS IN THIS SYNOPSIS, FIRMS WHO ARE OFFERING AS A JOINT VENTURE SHOULD INCLUDE WITH THEIR SUBMISSION A COPY OF THE JOINT VENTURE AGREEMENT. FAILURE TO INCLUDE THE JOINT VENTURE AGREEMENT WILL RESULT IN THE FIRM'S ELIMINATION FROM FURTHER EVALUATION. Except as noted otherwise, the Government will not consider information submitted beyond this page limit. Furthermore, the Government will consider information for each Criterion only in the section specified for that Criterion. Firms responding to this announcement by October 4, 2022 at 2:00 PM EDT will be considered. Architect-engineer firms that meet the requirements described in this announcement shall submit electronic proposal copies through the PIEE Solicitation Module. Additional Instructions for registering in PIEE, Solicitation are found in Attachment B. Additionally, Offeror shall submit one (1) Hard copy and one (1) CD to be received by the Contract Specialist within 5 calendar days of the proposal due date via express mail to Naval Facilities Engineering Systems Command, Mid-Atlantic, Code (ACQ21), Attn: Georgia Scott, 9324 Virginia Ave., Norfolk, VA 23511-3095. Late responses will be handled in accordance with FAR 52.215-1. If an SF 254/SF 255 is submitted for this solicitation, it will not be reviewed or considered. As required above, provide verifiable evidence that your firm is permitted by law to practice the professions of architecture or engineering (e.g., state registration number). It is the sole responsibility of the Offeror to obtain the RFP files, along with any amendments, from Opportunities (www.sam.gov). Proposals shall be delivered by mail on the dates and times listed above, unless those dates are changed via Solicitation Amendment. Hand delivered proposals will not be accepted. Express Mail to: Naval Facilities Engineering Systems Command, Mid-Atlantic 9324 Virginia Avenue Building Z-140, Room 225 Norfolk, Virginia 23511 Attn: Georgia Scott, ACQ21 Inquiries concerning this procurement should be submitted via the Pre-Proposal Inquiry Form (Attachment C), with solicitation number and title in the subject line and be forwarded via email to georgia.a.scott.civ@us.navy.mil. No questions will be answered without using this form. END OF DOCUMENT SELECTION CRITERIA: Standard Form 330s will be evaluated to determine the most highly qualified firm based on criterion responses. Failure to provide requested data or to comply with the instructions in this Synopsis could result in a firm being considered less qualified or eliminated from consideration. The Selection of Architects and Engineers Statute and FAR Part 36.6 selection procedures apply. The A-E must demonstrate the team's qualifications with respect to the published evaluation criteria. Failure to provide complete submission information defined in the evaluation criteria below may affect a firm's qualification ratings. Evaluation Criteria (1) through (3) are considered most important and are equal among themselves; Criteria (4) through (6) are of slightly less importance and are equal among themselves; Criteria (7) is of the least importance and will be used only as a tie-breaker among technically equal firms. Specific evaluation criteria include: Professional Qualifications Specialized Experience Capacity to Accomplish the work in the required time Past Performance Location in the general geographical area of the project 6. Acceptability under other appropriate evaluation criteria 7. Volume of DoD Work Criterion 1- Professional Qualifications (SF330, Part I, Sections E & G): Firms will be evaluated on professional qualifications, competence, and experience of the proposed key personnel in providing services to accomplish the tasks required under this contract, including participation in example projects as outlined in Criterion 2. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Specific disciplines that must be included in key personnel are Program/Project Manager, Quality Control, Task Order Manager, Architects, Civil Engineers, Structural Engineers, Mechanical Engineers, Electrical Engineers, Fire Protection Engineers, Geotechnical Engineers, and Interior Designers. All disciplines listed must be licensed and/or registered. The more a firm includes key personnel that participated in the Criterion 2 projects meeting the project requirements outlined in Criterion 2, the more favorably a firm may be considered. Submission Requirements: SF330, Part I, Section E. Provide resumes for all proposed key personnel that illustrate experience in the work proposed under this contract. Resumes are limited to one (1) page each and must indicate professional registration, certification, licensure and/or accreditation in appropriate disciplines; cite recent (within the five (5) years) project-specific experience in work relevant to the services required under this contract; and indicate proposed role in this contract. Resumes must indicate professional licensure and/or the ability to obtain environmental and other permits from the States of North Carolina, South Carolina and Georgia. The offeror should indicate whether the key personnel hold a security clearance, and if so, what level. Indicate participation of key personnel in Criterion 1 projects in the SF330, Part 1, Section G. Criterion 2- Specialized Experience (SF330, Part I, Section F): Firms will be evaluated based on the demonstration of specialized experience (within the past seven years as detailed below) in the type of work expected to be required or evidence of similar relevant experience in the following areas: Preparation of Design-Bid-Build contract packages including full construction drawings, specifications, and cost estimates for various facility projects; Preparation of Design-Build contract packages; c) Preparation of phasing plans for multi-phased construction projects; d) Performing facility planning studies, including; developing of requirements, preparing engineering evaluations, project scope, and unit guidance or parametric cost estimating. Project development includes the development of alternatives and economic analysis, analysis of proposed sites foundations, utilities access, constraints, and identification of environmental issues; e) Incorporation of Navy, Marine Corps, and MCB Camp Lejeune criteria into contract packages; f) Providing post-construction-award-services (shop drawing review, record drawings preparation, construction inspection services, and OMSI; and g) Experience with regional codes (NC, SC, GA), laws and permitting procedures. Submission Requirements: The Offeror shall provide a minimum of four (4) up to a maximum of seven (7) projects that best demonstrate specialized experience of the proposed team in the areas outlined above. To be considered, contracted services must have been completed within the five (5) years immediately preceding the date of issuance of this Synopsis. The offeror must clearly state the project completion date or, if design-build, the Design Completion Date, or the project will not be considered. If more than the maximum number of projects are submitted, the Government will only evaluate projects up to the maximum number authorized in the order submitted. All projects provided in the SF330 must be completed by the actual office/branch/regional office/individual team member proposed to manage and perform work under this contract. Projects not meeting this requirement will be excluded from consideration in the evaluation. To enable verification, firms should include the DUNS number along with each firm name in the SF330 Part 1, Section F, block 25, "Firm Name" Include a contract number or project identification number in block 21. Include an e-mail address and phone number for the point of contact in block 23(c). In block 24, include in the project description the contract period of performance, award contract value, current contract value, and a summary of the work performed that clearly demonstrates relevance to specialized experience as outlined above. For projects performed as a subcontractor or a joint venture involving different partners, specifically indicate the value of the work performed as a subcontractor or by those firms proposed for this contract, and identify the specific roles and responsibilities performed as a subcontractor or by those firms on the project rather than the work performed on the project as a whole to demonstrate the relevance to the specialized experience as outlined above. If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project will be eliminated from consideration. NOTE: If the firm is a joint venture, projects performed by the joint venture should be submitted; however, if there are no projects performed by the joint venture, projects may be submitted for either joint venture partner, not to exceed a total of seven (7) projects. Greater consideration will be given to a joint venture that provides experience as a joint venture or, at least to a joint venture that provides experience for each member of the joint venture. Joint ventures that do not provide experience for all members of the joint venture team may be rated lower. NOTE: If a project was performed by a joint venture, and all joint venture partners are not on the team proposed for this contract, the offeror/team should specifically address the work performed by the joint venture partner offering/teaming on this contract. Likewise, if the offeror/team member worked as a subcontractor on a project, the description should clearly describe the work actually performed by the offeror/team member and the roles and responsibilities of each on the project, rather than the work performed on the project as a whole. If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project will be eliminated from consideration. Projects shall be submitted on the SF-330 at Part I, Section F and shall be completed projects as detailed above. Projects not completed as required will be excluded from evaluation consideration. For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand-alone contract award. Do not submit an IDIQ contract as an example project. Instead, list relevant task orders or stand-alone contract awards that fit within the definition above. The Government will not evaluate information provided for an IDIQ contract. Examples of project work submitted that do not conform to this requirement will not be evaluated. All information for Criterion 2 should be submitted in the SF330, Part I, Section F. The Government WILL NOT consider information submitted in addition to or outside of Part 1, Section F, in evaluation of Criterion 2. Criterion 3 - Capacity to accomplish the work Firms will be evaluated on the firm's ability to plan for and manage work under the contract and the capacity to accomplish work in the required time. Submission Requirements: Provide an organizational chart for the team and discuss the management plan for this contract and personnel roles in the organization. Describe the ability of the firm to manage, coordinate and work effectively with team members, both internal staff and consultants. Discuss the history of working relationships with team members, including joint venture partners where applicable. Describe the firm's present workload and the availability of the project team (including consultants) for the specified contract performance period. Describe the workload/availability of the key personnel during the anticipated contract performance period and the ability of the firm to provide qualified backup staffing for key personnel to ensure continuity of services. General statements of availability/capacity may be considered less favorably. Criterion 4 - Past Performance (SF330, Part I, Section H): Firms will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided in Past Performance Questionnaires (PPQs) or CPARS for Criterion 2 projects that demonstrate recent relevant specialized experience in areas as detailed in Criterion 2 above and may include customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. NOTE: Past performance information for recent and relevant projects submitted under Criterion 1 may be given greater weight. Submission Requirements: SUBMIT A COMPLETED CPARS EVALUATION FOR EACH PROJECT UNDER CRITERION 1. IF A COMPLETED CPARS EVALUATION IS NOT AVAILABLE, the Past Performance Questionnaire (PPQ) (Attachment (A) included in this notice is provided for the firm or its team members to submit to the client for each project included under Criterion 1, Specialized Experience. DO NOT SUBMIT A PPQ WHEN A COMPLETED CPARS IS AVAILABLE. IF A CPARS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your SF330. If the firm is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, firms should complete and submit with their responses the first page of the PPQ (Attachment (A)), which will provide contract and client information for the respective project(s). Firms may submit a PPQ previously submitted under a different Notice/RFP (legible copies are acceptable) as long as it is on the same form as posted with this Synopsis. Firms should follow up with clients/references to ensure timely submittal of questionnaires. If requested by the client, questionnaires may be submitted directly to the Government's point of contact, Naval Facilities Engineering Command Mid-Atlantic, Code OPHA-DW, Attn: Deanna Ward via email at deanna.ward@navy.mil, prior to the response date. Firms shall not incorporate by reference into their response PPQs or CPARS previously submitted in response to other A/E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Firms are highly encouraged to provide any information on problems encountered and the corrective actions taken on projects submitted under Criterion 2, Specialized Experience. Firms are also highly encouraged to address any adverse past performance issues. Information shall not exceed two double-sided pages (or four single-sided pages) in total. Awards, letters of commendation, certificates of appreciation, etc. shall not be submitted and will not be considered in the evaluation. Criterion 5 - Location in General Geographical Area (SF330, Part I, Section H): Firms will be evaluated on the locations of their office(s) that will be performing the work under this contract and demonstrated knowledge of the primary geographic areas in which projects could be located. Maximum of 5 pages (one-sided) for Criterion 5 response. The Government will not consider information submitted beyond this page limit or in different sections of the SF330. Submission Requirements: Provide the location of the office(s) that will be performing the work, including main offices, branch offices, and offices of team members. Evaluation of firms will include consideration of their location within the primary geographic area of the anticipated projects, primarily in the Marine Corps Area of Responsibility (North Carolina, South Carolina and Georgia). Provide examples demonstrating team's knowledge of the primary geographic areas in which projects could be located. Criterion 6 - Acceptability under other appropriate evaluation criteria (SF330, Part I, Section H): Firms will be evaluated in terms of their knowledge and demonstrated experience in applying sustainability concepts through an integral design approach and designing in accordance with recognized sustainability rating systems such as Green Globe, LEED, etc. Submission Requirements: Identify examples indicating design team (including consultants) experience and concepts employed, certification awarded, and accredited professionals proposed for this contract. For projects certified, submit a copy of the certificate (certificates are not included toward the overall page count). Firms will be evaluated on the strength of the quality control program proposed by the firm to ensure quality products and services under this contract, and means of ensuring quality services from their consultants/subcontractors. Submission Requirements: Describe the quality control program that will be utilized for all deliverables of this contract and the management approach for quality control processes and procedures. The description shall: Explain the quality control program and include an example of how the plan has worked for one of the projects submitted as part of SF330, Section F or how the plan will work if it has not been used previously. Provide a quality control process chart showing the inter-relationship of the management and team components. Describe specific quality control processes and procedures proposed for this contract including technical accuracy of and assurance of overall coordination of plans and specifications, and engineering and design services. Identify the quality control manager and any other key personnel responsible for the quality control program and a description of their roles and responsibilities. Describe how the firm's quality control program extends to management of subcontractors. Criterion 7 - Volume of DoD Work (SF330, Part 1, Section H) Firms will be evaluated in accordance with DOD Federal Acquisition Regulation Supplement (DFARS) Procedures, Guidance and Information (PGI) 236.602-1, from data extracted from the Federal Procurement Data System (FPDS). Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past twelve months with the objective of effecting an equitable distribution of contracts among qualified A&E firms including small, disadvantaged business firms, and firms that have not had prior DOD A&E contracts. Submission Requirements: Firms do not submit data for this factor. The method of contractor selection has not been determined at this time.

Conceptual

Military

$10,000,000.00

Public - Federal

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
57
Active Projects
30
Bidding Soon
580
All Active Projects
253
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

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.

Find better projects. Build better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

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.

Get Access Now

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.

February 28, 2023

img_map_placeholder

Multiple Locations, Marine Corps Air Station Cherry Point, NC

Related To This Project


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.