BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a military facility in Patrick Air Force Base, Florida. Completed plans call for the renovation of a military facility.

Award Details Contract Award Date: Sep 19, 2022 Contract Award Number: FA252122C0029 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: YZRYN4F63CH5 Contractor Awarded Name: WINFIELD LLC Contractor Awarded Address: Houma, LA 70363-6800 USA Base and All Options Value (Total Contract Value): $284980.50 The requirement is for the contractor to provide all labor, equipment and materials to remove/replace the existing generator and circuitry supplying power to Command Post located in the Building 423 mechanical room, Patrick SFB, FL. The contractor is to provide the government with a complete and usable facility in accordance with the Project Drawings and Specifications.This is a solicitation for a Firm-Fixed-Price Construction Contract for Space Launch Delta 45, Patrick Space Force Base, FL. NAICS: 237130 Power and Communication Line and Related Structures Construction with size standard of $39.5 M. The Magnitude of this project is between $250,000 and $500,000 (In accordance with FAR 36.204). THIS ACQUISITION IS BEING ISSUED AS A WOMEN OWNED SMALL BUSINESS SET ASIDE (WOSB). OFFERORS NOT MEETING THIS CRITERIA WILL BE DEEMED NONRESPONSIVE AND INELIGIBLE FOR AWARD. Notice to Offerors: Funds are not presently available for this project. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The Government reserves the right to cancel this invitation for bid, either before or after the closing date. In the event the Government cancels this invitation of bid, the Government has no obligation to reimburse an offeror for any costs. The requirement is for the contractor to provide all labor, equipment and materials to remove/replace the existing generator and circuitry supplying power to Command Post located in the Building 423 mechanical room, Patrick SFB, FL. The contractor is to provide the government with a complete and usable facility in accordance with the Project Drawings and Specifications. This is a solicitation for a Firm-Fixed-Price Construction Contract for Space Launch Delta 45, Patrick Space Force Base, FL. NAICS: 237130 Power and Communication Line and Related Structures Construction with size standard of $39.5 M. The Magnitude of this project is between $250,000 and $500,000 (In accordance with FAR 36.204). THIS ACQUISITION IS BEING ISSUED AS A WOMEN OWNED SMALL BUSINESS SET ASIDE (WOSB). OFFERORS NOT MEETING THIS CRITERIA WILL BE DEEMED NONRESPONSIVE AND INELIGIBLE FOR AWARD. Notice to Offerors: Funds are not presently available for this project. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The Government reserves the right to cancel this invitation for bid, either before or after the closing date. In the event the Government cancels this invitation of bid, the Government has no obligation to reimburse an offeror for any costs. Requirements The work to be performed under this project consist of providing the labor, equipment and materials to replace existing 80 KW generator with a new 150 KW generator at the Command Post SLD 45 Headquarters, facility 423. New generator will produce enough power to supply command post and computer room C310. Provide load bank connection to allow testing of generator without taking facility off of utility power. All work shall comply with UFC 3-501-01 Electrical Engineering, UFC 4-010-06 Cybersecurity of Facility-Related Controls, AFI 32-1062 Electrical Systems, Power Plants and Generators, UFC 3-540-07 Standby Generator Design, Maintenance, 40 CFR 63, Subpart ZZZZ, National Emission Standards for Hazardous Air Pollutants for Stationary Reciprocating Internal Combustion Engines (RICE); Paragraphs 6580-6675, UFC 3-540-01 Connection Methods for Standby Generators and Sustainable Building Requirements and other prevailing codes. QUESTIONS: All questions should be submitted using the Question & Answer Template, to ALL points of Contacts listed above and must be received no later than July 19, 2022 @ 5:00 PM. Eastern Standard Time (EST). Questions received after this date may not be answered. All questions with answers will be posted to https://sam.gov/ as an amendment to the solicitation announcement. L-4 BID SUBMISSION: 1. ONLY ELECTRONIC BIDS WILL BE ACCEPTED. 1. All bids are to be submitted NOT LATER THAN August 9, 2022 @ 09:00 AM Eastern Standard Time (EST). 2. In accordance with FAR 52.214-12, Preparation of Bids, bid package must be completed and electronically submitted via e-mail (electronic mail) to, kimberly.horner@spaceforce.mil and isaac.ball.3@spaceforce.mil prior to the time/day set for bid closing in paragraph 13.a. of the Standard Form (SF) 1442. Bid submission in any other manner or to any other e-mail address WILL NOT be accepted. Limit the electronic bid package to 2MB; bid packages greater than 2MB run the risk of not transmitting through the government e-mail server. 3. By submission of this bid, the offeror accedes to ALL solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in a bid being determined unacceptable. 4. The electronic bid package shall include ALL of the following five (5) separate attachments: a. ATTACHMENT 1: SF 1442 with blocks 14-20 completed. b. ATTACHMENT 2: Section B with proposed total price for CLIN 0001 in the amount column. c. ATTACHMENT 3: Bid Guarantee in accordance with FAR 52.228-1 Bid Guarantee; electronic copies of bid guarantees will be accepted with bid package; however, upon request of the government, original copies must be produced and submitted to the government in a timely fashion. d. ATTACHMENT 4: Section K provisions filled in with ALL required information. e. ATTACHMENT 5: Cost Estimate Breakdown (CECC Form 3052 or similar computer generated forms are acceptable) should have the required information requested to include the aggregate value of CLIN 0001 as noted and the TOTAL aggregate price of the entire project as a whole. Submitted spreadsheets will be unprotected and contain NO passwords. 1) The CECC Form 3052 (or similar cost estimate breakdown submitted) is for informational use only and will only be evaluated for price reasonableness. Reference Section M for evaluation criteria to be used. However, the information submitted may be relied upon in determining reasonableness of price in accordance with FAR 14.408-2. 5. Late bids will be handled in accordance with FAR 52.214-7, Late Submissions, Modifications, and Withdrawal of Bids. 6. Electronic Formats: a. The subject line of the e-mailed bid package shall include the bid number and offeror's Page 46 of 51 name in the following format: SOLICITATION NUMBER and OFFEROR NAME. If multiple e-mails are needed to submit the required attachments, indicate in the subject line that multiple e-mails will be received using the following format: (E-mail 1 of 3), (E-mail 2 of 3), (E-mail 3 of 3). The following is a sample subject line: SUBJECT: FA252122B0010: XYZ COMPANY (E-mail 1 of 3) b. The e-mail body shall list the following information: i. Address of the office specified in block 7 of the solicitation ii. Time and date specified for receipt of bid iii. Solicitation number iv. Name and address of the offeror c. Each complete bid response to this solicitation must be submitted individually/separately and must be properly identified. 45th Contracting Squadron, Patrick SFB, will not be responsible for electronic responses that are not submitted correctly and/ or are improperly identified. If you submit an offer under the incorrect solicitation number, your offer will not be considered d. Files must be readable using Microsoft Office Word 2016 or (older) or Adobe PDF (set to minimum 200 dots per inch). e. DO NOT submit attachments using .ZIP files. Any bid package, or portion thereof, submitted as a .ZIP file will be rejected. f. DO NOT password protect attachments. g. To avoid rejection of an offer, offerors must make every effort to ensure their electronic submission is virus free. Submissions, or portions thereof, which the automatic system detects the presence of a virus, or which are otherwise unreadable, will be treated as "unreadable" pursuant to FAR 14.406, Receipt of an Unreadable Electronic Bid, and handled accordingly. h. DO NOT assume electronic submission will be instantaneous-transference may take several hours due to government installed security software. The file size and number of files to be uploaded will impact the length of time for submission and Government receipt. Offerors are required to ensure adequate time for submission and Government receipt of the bid submission by the closing time. L-5 BID OPENING: DATE: August 9, 2022 @ 10:00 AM EST a. Bid opening will begin promptly on August 9, 2022 at 10:00 AM EST via telecon. Dial Number: 602-580-9236 PIN: 4345205# b. All bids are to be submitted NOT LATER THAN August 9, 2022 @ 08:00 AM EST. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.The requirement is for the contractor to provide all labor, equipment and materials to remove/replace the existing generator and circuitry supplying power to Command Post located in the Building 423 mechanical room, Patrick SFB, FL. The contractor is to provide the government with a complete and usable facility in accordance with the Project Drawings and Specifications.This is a solicitation for a Firm-Fixed-Price Construction Contract for Space Launch Delta 45, Patrick Space Force Base, FL. NAICS: 237130 Power and Communication Line and Related Structures Construction with size standard of $39.5 M. The Magnitude of this project is between $250,000 and $500,000 (In accordance with FAR 36.204). THIS ACQUISITION IS BEING ISSUED AS A WOMEN OWNED SMALL BUSINESS SET ASIDE (WOSB). OFFERORS NOT MEETING THIS CRITERIA WILL BE DEEMED NONRESPONSIVE AND INELIGIBLE FOR AWARD. Notice to Offerors: Funds are not presently available for this project. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The Government reserves the right to cancel this invitation for bid, either before or after the closing date. In the event the Government cancels this invitation of bid, the Government has no obligation to reimburse an offeror for any costs. The requirement is for the contractor to provide all labor, equipment and materials to remove/replace the existing generator and circuitry supplying power to Command Post located in the Building 423 mechanical room, Patrick SFB, FL. The contractor is to provide the government with a complete and usable facility in accordance with the Project Drawings and Specifications. This is a solicitation for a Firm-Fixed-Price Construction Contract for Space Launch Delta 45, Patrick Space Force Base, FL. NAICS: 237130 Power and Communication Line and Related Structures Construction with size standard of $39.5 M. The Magnitude of this project is between $250,000 and $500,000 (In accordance with FAR 36.204). THIS ACQUISITION IS BEING ISSUED AS A WOMEN OWNED SMALL BUSINESS SET ASIDE (WOSB). OFFERORS NOT MEETING THIS CRITERIA WILL BE DEEMED NONRESPONSIVE AND INELIGIBLE FOR AWARD. Notice to Offerors: Funds are not presently available for this project. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The Government reserves the right to cancel this invitation for bid, either before or after the closing date. In the event the Government cancels this invitation of bid, the Government has no obligation to reimburse an offeror for any costs. Requirements The work to be performed under this project consist of providing the labor, equipment and materials to replace existing 80 KW generator with a new 150 KW generator at the Command Post SLD 45 Headquarters, facility 423. New generator will produce enough power to supply command post and computer room C310. Provide load bank connection to allow testing of generator without taking facility off of utility power. All work shall comply with UFC 3-501-01 Electrical Engineering, UFC 4-010-06 Cybersecurity of Facility-Related Controls, AFI 32-1062 Electrical Systems, Power Plants and Generators, UFC 3-540-07 Standby Generator Design, Maintenance, 40 CFR 63, Subpart ZZZZ, National Emission Standards for Hazardous Air Pollutants for Stationary Reciprocating Internal Combustion Engines (RICE); Paragraphs 6580-6675, UFC 3-540-01 Connection Methods for Standby Generators and Sustainable Building Requirements and other prevailing codes. QUESTIONS: All questions should be submitted using the Question & Answer Template, to ALL points of Contacts listed above and must be received no later than July 19, 2022 @ 5:00 PM. Eastern Standard Time (EST). Questions received after this date may not be answered. All questions with answers will be posted to https://sam.gov/ as an amendment to the solicitation announcement. L-4 BID SUBMISSION: 1. ONLY ELECTRONIC BIDS WILL BE ACCEPTED. 1. All bids are to be submitted NOT LATER THAN August 9, 2022 @ 09:00 AM Eastern Standard Time (EST). 2. In accordance with FAR 52.214-12, Preparation of Bids, bid package must be completed and electronically submitted via e-mail (electronic mail) to, kimberly.horner@spaceforce.mil and isaac.ball.3@spaceforce.mil prior to the time/day set for bid closing in paragraph 13.a. of the Standard Form (SF) 1442. Bid submission in any other manner or to any other e-mail address WILL NOT be accepted. Limit the electronic bid package to 2MB; bid packages greater than 2MB run the risk of not transmitting through the government e-mail server. 3. By submission of this bid, the offeror accedes to ALL solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in a bid being determined unacceptable. 4. The electronic bid package shall include ALL of the following five (5) separate attachments: a. ATTACHMENT 1: SF 1442 with blocks 14-20 completed. b. ATTACHMENT 2: Section B with proposed total price for CLIN 0001 in the amount column. c. ATTACHMENT 3: Bid Guarantee in accordance with FAR 52.228-1 Bid Guarantee; electronic copies of bid guarantees will be accepted with bid package; however, upon request of the government, original copies must be produced and submitted to the government in a timely fashion. d. ATTACHMENT 4: Section K provisions filled in with ALL required information. e. ATTACHMENT 5: Cost Estimate Breakdown (CECC Form 3052 or similar computer generated forms are acceptable) should have the required information requested to include the aggregate value of CLIN 0001 as noted and the TOTAL aggregate price of the entire project as a whole. Submitted spreadsheets will be unprotected and contain NO passwords. 1) The CECC Form 3052 (or similar cost estimate breakdown submitted) is for informational use only and will only be evaluated for price reasonableness. Reference Section M for evaluation criteria to be used. However, the information submitted may be relied upon in determining reasonableness of price in accordance with FAR 14.408-2. 5. Late bids will be handled in accordance with FAR 52.214-7, Late Submissions, Modifications, and Withdrawal of Bids. 6. Electronic Formats: a. The subject line of the e-mailed bid package shall include the bid number and offeror's Page 46 of 51 name in the following format: SOLICITATION NUMBER and OFFEROR NAME. If multiple e-mails are needed to submit the required attachments, indicate in the subject line that multiple e-mails will be received using the following format: (E-mail 1 of 3), (E-mail 2 of 3), (E-mail 3 of 3). The following is a sample subject line: SUBJECT: FA252122B0010: XYZ COMPANY (E-mail 1 of 3) b. The e-mail body shall list the following information: i. Address of the office specified in block 7 of the solicitation ii. Time and date specified for receipt of bid iii. Solicitation number iv. Name and address of the offeror c. Each complete bid response to this solicitation must be submitted individually/separately and must be properly identified. 45th Contracting Squadron, Patrick SFB, will not be responsible for electronic responses that are not submitted correctly and/ or are improperly identified. If you submit an offer under the incorrect solicitation number, your offer will not be considered d. Files must be readable using Microsoft Office Word 2016 or (older) or Adobe PDF (set to minimum 200 dots per inch). e. DO NOT submit attachments using .ZIP files. Any bid package, or portion thereof, submitted as a .ZIP file will be rejected. f. DO NOT password protect attachments. g. To avoid rejection of an offer, offerors must make every effort to ensure their electronic submission is virus free. Submissions, or portions thereof, which the automatic system detects the presence of a virus, or which are otherwise unreadable, will be treated as "unreadable" pursuant to FAR 14.406, Receipt of an Unreadable Electronic Bid, and handled accordingly. h. DO NOT assume electronic submission will be instantaneous-transference may take several hours due to government installed security software. The file size and number of files to be uploaded will impact the length of time for submission and Government receipt. Offerors are required to ensure adequate time for submission and Government receipt of the bid submission by the closing time. L-5 BID OPENING: DATE: August 9, 2022 @ 10:00 AM EST a. Bid opening will begin promptly on August 9, 2022 at 10:00 AM EST via telecon. Dial Number: 602-580-9236 PIN: 4345205# b. All bids are to be submitted NOT LATER THAN August 9, 2022 @ 08:00 AM EST. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.The requirement is for the contractor to provide all labor, equipment and materials to remove/replace the existing generator and circuitry supplying power to Command Post located in the Building 423 mechanical room, Patrick SFB, FL. The contractor is to provide the government with a complete and usable facility in accordance with the Project Drawings and Specifications.This is a solicitation for a Firm-Fixed-Price Construction Contract for Space Launch Delta 45, Patrick Space Force Base, FL. NAICS: 237130 Power and Communication Line and Related Structures Construction with size standard of $39.5 M. The Magnitude of this project is between $250,000 and $500,000 (In accordance with FAR 36.204). THIS ACQUISITION IS BEING ISSUED AS A WOMEN OWNED SMALL BUSINESS SET ASIDE (WOSB). OFFERORS NOT MEETING THIS CRITERIA WILL BE DEEMED NONRESPONSIVE AND INELIGIBLE FOR AWARD. Notice to Offerors: Funds are not presently available for this project. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The Government reserves the right to cancel this invitation for bid, either before or after the closing date. In the event the Government cancels this invitation of bid, the Government has no obligation to reimburse an offeror for any costs. The requirement is for the contractor to provide all labor, equipment and materials to remove/replace the existing generator and circuitry supplying power to Command Post located in the Building 423 mechanical room, Patrick SFB, FL. The contractor is to provide the government with a complete and usable facility in accordance with the Project Drawings and Specifications. This is a solicitation for a Firm-Fixed-Price Construction Contract for Space Launch Delta 45, Patrick Space Force Base, FL. NAICS: 237130 Power and Communication Line and Related Structures Construction with size standard of $39.5 M. The Magnitude of this project is between $250,000 and $500,000 (In accordance with FAR 36.204). THIS ACQUISITION IS BEING ISSUED AS A WOMEN OWNED SMALL BUSINESS SET ASIDE (WOSB). OFFERORS NOT MEETING THIS CRITERIA WILL BE DEEMED NONRESPONSIVE AND INELIGIBLE FOR AWARD. Notice to Offerors: Funds are not presently available for this project. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The Government reserves the right to cancel this invitation for bid, either before or after the closing date. In the event the Government cancels this invitation of bid, the Government has no obligation to reimburse an offeror for any costs. Requirements The work to be performed under this project consist of providing the labor, equipment and materials to replace existing 80 KW generator with a new 150 KW generator at the Command Post SLD 45 Headquarters, facility 423. New generator will produce enough power to supply command post and computer room C310. Provide load bank connection to allow testing of generator without taking facility off of utility power. All work shall comply with UFC 3-501-01 Electrical Engineering, UFC 4-010-06 Cybersecurity of Facility-Related Controls, AFI 32-1062 Electrical Systems, Power Plants and Generators, UFC 3-540-07 Standby Generator Design, Maintenance, 40 CFR 63, Subpart ZZZZ, National Emission Standards for Hazardous Air Pollutants for Stationary Reciprocating Internal Combustion Engines (RICE); Paragraphs 6580-6675, UFC 3-540-01 Connection Methods for Standby Generators and Sustainable Building Requirements and other prevailing codes. QUESTIONS: All questions should be submitted using the Question & Answer Template, to ALL points of Contacts listed above and must be received no later than July 19, 2022 @ 5:00 PM. Eastern Standard Time (EST). Questions received after this date may not be answered. All questions with answers will be posted to https://sam.gov/ as an amendment to the solicitation announcement. L-4 BID SUBMISSION: 1. ONLY ELECTRONIC BIDS WILL BE ACCEPTED. 1. All bids are to be submitted NOT LATER THAN August 9, 2022 @ 09:00 AM Eastern Standard Time (EST). 2. In accordance with FAR 52.214-12, Preparation of Bids, bid package must be completed and electronically submitted via e-mail (electronic mail) to, kimberly.horner@spaceforce.mil and isaac.ball.3@spaceforce.mil prior to the time/day set for bid closing in paragraph 13.a. of the Standard Form (SF) 1442. Bid submission in any other manner or to any other e-mail address WILL NOT be accepted. Limit the electronic bid package to 2MB; bid packages greater than 2MB run the risk of not transmitting through the government e-mail server. 3. By submission of this bid, the offeror accedes to ALL solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in a bid being determined unacceptable. 4. The electronic bid package shall include ALL of the following five (5) separate attachments: a. ATTACHMENT 1: SF 1442 with blocks 14-20 completed. b. ATTACHMENT 2: Section B with proposed total price for CLIN 0001 in the amount column. c. ATTACHMENT 3: Bid Guarantee in accordance with FAR 52.228-1 Bid Guarantee; electronic copies of bid guarantees will be accepted with bid package; however, upon request of the government, original copies must be produced and submitted to the government in a timely fashion. d. ATTACHMENT 4: Section K provisions filled in with ALL required information. e. ATTACHMENT 5: Cost Estimate Breakdown (CECC Form 3052 or similar computer generated forms are acceptable) should have the required information requested to include the aggregate value of CLIN 0001 as noted and the TOTAL aggregate price of the entire project as a whole. Submitted spreadsheets will be unprotected and contain NO passwords. 1) The CECC Form 3052 (or similar cost estimate breakdown submitted) is for informational use only and will only be evaluated for price reasonableness. Reference Section M for evaluation criteria to be used. However, the information submitted may be relied upon in determining reasonableness of price in accordance with FAR 14.408-2. 5. Late bids will be handled in accordance with FAR 52.214-7, Late Submissions, Modifications, and Withdrawal of Bids. 6. Electronic Formats: a. The subject line of the e-mailed bid package shall include the bid number and offeror's Page 46 of 51 name in the following format: SOLICITATION NUMBER and OFFEROR NAME. If multiple e-mails are needed to submit the required attachments, indicate in the subject line that multiple e-mails will be received using the following format: (E-mail 1 of 3), (E-mail 2 of 3), (E-mail 3 of 3). The following is a sample subject line: SUBJECT: FA252122B0010: XYZ COMPANY (E-mail 1 of 3) b. The e-mail body shall list the following information: i. Address of the office specified in block 7 of the solicitation ii. Time and date specified for receipt of bid iii. Solicitation number iv. Name and address of the offeror c. Each complete bid response to this solicitation must be submitted individually/separately and must be properly identified. 45th Contracting Squadron, Patrick SFB, will not be responsible for electronic responses that are not submitted correctly and/ or are improperly identified. If you submit an offer under the incorrect solicitation number, your offer will not be considered d. Files must be readable using Microsoft Office Word 2016 or (older) or Adobe PDF (set to minimum 200 dots per inch). e. DO NOT submit attachments using .ZIP files. Any bid package, or portion thereof, submitted as a .ZIP file will be rejected. f. DO NOT password protect attachments. g. To avoid rejection of an offer, offerors must make every effort to ensure their electronic submission is virus free. Submissions, or portions thereof, which the automatic system detects the presence of a virus, or which are otherwise unreadable, will be treated as "unreadable" pursuant to FAR 14.406, Receipt of an Unreadable Electronic Bid, and handled accordingly. h. DO NOT assume electronic submission will be instantaneous-transference may take several hours due to government installed security software. The file size and number of files to be uploaded will impact the length of time for submission and Government receipt. Offerors are required to ensure adequate time for submission and Government receipt of the bid submission by the closing time. L-5 BID OPENING: DATE: August 9, 2022 @ 10:00 AM EST a. Bid opening will begin promptly on August 9, 2022 at 10:00 AM EST via telecon. Dial Number: 602-580-9236 PIN: 4345205# b. All bids are to be submitted NOT LATER THAN August 9, 2022 @ 08:00 AM EST. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Award

Military

$284,980.00

Public - Federal

Renovation

Subscribe For Documents

13 Record(s)

Subscribe for All Details

Trades

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
241
Active Projects
117
Bidding Soon
1,754
All Active Projects
715
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

Starting 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.

Sign-up for Instant Access.

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.

August 9, 2022

September 8, 2022

March 7, 2023

img_map_placeholder

To Be Determined, Patrick Air Force Base, FL

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.