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 Edwards, California. Contact the soliciting agency for additional information.

NASA Armstrong Flight Research Center (NASA/AFRC), which includes the AFRC Main Campus (MC) and AFRC Building 703, is NASA's premier installation for aeronautical research and flight testing. The main Campus is located at Edwards, California on the western edge of the Mojave Desert 80 miles north of metropolitan Los Angeles. The Center, within the boundaries of Edwards Air Force Base, is on the northwest edge of Rogers Dry Lake, a 44-mile natural playa used for aviation research and test operations. AFRC Building 703 is located in nearby Palmdale, CA adjacent to Air Force's Plant 42. Activities at AFRC MC and AFRC Building 703 generate waste products, which pose potential hazards to personnel and the environment. These hazardous wastes and recyclables are generated from: Aircraft servicing and de-servicing Ground support equipment maintenance Science programs Tank clean outs Spill cleanup The purpose of this document is to list and define contractor requirements for pickup, transportation, delivery, treatment, disposal, or recycling at a licensed and approved State of California Treatment, Storage, and Disposal Facility (TSDF) and/or out-of-state TSDF licensed and approved by the United States Environmental Protection Agency (EPA), for hazardous chemical wastes and recyclables located at AFRC MC and AFRC Building 703. The contractor shall provide the following: All requisite documentation, transportation, and disposal services for hazardous waste chemicals and recyclables Proper placarding for transport vehicles Waste profiling and application for acceptance at various approved TSDFs Preparation of land disposal restriction documents (as required) Preparation of Uniform Hazardous Waste Manifests, Non-hazardous Waste Manifests, Bills of Lading, and waste profiles for NASA/AFRC approval and signature Identify prohibited materials according to specified treatment standards and schedule treatment utilizing appropriate methods at TSDF(s) as required by Land Ban regulations Selection of California approved/certified recyclers and management methods for recyclable hazardous materials and waste No-cost and/or monetary return recycling of applicable materials and wastes Tank cleanouts and/or pump outs Emergency HAZMAT Services, to include a response time within two hours of notification. All waste materials will be processed at a fully permitted and EPA approved facility. NASA/AFRC shall approve all contractor identified TSDFs in advance. Additionally, audit packages/reports of the last 5- years for all TSDFs shall be submitted to NASA/AFRC for review, prior to shipment of materials/wastes to any TSDF or recycling facility In the event waste materials are transferred from a TSDF to a secondary treatment facility, the proposed final destination facility and disposal method shall also be provided to NASA/AFRC for approval Period of Performance The period of performance will be for five (5) years from date of award. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Proposal (RFP) under solicitation number 80AFRC22R0001 for hazardous waste pickup and disposal services, in accordance with the Statement of Work (SOW) dated February 3, 2022. The provisions and clauses in the RFP are those in effect through FAC 2022-03. This acquisition is a total small business set-aside. The NAICS Code and Size Standard are 562112 and $41.5, respectively. The offeror shall state in their offer their size status for this acquisition. All responsible sources may submit an offer which shall be considered by the agency. The following clauses and provisions are incorporated; full text of the clauses and provisions may be accessed electronically at: FAR - https://www.acquisition.gov/browse/index/far NFS - https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf Offerors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial Items (NOV 2021), which is incorporated by reference. Addenda to FAR 52.212-1 Instructions to Offerors - Commercial Items are as follows: a. FAR 52.204-7 System for Award Management (OCT 2018) b. FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) c. To assure timely and equitable evaluations of quotes, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to provide all required documentation may result in the quote being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. 1. To be eligible for award, quotes must be received by 4:30 p.m., PST, on February 24, 2022. 2. Quotes shall be delivered electronically to Robbin Kessler, Contracting Officer, at robbin.m.kessler@nasa.gov and Gail Anton, Acquisition Specialist, at gail.t.anton@nasa.gov. 3. Quote Preparation Instructions i. The quote shall consist of three sections: the technical approach and pricing documentation. The Technical Approach shall not exceed 10 pages. The Past Performance Section shall not exceed 10 pages. The price portion shall consist of Attachment D-1, Hazardous Waste Item Line Item Prices and Attachment D-B, Sample Task Order Price List, priced in accordance with Attachment D-1. ii. A page is defined as one side of a sheet, 8 1/2 " x 11", with at least one-inch margins on all sides, using not smaller than 12 point Times New Roman type. Foldouts count as an equivalent number of 8 1/2 " by 11" pages. The metric standard format most closely approximating the described standard 8 1/2 " x 11" size may also be used. iii. Title pages, Tables of Contents, and an Acronym Lists are excluded from the page counts specified in paragraph (i) of this provision. In addition, the price section of your quote is not page limited. However, this section is to be strictly limited to price information. Information that can be construed as belonging in one of the other sections of the quote will be so construed and counted against that section's page limitation. iv. Pages submitted in excess of the limitation specified in this provision will not be evaluated by the Government and will be returned to the offeror. 4. Section Content i. Technical Approach: The 10-page technical volume shall provide, at a minimum, evidence of the following: (a) Current California State Environmental Protection Agency (EPA) identification number. (b) Current California State Hazardous Waste Hauler's License (c) Hazardous Waste management experience, to include waste transportation, disposal of liquids, sludges, solids, Lan Packs, containers, bulk, packaging or re-packaging, sampling and analysis (d) Recycling options for non-hazardous waste streams for bulk and containerized waste streams, grease traps, liquid non-hazardous waste streams, sludge, solids, drums, roll-off containers, empty drums (e) 24-hour emergency response and environmental remediation, including treating and stabilizing, excavating, and handling hazardous and non-hazardous soils, sludges, and debris. These operations should include provisions for associated construction control measures, such as properly contained staging areas, haul roads, storm water and groundwater control, and excavation shoring. (f) Site remediation experience for sites that have been contaminated with hazardous and/or radioactive materials, including evidence of program or project management, survey and sampling plan development, characterization surveys and hazard identification, rapid identification of potential contaminates, accurate and complete profiles of sites, design and implementation of remedial actions, environmental sample processing, final survey and sampling plan development, data packages, and unrestricted release surveys ii. Past Performance: Past performance refers to the offeror's, major subcontractors, and/or team members demonstrated record of quality of work and contract compliance in supplying supplies and services relevant in quantitative and qualitative aspects of each offeror's record of performing services or delivering products similar in size, content, and complexity of the requirements of the SOW. The Government is seeking to determine whether the offeror has relevant experience that will ensure its successful performance of the SOW and solicitation requirements. The offeror's quote shall include an itemized listing and summary of current or past contracts performing similar tasks or deliverables to the SOW and solicitation requirements within the last three (3) years. The summary should detail how the current or past contract requirements relate in relevancy and similarity to each task required by the SOW and solicitation. This information should focus on work performed, progress, and projects of a similar size, content, and complexity of this SOW and solicitation requirement. The offeror should provide information on problems encountered during the performance of previous contracts, identification and explanation of any cost overruns or underruns, completion delays, terminations, and the offeror's corrective actions. The offeror should also provide any award or quality demonstrators of performance achieved during performance of previous contracts. Current or past contracts from Federal, State, and local governments and private contracts will be considered relevant and/or similar to this procurement if they are similar in size, content, and complexity. Contracts listed do not have to meet all of the criteria; however, contracts listed that meet all of the criteria may be more highly rated. The relevant similar contracts shall contain the following information: Contract number Name of Company / Organization performing the work, CAGE Code, and DUNS number Contract type Start and end dates Original and final (or current) contract value Government Agency or Industry placing the contract Contracting Officer's Representative (COR) or Program Manager's name, email address, and telephone number Description of the work performed and its relevance to this procurement, with focus on the areas directly below. Note: All areas are not required, however, in general higher confidence ratings will result from more areas being addressed with substantive information. Subcontract information need only address the SOW areas related to its assigned effort Contract Performance PP1: Firm's knowledge and expertise PP2: Vendor's flexibility relative to changes in the project scope and timeliness PP3: Satisfaction with soft and/or hard copy materials produced PP4: Dynamics/interaction between vendor & customer PP5: Satisfaction with the products developed PP6: Schedule timeliness PP7: Overall customer services and timeliness in responding to service inquires, issues, and resolutions PP8: Knowledge of staff and ability to accomplish contractual duties PP9: Accuracy and timeliness of billing and/or invoices PP10: Ability to quickly and thoroughly resolve service-related problems PP11: Flexibility in meeting requirements PP12: Likelihood of recommendation to others PP13: Responsiveness to emergency calls Subcontractor consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Provide with the quote a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime offeror. NASA has provided a "Past Performance Questionnaire" (Attachment D-A) that the offerors will submit to the cited Client Points of Contact (POC) for completion. Offeror shall submit the questionnaire to the POC(s) via email and include the NASA POCs cited in the solicitation. The completed questionnaire must be returned directly to the Contracting Officer. Client shall email the completed form to robbin.m.kessler@nasa.gov. The completed questionnaire must come from the Client and be submitted no later than 4:30 P.M., PST on February 24, 2022. The offeror is responsible for ensuring timely submission. iii. Price: Offerors shall quote a Firm-Fixed-Price (FFP) for all items and years of Attachment D-1, Hazardous Waste Item Line Item Prices. Offerors shall also provide a FFP quote for Attachment D-B, Sample Task Order Price List, priced in accordance with the proposed FFP rates of Attachment D-1, Hazardous Waste Item Line Item Prices FAR 52.212-2, Evaluation - Commercial Products and Commercial Services (Nov 2021) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors are in descending order of importance and shall be used to evaluate offers: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will provide the best value to the Government. The following factors shall be used to evaluate offers: Technical Capability/Acceptability Past Performance Price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Addenda to 52.212-2 are as follows: This is a competitive, best value request for quotations (RFQ). The Government will select the offeror that is most advantageous to the Government based upon the evaluation factors of: a. Technical acceptability b. Past Performance c. Price In accordance with FAR Part 12.602(a) and FAR Part 13.106-1(a)(2), the solicitation is not required to describe the relative importance of the evaluation factors. The evaluation process will proceed as follows: a. Technical Approach An initial review of quotes will be conducted to determine technically acceptability. All technically unacceptable quotes will be eliminated from evaluation and consideration for award. To be found technically acceptable, the technical volume of the quote must meet the following criteria: (a) Positive evidence of a Current California State Environmental Protection Agency (EPA) identification number. (b) Positive evidence of a current California State Hazardous Waste Hauler's License (c) Demonstration of Hazardous Waste management experience, to include waste transportation, disposal of liquids, sludges, solids, Lan Packs, containers, bulk, packaging or re-packaging, sampling and analysis (d) Evidence of Recycling options for non-hazardous waste streams for bulk and containerized waste streams, grease traps, liquid non-hazardous waste streams, sludge, solids, drums, roll-off containers, empty drums (e) Evidence of 24-hour emergency response and environmental remediation, including treating and stabilizing, excavating, and handling hazardous and non-hazardous soils, sludges, and debris. These operations should include provisions for associated construction control measures, such as properly contained staging areas, haul roads, storm water and groundwater control, and excavation shoring. (f) Demonstration of site remediation experience for sites that have been contaminated with hazardous and/or radioactive materials, including evidence of program or project management, survey and sampling plan development, characterization surveys and hazard identification, rapid identification of potential contaminates, accurate and complete profiles of sites, design and implementation of remedial actions, environmental sample processing, final survey and sampling plan development, data packages, and unrestricted release surveys After evaluation of the technical volume, the quote will receive a rating as follows: Technically Acceptable/Unacceptable Ratings Technically Acceptable/Unacceptable Ratings Rating Description Unacceptable: Quote does not meet the minimum requirements of the solicitation. Acceptable: Quote meets the minimum mandatory requirements of the solicitation. Failure to meet any of the stated minimum technically acceptable requirements will result in the quote being determined technically unacceptable and no longer eligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. b. Past Performance Although this is a FAR Part 12 and 13 solicitation (Request for Quotes), Past Performance will be evaluated consistent with FAR Part 15. The past performance evaluation is an assessment of the Government's confidence in the Offeror's ability to perform the solicitation requirements. This factor indicates the relative quantitative and qualitative aspects of the offeror's record of performing services or delivering products similar in size, content, and complexity as the requirements of the SOW. The past performance assessment shall be in accordance with FAR 15.305(a)(2), NFS 1815.305(a)(2), and this section. There are two aspects to the past performance evaluation. The first is to evaluate the relevancy of the offeror's present/past performance. Relevant performance includes performance of services or delivery of supplies similar or greater in size, content, and complexity of the effort described in the SOW and solicitation. The evaluation team will review the offeror's Past Performance to determine the relevancy of the present/past performance to the task requirements of the PWS and solicitation and assign a Past Performance Relevancy Rating based on the following ratings and definitions: Past Performance Relevancy Ratings Rating Definition Very Relevant: Present/past performance effort involved essentially the same size, content, and complexities this solicitation requires Relevant: Present/past performance effort involved similar size, content, and complexities this solicitation requires Somewhat Relevant: Present/past performance effort involved some of the size, content, and complexities this solicitation requires Not Relevant: Present/past performance effort involved little or none of the size, content, and complexities this solicitation requires Neutral: No data provided The second aspect of the past performance evaluation is to determine how well the contractor performed on recently performed and/or current contracts. Past performance information will be obtained on the relevant, similar current or past contracts listed by the offeror in the Past Performance Section to assist in determining the quality level of past performance. The Government's evaluation is not exclusively limited to past performance on the listed contracts. Past performance information on work for commercial customers, local, state, and federal governments that are relevant and similar to this procurement may be evaluated also. The Government can use past performance obtained from the Contractor Performance Assessment Reporting System (CPARS), other agencies, questionnaires, or personal knowledge of contracts performed by the offeror. The offeror's past performance in technical performance, program management, and safety and quality assurance will be evaluated as part of this aspect of past performance. Past Performance shall be evaluated using the following Quality Assessment Ratings: Quality Assessment Rating for Evaluating Past Performance Rating Definition Exceptional: Contractor's performance meets contractual requirements and exceeds (or exceeded) many of them. The contractual performance being assessed was accomplished with few minor problems for which corrective actions taken by the contractor were highly effective. Very Good: Contractor's performance meets contractual requirements and exceeds (or exceeded) some of them. The contractual performance was accomplished with some minor problems for which corrective actions taken by the contractor were effective. Satisfactory: Contractor's performance meets (or met) contractual requirements. The contractual performance contained some minor problems for which corrective actions taken by the contractor appear or were satisfactory. Marginal: Contractor's performance does not meet (or did not meet) some contractual requirements. The contractual performance reflects a serious problem for which the contractor has not yet identified corrective actions or the contractor's proposed actions appear only marginally effective or were not fully implemented. Customer involvement was required Unsatisfactory: Contractor's performance does not meet (or did not meet) most contractual requirements and recovery is not/was not likely in a timely manner. The contractual performance contains serious problem(s) for which the contractor's corrective actions appear or were ineffective. Extensive customer oversight and involvement was required Neutral: Contractor performance was not observed or not applicable to the current effort being reported against. The purpose of the past performance evaluation is to allow the government to assess the offeror's ability to perform the effort described in this RFQ, based on the offeror's demonstrated present and past performance. The assessment process of the two aspects of past performance will result in an overall performance confidence assessment as defined in NFS 1815.305(a)(2). The evaluation team shall consider and clearly document each offeror's relevant quantitative and qualitative aspects of past performance data and assign an overall confidence rating. Past performance regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement will not be rated as highly as past performance information for the principal offeror. Offerors with no relevant past or present performance history or the offeror's performance record is so limited that no confidence assessment rating can be reasonably assigned shall receive the rating "Neutral," meaning the rating is treated neither favorably nor unfavorably. Past Performance shall be rated using the following levels of confidence ratings: Performance Confidence Assessments Rating Description Very High Level of Confidence: The offeror's relevant past performance is of exceptional merit and is very highly pertinent to this acquisition, indicates exemplary performance in a timely, efficient, and economical manner and very minor (if any) problems with no adverse effect on overall performance. Based on the offeror's performance record, there is a very high level of confidence that the offeror will successfully perform the required effort. High Level of Confidence: The offeror's relevant past performance is highly pertinent to this acquisition; demonstrating very effective performance that would be fully responsive to contract requirements. Offeror's past performance indicates that contract requirements were accomplished in a timely, efficient, and economical manner for the most part, with only minor problems that had little identifiable effect on overall performance. Based on the offeror's performance record, there is a high level of confidence that the offeror will successfully perform the required effort. Moderate Level of Confidence: The offeror's relevant past performance is pertinent to this acquisition, and it demonstrates effective performance. Performance was fully responsive to contract requirements; there may have been reportable problems, but with little identifiable effect on overall performance. Based on the offeror's performance record, there is a moderate level of confidence that the offeror will successfully perform the required effort. Low Level of Confidence: The offeror's relevant past performance is at least somewhat pertinent to this acquisition, and it meets or slightly exceeds minimum acceptable standards. Offeror achieved adequate results; there may have been reportable problems with identifiable, but not substantial, effects on overall performance. Based on the offeror's performance record, there is a low level of confidence that the offeror will successfully perform the required effort. Changes to the offeror's existing processes may be necessary in order to achieve contract requirements. Very Low Level of Confidence: The offeror's relevant past performance does not meet minimum acceptable standards in one or more areas; remedial action was required in one or more areas. Performance problems occurred in one or more areas which, adversely affected overall performance. Based on the offeror's performance record, there is a very low level of confidence that the offeror will successfully perform the required effort. Neutral: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305(a) (2) (ii) and (iv)). c. Price Offerors that do not propose pricing in accordance with the solicitation guidance may be considered unacceptable and thus precluded from receiving an award. The Government will evaluate the total proposed price in accordance with Attachment D-B, Sample Task Order in order to determine it is priced in accordance with Attachment D-1, Hazardous Waste Item Line Item Prices and for price reasonableness. The offerors price proposal will be evaluated using techniques described at FAR 13.106-3(a) to determine the price is fair and reasonable. The pricing of Attachment D-B will be the basis of the price evaluation factor. The Contracting Officer (CO) may send relevant requests for clarification, in writing, to the offeror. The CO may also request clarification of information contained in the pricing quote or any other aspect of the quote. All clarification requests will require a written response from the offeror within the time frame established by the CO. Responses to clarification question will not be considered "discussions." BASIS OF AWARD: The Government will select the quote that is most advantageous to the Government and shall award an IDIQ contract as a result of this solicitation. By submission of its quote, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, in addition to those identified as evaluation factors. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (FEB 2021), or complete electronic annual representations and certifications at SAM.gov with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018), Alt I (Nov 2021), is applicable. Addenda to FAR 52.212-4 are as follows: The contractor shall submit all invoices using the steps described at the NSSC's Vendor Payment information web site at: http:www.nssc.gov/vendorpayment. Please contact the NSSC Customer Contact Center at 1-877-NSSC123 (1-877-677-2123) with any additional questions or comments. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (JUL 2021), is applicable and the following identified clauses are incorporated by reference: 52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, (ii) Alternate I (MAR 2020) of 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.222-54, 52.223-18, 52.225-5, 52.225-13, 52.229-12, 52.232-33, 52.222-41, 52.222-44, 52.222-55, 52.222-62, ]. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): Federal Acquisition Regulation (FAR): https://www.acquisition.gov/browse/index/far NASA FAR Supplement (NFS): https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf E.7. SOLICITATION ATTACHMENTS No. Attachment D-A :Past Performance Questionnaire D-B: Sample Task Order Price List This posting, in addition to any attached documents, will be available on www.Sam.gov. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Prospective offerors are encouraged to notify this office of their intent to submit an offer. All contractual and technical questions must be submitted electronically via email to Gail Anton at gail.t.anton@nasa.gov not later than February 16, 2022 by 12:00 PM PST. Telephone questions will not be accepted. Responses to this combined synopsis/solicitation must be received via.email to Robbin Kessler, robbin.m.kessler@nasa.gov and Gail Anton at gail.t.anton@nasa.gov no later than 4:30 p.m. PST on February 24, 2022. The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines. Failure to submit a complete electronic proposal by the due date and time specified for this RFP shall result in the proposal being considered late, and shall be handled in accordance with FAR 52.212-1 Instructions to Offerors - Commercial Items (Jan 2017)

Post-Bid

Military

Public - Federal

Service, Maintenance and Supply

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

Subscribe For Documents

3 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
342
Active Projects
168
Bidding Soon
2,786
All Active Projects
1,190
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 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.

March 1, 2022

August 29, 2022

August 27, 2027

img_map_placeholder

4800 Lilly Ave, Edwards, CA


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.