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 Jacksonville, Florida. Contact the soliciting agency for additional information.

DESCRIPTION: COMBINED SYNOPSIS/SOLICITATION - W912EP24R0017 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Government reserves the right to award without discussions. In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The Combined Synopsis/Solicitation Number: W912EP24R0017 This is a Request for Proposal (RFP) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2024-02 (02 Jan 2022). The U.S. Army Corps of Engineers (USACE), Jacksonville District has a requirement for a multiple year service contract to provide maintenance, repair, and upgrades to six (6) Manatee Protection Systems (MPS) at Lock and Dam facilities within the USACE Jacksonville District. The 6 locks, all located in South Florida, are Canaveral Lock, St. Lucie Lock, Port Mayaca Lock, Julian Keen Jr. Lock, Ortona Lock and W.P. Franklin Lock. USACE Jacksonville District anticipates awarding one (1) non-personal services contract to perform the services listed above. This requirement will utilize full and open competition. The associated NAICS code is: 811210, Electronic and Precision Equipment Repair and Maintenance, small business size standard is: $34.0 Million. This requirement is for services to provide routine maintenance, repair, and upgrades to the six (6) Manatee Protection Systems (MPS) at Lock and Dam facilities within the USACE Jacksonville District. In addition, programming and hardware maintenance will be required based on the government's mandated performance criteria established at each lock site. Lastly, the contractor shall furnish spare parts as listed in this document such that repairs and replacements to critical elements of the MPS can be accomplished in a timely manner without waiting for spare parts to be procured. Period of Performance: One year, with four (4) one-year options. Location of Work: The work to be performed under this contract will be performed at the contractor's facility and at the following six (6) lock sites: Canaveral Lock; 1000 Mullet Road, Cape Canaveral, FL 32920 (321) 783-5421 St. Lucie Lock & Dam; 2200 S.W. Canal St. Stuart, FL 34997 (772) 287-2665 Port Mayaca Lock & Dam; 18110 S.W. Connors Hwy, Canal Pt., FL 33438-1516 (561) 924-2858 Julian Keen Jr. Lock & Dam; 204 Lock Road, Moore Haven, FL 33471 (863) 946-0414 Ortona Lock & Dam; 1217 Lock Lane, Moore Haven, FL 33471 (863) 675-0615 W.P. Franklin Lock & Dam; 1661 S. Franklin Lock Road, Alva, FL 33920 (239) 694-5451 (SEE BELOW AND ATTACHED PERFORMANCE WORK STATEMENT) CLIN DESCRIPTION BASE YEAR 0001 Manatee Protection Systems Maintenance and Repair The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform regularly scheduled cleaning, maintenance and repair, and reporting of the entire Manatee Protection System (MPS) at each lock facility as defined in the Performance Work Statement (PWS). Unit pricing shall be submitted on the attached Price Sheet 0002 Acoustic Detection Sensor (ADS) Programming and Hardware Maintenance The contractor shall provide unforeseen ADS 4 Programming and Hardware Maintenance as defined in the PWS. Unit pricing shall be submitted on the attached Price Sheet 0003 Perform Repairs to MPS The contractor shall provide unforeseen site repairs to the MPS as defined in the PWS. Unit pricing shall be submitted on the attached Price Sheet 0004 Perform Repairs to Manatee Screens The contractor shall provide unforeseen repairs to the Manatee screens as defined in the PWS. Unit pricing shall be submitted on the attached Price Sheet OPTION YEAR 1 1001 Manatee Protection Systems Maintenance and Repair 1002 Acoustic Detection Sensor (ADS) Programming and Hardware Maintenance 1003 Perform Repairs to MPS 1004 Perform Repairs to Manatee Screens OPTION YEAR 2 2001 Manatee Protection Systems Maintenance and Repair 2002 Acoustic Detection Sensor (ADS) Programming and Hardware Maintenance 2003 Perform Repairs to MPS 2004 Perform Repairs to Manatee Screens OPTION YEAR 3 3001 Manatee Protection Systems Maintenance and Repair 3002 Acoustic Detection Sensor (ADS) Programming and Hardware Maintenance 3003 Perform Repairs to MPS 3004 Perform Repairs to Manatee Screens OPTION YEAR 4 4001 Manatee Protection Systems Maintenance and Repair 4002 Acoustic Detection Sensor (ADS) Programming and Hardware Maintenance 4003 Perform Repairs to MPS 4004 Perform Repairs to Manatee Screens Note: Option Year CLIN descriptions shall match that of the corresponding Base Year CLIN descriptions. The provision at 52.212-1 Instructions to Offerors -- Commercial, applies to this acquisition. Addendum to 52.212-1 Questions: Any questions regarding this solicitation should be submitted via email to brittany.r.jackson@usace.army.mil and gerald.l.garvey@usace.army.mil not later than 1200 pm EST on 17 June 2024. Proposal Content - The proposal shall have a title page identifying the offeror, the full address, phone and facsimile numbers, points of contact (POCs) and Commercial and Government Entity (CAGE) code of the offeror, the solicitation number and its contents. All proposal documents when printed shall fit on 8 x 11 inch paper to include spreadsheets (with appropriate page breaks). The proposal shall be, at a minimum, 12 point font (8 point is acceptable for Tables/Graphics). Ensure the proposal is submitted in PDF format. Spreadsheets shall be submitted in Excel document format. Proposals shall be responsive to and comply with the terms of this combined synopsis/solicitation in order to be eligible to receive an award. All combined synopsis/solicitation requirements shall be addressed in sufficient written detail for the Government to determine if the offeror understands each aspect of the Government's requirement. The offeror shall address each task separately and shall provide sufficient narrative and supporting data for each task. Lack of sufficient detail shall be considered sufficient cause for the proposal to be determined unacceptable. Statements that the offeror understands, can, or will comply with all specifications, or statements paraphrasing the specifications or parts thereof, or phrases such as "standard procedures will be used" or "well-known techniques will be used" will be considered unacceptable. The Government will reject the proposal if determined to be materially nonresponsive or that does not conform to the terms of the combined synopsis/solicitation. To be eligible to receive an award, the proposal submitted in response to this combined synopsis/solicitation shall consist of the contents required in the sub-paragraphs described below: a. Section I - Technical (Factor 1): The term "technical," as used herein, refers to the non-price subfactors listed below. Subfactor A - Specifications: Specifications have been defined in the Performance Work Statement (PWS). The vendor shall submit a proposal that meets or exceeds all specifications identified in the PWS. Subfactor B - Technical Experience: The vendor shall provide at least one (1) but no more than three (3) technical experience projects. Collectively, the narrative for Subfactor B projects must demonstrate similar corporate experience with PWS Tasks 2, 3, and 4 (one project does not have to cover all tasks, as long as all tasks are covered in the collective projects submitted for Subfactor B). The technical references must contain the following information: Project Contract Number Project Title & Location Project Description and Key Personnel Project Start & Ending Dates Prime Contractor Performing Work Subcontractor(s) Performing Work (Indicate Discipline) b. Section II - Past Performance (Factor 2): No submission is required for the Past Performance Factor. The Government intends to review past performance information from any source available. These sources include, but are not limited to, the Past Performance Information Retrieval System (PPIRS), points of contact from the technical experience projects, or other databases, interviews with Program Managers, and interviews with Contracting Officers. c. Section III - Price (Factor 3): A Firm Fixed Price (FFP) shall be submitted for this effort. The vendor will provide pricing for each CLIN with associated pricing that details the level of effort (LOE) and mix of labor for each PWS Task. Pricing shall be submitted on the attached Price Sheet The provision at 52.212-2 Evaluation--Commercial Items, applies to this acquisition. Addendum to 52.212-2 The Government anticipates the issuance of a Firm Fixed Price (FFP) Lowest-Priced Technically Acceptable (LPTA) contract in accordance with the procedures authorized in FAR Part 13, Simplified Acquisition Procedures, and considering the following factors: (1) Technical; (2) Past Performance; (3) Price. To be eligible to receive an award, proposals submitted in response to this combined synopsis/solicitation shall consist of the contents required in the sub-paragraphs described below: a. Section I - Technical (Factor 1): The term "technical," as used herein, refers to the non-price subfactors listed below. Proposals will be rated as "Acceptable" or "Unacceptable" in regards to ability to meet each subfactor. Refer to Table 1 for a description of the ratings. The minimum requirements of each subfactor must be met in order for the technical factor to be considered acceptable and for the proposal to be considered for award. Subfactor A - Specifications: Specifications have been defined in the Performance Work Statement (PWS). The vendor shall submit a proposal that meets or exceeds all specifications identified in the PWS. Subfactor B - Technical Experience: The vendor shall provide at least one (1) but no more than three (3) technical experience projects. Collectively, the narrative for subfactor B projects must demonstrate corporate experience with all PWS Tasks 2, 3, and 4 (one project does not have to cover all tasks, as long as all tasks are covered in the collective projects submitted for Subfactor B). The technical references must contain the following information: Project Contract Number Project Title & Location Project Description and Key Personnel Project Start & Ending Dates Prime Contractor Performing Work Subcontractor(s) Performing Work (Indicate Discipline) Table 1. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable - Proposal meets the requirements of the solicitation. Unacceptable - Proposal does not meet the requirements of the solicitation. b. Section II - Past Performance (Factor 2): The Government will evaluate offerors' likelihood of success in performing the solicitation's requirements as indicated by those offerors' record of past performance. Past performance ratings will be based on data obtained from any available sources, such as the Past Performance Information Retrieval System (PPIRS). The Government will assign a rating as indicated below. Table 2. Past Performance Evaluation Ratings Rating Description Acceptable - Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. (See note below.) Unacceptable - Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. NOTE: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown (or "neutral") past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered "acceptable." c. Section III - Price (Factor 3): A Firm Fixed Price (FFP) shall be submitted for this effort. The vendor will provide pricing for each CLIN with associated pricing that details the level of effort (LOE) and mix of labor for each PWS Task. Pricing shall be submitted on the attached Price Sheet. Each CLIN will be totaled, and the CLIN sub-totals will be included in the total proposal price. The Government will then include an additional six months of option year four (4) prices for the option to extend services in accordance with FAR clause 52.217-8 to calculate the total evaluated price. The Government will evaluate all aspects of the price proposal for reasonableness. Proposals found to be unreasonable may be rejected on that basis. The Government will only award the required contract if a fair and reasonable price can be obtained. The provision at 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4 Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional FAR clauses cited in 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, that apply to this acquisition: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020), Alternate I 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-14 Service Contract Reporting Requirements 52.204-27 Prohibition on a ByteDance Covered Application 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8 Utilization of Small Business Concerns 52.219-9 Small Business Subcontracting Plan 52.219-16 Liquidated Damages--Subcontracting Plan 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50 Combating Trafficking in Persons 52.222-54 Employment Eligibility Verification 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-20 Aerosols 52.225-13 Restrictions on Certain Foreign Purchases 52.229-12 Tax on Certain Foreign Procurements 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (OCT 2018) 52.242-5 Payments to Small Business Subcontractors 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2022) (E.O. 13706) 52.203-13 Contractor Code of Business Ethics and Conduct 52.203-17 Contractor Employee Whistleblower Rights 52.204-30 Federal Acquisition Supply Chain Security Act Orders--Prohibition--Alternate I 52.224-3 Privacy Training -- Alternate I Additional Provisions that apply to this acquisition: 52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.204-22 Alternative Line Item Proposal 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-29 Federal Acquisition Supply Chain Security Act Orders--Representation and Disclosures 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-3 Offeror Representations and Certifications--Commercial Products and Commercial Services--Alternate I 52.217-5 Evaluation of Options 52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications 52.229-11 Tax on Certain Foreign Procurements--Notice and Representation 52.233-2 Service of Protest 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements 252.204-7024 Notice on the use of the Supplier Performance Risk System 252.205-7000 Provision of Information to Cooperative Agreement Holders, 252.215-7007 Notice of Intent to Resolicit 252.215-7008 Only One Offer 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.225-7055 Representation Regarding Business Operations with the Maduro Regime Full text Provisions that apply to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/ (End of provision) 52.252-5 Authorized Deviations in Provisions (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) Additional Clauses that apply to this acquisition: 52.202-1 Definitions 52.203-3 Gratuities 52.203-6 Restrictions on Subcontractor Sales to the Government--Alternate I 52.203-17 Contractor Employee Whistleblower Rights. 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-29 Federal Acquisition Supply Chain Security Act Orders--Representation and Disclosures 52.219-14 Limitations on Subcontracting. 52.223-5 Pollution Prevention & Right-To-Know Information 52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications 52.232-1 Payments. 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes--Alternate I 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-3 Continuity of Services 52.242-13 Bankruptcy 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Antiterrorism Awareness Training for Contractors 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7020 NIST SP 800-171 DoD Assessment Requirements 252.204-7023 Reporting Requirements for Contracted Services - Basic 252.204-7024 Notice on the use of the Supplier Performance Risk System 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime. 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Request and Receiving Reports 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 Pricing of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Products or Commercial Services 252.246-7008 Sources of Electronic Parts Fill-In Clauses that apply to this acquisition: 52.217-8 Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of contract expiration. (End of clause) 52.217-9 Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years, six (6) months. (End of clause) 52.219-28 Post Award Small Business Program Representative (h) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: (1) The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code assigned to contract number _____. 52.252-2 Clause Incorporated by Reference 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): https://www.acquisition.gov/ (End of clause) 52.252-6 Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) Open Market pricing is required. Anticipated Award Date is NLT July 31, 2024. Technical inquiries and questions relating to this combined synopsis/solicitation are due by 3:00 PM EST, June 17, 2024. Questions shall be sent via email to brittany.r.jackson@usace.army.mil, and gerald.l.garvey@usace.army.mil. When submitting questions, please include the solicitation number, and title. The government reserves the right to limit and/or to not respond to any further questions pertaining to this project received after June 17, 2024. Offerors should base their offers on the information provided in the solicitation and all issued amendments thereto. All answers to technical inquiries and questions are reviewed by the Contracting Officer prior to response. Answers to technical inquiries may result in amendments to the solicitation. If an amendment is issued, it will be posted on the System for Award Management (SAM) website (https://sam.gov/content/home). Proposals are due by 3:00 PM EDT, June 27, 2024. Proposals shall be sent via email to brittany.r.jackson@usace.army.mil, and gerald.l.garvey@usace.army.mil. Any other questions regarding this acquisition should be directed to the Contract Specialist, Brittany Jackson at (904) 232-1013 and Gerald Garvey at (904) 232-3055 or by e-mail. Attachments: Performance Work Statement (PWS) Quality Assurance Surveillance Plan (QASP) Price Sheet Wage Determinations: 2015-4529 Rev. 23 dated 07 May 2024 (Lee County) 2015-4555 Rev. 22 dated 19 April 2024 (Brevard County) 2015-4563 Rev. 24 dated 07 May 2024 (Martin, St. Lucie Counties) 2015-4573 Rev. 25 dated 18 April 2024 (Palm Beach County) 2015-4581 Rev. 26 dated 18 April 2024 (Glades, Hendry, Okeechobee Counties)

Sub-Bidding

Military

Public - Federal

Service, Maintenance and Supply

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

7

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
121
Active Projects
69
Bidding Soon
1,138
All Active Projects
446
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.

July 3, 2024

August 1, 2024

August 5, 2025

img_map_placeholder

Multiple Locations, Jacksonville, 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.