Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Full details on over 250,000 Projects including 2000 updated daily available to subscribers

May 28, 2025

Conceptual

Medical

$90,000.00

Public - Federal

Asbestos Abatement, Site Work

img_map_placeholder

325 New Castle Rd, Butler, PA

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

3

Subscribe to View Full Documents

Site work and asbestos abatement for a mixed-use development in Butler, Pennsylvania. Conceptual plans call for site work for a medical facility; and for asbestos abatement for a medical facility.

SOURCES SOUGHT NOTICE This is not a solicitation but rather a Request for Information (RFI/Sources Sought) for market research purposes only. Veterans Health Affairs, Network Contracting Office 4, is issuing this Sources Sought in order to identify capable firms and obtain information for planning purposes only. Veterans Health Affairs, Network Contracting Office 4, is issuing this Sources Sought to identify capable firms for the VA Butler Healthcare Center. Responses shall be submitted by 12:00 PM (EST) May 28th, 2024. Responses shall be submitted via email to Jeffrey.pruett@va.gov in the Subject line: Asbestos Mold, Lead Abatement Services/(Your Organizations Name). All Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) firms that respond shall include proof of their Vets First Verification via Home A A. VetBiz Portal (va.gov). All small business firms that respond shall include proof of small business status via their Representations and Certifications in accordance with FAR 4.1102 Policy. As determined by the VAAR in section 852.219-73 and 852.219-75, Service-Disabled Veteran Owned Small Businesses need to meet specified requirements, while limiting the amount of subcontracting provided during a given contract. Failure to meet the required stipulations can result in suspension, debarment, fines, and/or prosecution. While SDVOSB/VOSB contractors are preferred, all capable contractors are welcome to respond to this sources sought notice for market research purposes. All respondents shall include as part of their response a brief capability statement that covers the information in the following tentative performance work statement (PWS), as well as answers to the below three (3) questions. All respondents shall be registered and active in SAM.gov | Home. The purpose of this sources sought is to elicit feedback from industry on our intended procurement approach. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition approach (e.g., socioeconomic set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses. Suggested NAICS: 562910 (Remediation Services) Suggested PSC: F108 (Natural Resources/Conservation-Environmental Remediation) Open to suggestions from industry as to a more proper NAICS and/or PSC The minimum guaranteed ordering amount on the contract is $1,000.00. The total amount of all orders issued during the effective period of this contract will not exceed $250,000.00. In addition to the information requested above, please include answers to the below 3 questions as part of your response to this Sources Sought: 1. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services under the same or a related NAICS codes. 2. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each. 3. Do you plan on responding to a solicitation for this requirement with a Joint Venture utilizing multiple owned companies as majority or non-majority ownerA Yes ___No ___A If yes, please identify which companies are considering a Joint Venture and the ownership of each company. 4. If responding to this sources sought as an SDVOSB, please provide information to support your ability to comply with the limitations on subcontracting per VAAR in section 852.219-73 and 852.219-75. 5. If responding to this source sought as a VOSB, please provide information to support your ability to comply with the limitations on subcontracting per VAAR in section 852.219-73 and 852.219-75. Intended Procurement Approach Performance Work Statement Veterans Affairs Butler Healthcare Summary of the Work The contractor shall provide all labor and materials including tools and apparatus, equipment, supervision, certifications, licenses, permits, regulat01y notifications, transportation, and disposal necessary to perform asbestos, mold, and lead abatement work at the Veterans Affairs Butler Healthcare. All work shall be performed by state-licensed abatement contractors using Environmental Protection Agency (EPA)-accredited, state-certified, or state-licensed workers and supervisors. Contractor and employee training and certifications shall be commensurate work performed and with requirements for licensing. All asbestos disposal facilities performing under this contract shall at all times possess the applicable Federal, State, and Local regulatory approvals, and each asbestos disposal facility shall be approved in advance in writing by the Contracting Officer's Representative (COR). The contractor shall perform the necessary planning, documentation, permitting, removal, monitoring, inspection, testing, disposal, and other support services to ensure that VA patients, employees, and visitors will not be adversely affected by asbestos, mold, and lead abatement work. The contractor will assure the abatement work proceeds in accordance with specifications as contained within the contract and verify the abated areas or abated buildings have been successfully decontaminated. The contractor shall advise the VA of all Federal, State, and Local regulatory or guidance revisions that take place during the contract. The contractor shall have responsibility to perform the work in accordance the most current requirements along with the contract/specification requirements, to perform continuous inspection, monitoring, and testing for the safety of employees, and to perform other such services as specified. Any conflicts shall be addressed in writing to the COR. There will be Industrial Hygiene Quality Assurance oversight (third-party) as the Government's independent VA Professional Certified Industrial Hygienist (VAPCIH). The contractor's Certified Industrial Hygienist (CPCIH) or their qualified personnel under the direction of the CPCIH shall continuously inspect and monitor conditions inside and outside the regulated area to ensure compliance with these specifications. In addition, the CPCIH or their qualified personnel under the direction of the CPCIH shall personally manage air sample collection, analysis, and evaluation for personnel, regulated area, and adjacent area samples to satisfy EPA and Occupational Safety and Health Administration (OSHA) requirements. General Requirements The work shall include asbestos, mold, and lead abatement services for health care, administrative, laboratory, research, support buildings and structures. The contractor shall ensure that asbestos, mold, and lead abatement projects comply with VA specifications of the Department of Veteran Affair's Technical Information Library (TIL) and all applicable local, state, and federal regulations. Including, but not limited to the US EPA (Environmental Protection Agency) Asbestos Hazard Emergency Response Act (AHERA) 40 CFR 763 Subpart E, Allegheny County, PA DEP (Department of Environmental Protection), Asbestos NESHAP Regulation Rule 370, OSHA CFR 1926.1101 Abatement Standard for Asbestos. US EPA 40 CFR 745 Subpart L Lead Based Paint Activities, and OSHA CFR 1926.62 Lead in Abatement (Occupational Safety and Health Agency). The contractor, when required to complete a task, shall move and return all furniture, furnishings, storage racks, file cabinets, desks, chairs, wall decor, and other applicable items to the original position following abatement as identified at the discretion of the COR. Following completion of abatement, the contractor is responsible for cleaning equipment staging areas, removing all equipment, and asbestos wastes generated by the asbestos abatement. Any contractor personnel who knowingly and willfully disregards any applicable Federal, State and/or local Occupational Safety and Health Administration (OSHA) regulations, environmental protection and/or public health statute or its implementing regulations; VA OSH, environmental (GEMS) and/or information security requirement; is subject to immediate removal from the job site and medical center by the VA Police. In addition, the contractor personnel who committed the violation or created/knowingly allowed the violation to occur, shall not be allowed to return to continue performing on the project unless cleared in writing by the Contracting Officer after sufficient rehabilitation (e.g., retraining). Any contractor personnel who knowingly and willfully commits any criminal offense (e.g., introduction of dangerous weapons" as defined by 18 U.S.C. A 930) or contraband to VA property, traffic, and parking infractions) is subject to citation and/or arrest by the VA Police and prosecution in Federal District Court. All waste manifests will be received within 30 days after completion of each job. Contractor Certifications Contractor shall certify, in writing, that: (I) Solvents (e.g., mastic removers) or products containing solvents (e.g., encapsulants) designated by the U.S. EPA as Class I ozone depleting substances, such as but not limited to, carbon tetrachloride and methyl chloroform (1,1,1-trichloroethane); or other chlorinated hydrocarbon solvent degreasers such as, but not limited to, dichloromethane (methylene chloride), chloroform, trichloroethylene and tetrachloroethylene (perchloroethylene), are not to be used for any task order issued under this contract. Solvents or products containing solvents will not become a Federal or State-EPA regulated hazardous wastes when spent (e.g., no solvents that will generate "D-listed" or "F-listed" wastes). Encapsulates do not contain any of the 8 RCRA metals -Arsenic, barium, cadmium, chromium, lead, mercury, selenium, and silver in sufficient concentration to require disposal as RCRA hazardous waste when removed and disposed. Asbestos: Replacement materials (e.g., insulation) shall not contain asbestos in any amount as defined by the U.S. EPA and OSI-IA. For purposes of this contract, vermiculite insulation is presumptively ACM (Asbestos Containing Materials) and shall not be used in any replacement product. Silica: Materials shall not contain free crystalline silica. High acute toxicity. Materials shall not contain any ingredient in a concentration of 1.0 percent or greater that meets the GI-IS (Government Hygienists Society) toxicity Catego1y 1, 2 or 3. Human Carcinogens: Materials shall not contain any ingredient in a concentration of 0.1 percent or greater that is a GHS Category IA or 1B human carcinogen or is listed by the American Conference of Governmental Industrial Hygienists (ACGIH) as a Category Al-Confirmed human carcinogen or Category A2 - Suspected human carcinogen. Mutagens. Material shall not contain any ingredient greater than 0.1% that is a GI-IS Category 1A or 1B mutagen, or greater than 1.0% of a Category 2 mutagen. Allergens/sensitizers. Materials shall not contain any ingredient in a concentration greater than one percent (1%) that is an allergen, respiratory and/or skin sensitizer. (I 0) Flammables and corrosives. Materials shall not be flammable or meet the GHS definition of a Category 1, 2 or 3 corrosives. VA Asbestos Project Design Prior to the start of any task order, an independent, third party AHERA (Asbestos Hazard Emergency Response Act) Asbestos Building Inspector shall sample all suspected asbestos materials as required by the Asbestos NESHAP (National Emission Standards for Hazardous Air Pollutants) regulations at 40 CFR Part 61, Subpart M. b, The VA shall provide the contractor with a statement of work (SOW) for each task order. The contractor will participate in a site visit to review the SOW and site conditions. The contractor shall develop and submit process plans for approval to the COR describing the process abatement, testing, and disposal. For purposes of this contract, vermiculite insulation is presumptively an asbestos containing material (ACM), consistent with EPA guidance. Under no circumstances shall asbestos abatement contractor personnel sample any suspect material or submit a suspect material to an environmental testing lab for asbestos analysis on behalf of the VA. The contractor and all plans shall comply with: VHA Directive 7714 Policy EC-32 Safety and Health During Construction TB testing is required. HEPA (High Efficiency Particulate Air) filter vacuum system rated at 95% capture of 0.3 microns is required. Negative air pressure will be required where heavy dust is expected. 010110 Medical Center Requirements The plans and specifications for all asbestos abatement projects shall be developed using the latest asbestos, mold, and lead abatement specifications from the Office of Abatement and Facilities Management (CFM) Technical Information Library (TIL) available at: http://www.cfm.va.gov/til/, The primary specifications provided in the solicitation and contract arc: 01 35 26 Safety Requirements 01 57 19 Tempora1y Environmental Controls 01 74 19 Abatement Waste Management 02 82 11 Traditional Asbestos Abatement 02 82 13.13 Glovebag Asbestos Abatement 02 82 13.19 Asbestos Floor Tile and Mastic Abatement 02 82 13.21 Asbestos Roofing Abatement 02 82 13.31 Asbestos Transite Abatement 02 83 33 13 Lead Based Paint Removal and Disposal These specifications are inco1porated herein by reference as if set forth in full. If there are any conflicting provisions between this SOW, references, and the specifications, the most stringent requirements shall apply. Reference Specifications & Codes: All work shall be done in compliance with all current applicable codes, specifications, and requirements including, but not limited to, the following: OSHA regulations at Title 29, Code of Federal Regulations (CFR), Part 1910and 1926. U.S. EPA regulations 40 CFR NFPA Life Safety Code (NFPA IOI), latest edition NFPA National Fire Alarm Code (NFPA 72), latest edition NEC National Electrical Code (NFPA 70), latest edition NFPA 70E: Standard for Electrical Safety in the Workplace, latest edition International Building Code, latest edition. National Standard Plumbing Code, latest edition All applicable Department of Veterans Affairs (VA) master design specifications and master abatement specifications (accessible at http://www.cfm.va.gov/TIL/) ASBESTOS ABATEMENT - Department of Veterans Affairs Design Manual Index Office of Abatement & Facilities Management, Facilities Standards Service May6,2014. Asbestos Abatement Specifications Asbestos Abatement Design Manual VA Asbestos Directives and Handbook MOLD REMEDIATION - Refer to http://www.epa.gov/mold for guidance and requirements. LEAD EXPOSURE IN ABATEMENT - Reference Application and Instructions for Individuals Applying for Ce1tification to Conduct Lead-Based Paint Activities; Office of Chemical Safety and Pollution Prevention EPA 747-B-99-002 https://www.epa.gov/lead I. Comply with OSHA regulation 1926.62. Protect employees and building occupants where they may be exposed to lead. If lead is expected contact the VA in writing upon finding suspect material. Abatement Project Coordination The COR will coordinate pre-abatement meeting with contractor including contractor's Competent Person and VPIH/CIH, provide reasonable notice to occupants impacted by asbestos abatement activities including those adjacent to regulated areas of project dates and requirements for relocation (if needed), coordinate any background air samples and final clearance air sampling with the VPIH/CIH, and ensure that any patients, staff or visitors who are sensitive to epoxy- or urethane-based encapsulants are provided reasonable notice, and the Safety Manager/Officer will determine re-entry times in consultation with Occupational Health. Compliance Program Where exposure levels are below 30 micrograms per cubic meter of air, calculated as an 8-hr time weighted average, no special precautions are required. Where exposure levels are between 30 micrograms and 50 micrograms per cubic meter of air, calculated as an 8-hr time-weighted average, the contractor shall be required to monitor the exposure level at regular intervals; provide safety training and education; require use of respirators; and conduct blood lead monitoring. e. If the employee exposure, without regard to respirators, is at or above the permissible exposure limit (PEL), the contractor shall be required to activate lead abatement plan to reduce and maintain employee exposure to lead, at or below PEL. See VA Master Specification Section 02.83.33.13, LeadA- Paint Remova1. Local and State regulations shall govern the transportation and disposal of demolition debris containing asbestos and lead. All asbestos removal contractors shall obtain an Allegheny County Asbestos Abatement Permit, where applicable. In addition, copies of all permits and all signed manifests shall be proved to the VA. Final Clearance Testing All final clearance testing shall be performed by an independent third-party Professional Industrial Hygienist/Certified Industrial Hygienist retained by the VA (VPIH/CIH) as defined in Master Abatement Specification 02 82 11 Traditional Asbestos Abatement specifications referenced in Section 4.7 above. In no case shall the independent clearance testing professional be retained by the asbestos abatement contractor performing under this contract. The final report shall be submitted to the assigned COR. Invoices will be paid upon completion of the abatement. Completion of the job occurs when the areas pass clearance testing of 0.01 F/cc, receipt by the government of the waste manifest signifying proper disposal of the materials and receipt of the final report. All waste manifests will be received within 30 days after completion of each job. Qualifications The contractor for asbestos abatement, lead, and mold abatement projects shall be licensed by the Commonwealth of Pennsylvania and/or the Butler County Health Department. All current requirements for qualifications must be met. Before contract award, the contractor shall submit evidence of the following credentials as required by the asbestos and lead abatement oversight activities for which they will be responsible; PA Asbestos/Lead Contractor License, Allegheny Health Department Asbestos/Lead Abatement Contractor License, Individual AHERA Contractor/Supervisor, AHERA Inspector or Inspector/Management Planner, Asbestos Worker, EPA Lead Renovator, Lead Inspector, Lead Worker, and EPA Lead Sampling Technician. In addition, evidence of five projects of similar complexity and scope as the projects for a hospital/instih1tional occupied abatement for Asbestos and Lead done in the last five years shall be submitted to meet the criteria for a responsible contractor. Individual employee training and certifications or licensing shall be commensurate with requirements for job description. There must be a responsible supervisor on site at all times employees are present or work is being done. The supervisor must have a current 30-hour OSHA certification. An abatement Supervisor/Contractor Course must also be presented for this person in the qualifications package submitted. The contractor's Air Monitoring Lab along with accreditation credentials shall be submitted before award. Resumes of key individuals including the contract official, project manager, Contractor's Professional Certified Industrial Hygienist and supervisor shall be submitted with the quote. Qualifications shall be provided within the Technical Proposal. A list of all names of employees shall be submitted. In addition, records of proper fit testing with workplace clearances shall be submitted. All current certificates of worker's acknowledgement along with training records shall be submitted. The contractor will be required to also submit information on the Safety Program for the Contract which may be incorporated into each project plan for each Task Order with specific details as required for the project. A Waste Transportation Safety Program and Commonwealth of Pennsylvania Certificate shall be submitted and kept with the transport at all tin\es. Evidence of knowledge of manifest requirements shall be submitted. Task Order The specific tasks of each project shall vary from one project to the next and will be estimated based on the line-item cost as submitted by the selected contractor and approved by the VA Contracting Officer. The contractor will be required to provide a line-item breakdown proposal for each individual task order per the established rates of the IDIQ Contract. Task orders will consist of the scope of the work identified in the Statement of Work. Price shall be determined by submitted rates for line-item tasks as submitted to the VA Contracting Officer as basis of award. This order system will use the MS Excel format. Each task order shall use this line-item schedule and the quantities to be completed for the project as the basis for the task order. Task Order Process Steps and Timeline creating a task order is: The VA will provide the task order scope of work to the contractor. The contractor will participate in a site visit accompanied by the COR to determine the complexity of the work and the site conditions. The contractor shall provide a detailed quote to the CO or COR for review. The COR will evaluate the quote to determine whether it shows a clear understanding of the scope and that it is fair and reasonable. Negotiation may be required. The CO will create and issue the task order to the contractor. If the task order is not an emergency, the site visit is expected to take place within 24 hours of notification and the abatement work is expected to commerce 48 hours after the site visit. If the task order is an emergency, work is expected to commence within 24 hours of notification. A burst pipe could constitute an emergency request. Three to six emergency requests should be expected each year. Information Security and Privacy A compliant identification (ID) badge must be worn by contractors at all times while on VA premises. If the contractors bring a vehicle onsite, they are required to provide proof of registration and insurance for each vehicle. At the end of each day, the VA badge will be returned to the police officer or COR and the personal ID will be returned. Contractor may not have access to the VA network or any VA sensitive information under this contract. SAFETY AND HEALTH DURING ABATEMENT ACTIVITIES Review of the Infectious Control Risk Assessment (ICRA) policy requirements for abatement activities and completion of the permit for the project and/or project phase. The COR in conjunction with the infectious control staff, director or manager of the unit(s) affected, and the contractor are responsible for identifying and reviewing all potential abatement risks and requirements as outlined in the ICRA permit. Review of all contract worker Tuberculosis (TB) screening requirements and options. The contractor shall also be notified that anyone failing to meet these requirements is not permitted to work onsite and/or may be removed at any time without notice until these requirements are met. The safety and infection control staff will inspect the abatement site periodically to ensure continuous compliance and document any findings as necessary. All findings should be brought to the attention of the assigned COR/RE/PM for response. Resolution of findings should also be documented as necessary by the safety and infection control staff. All permits, including PCRA (Pre-Construction Risk Assessment), JCRA, etc. shall be active, available, and prominently displayed at all entrances to the abatement site. Abatement Activity Intervention All abatement work shall be immediately stopped should the COR, safety staff, infection control staff, or other VA representative identify any activities that could reasonably be expected to cause death or serious physical harm to any person (patient, visitor, staff, contract worker, general public, etc.) immediately or before the imminence of such danger can be eliminated. In the event of a stoppage, the COR/RE/PM, and the Contracting Officer (CO) should be notified immediately by the CSC representative responsible for the stoppage. Serious and/or unresolved safety issues, including continuous and/or repetitive deficiencies which will be considered a serious safety concern, shall be brought to the attention of the COR for resolution. Infection Control. Abatement activities and contractors shall strictly adhere to infection control measures/requirements during all phases of work. These requirements are intended to control the generation/transmission of dust and other infectious disease agents between the abatement site and other active/occupied building areas. The specific requirements for abatement projects vary based on the project location, activities, etc. These requirements may be more or less stringent dependent upon these factors; however, at a minimum the following must be adhered to. Failure/inability to observe any infection control requirements will be considered a serious safety issue. Prior to beginning any abatement work, the COR, the contractor SSHO, and at least one member of the infection control staff must physically inspect and approve the correct installation of all required infection control barriers. 1. Each abatement site requiring the implementation of negative pressure shall have at least one properly functioning visual indicator installed which clearly displays on the exterior of the site whether or not negative pressure is being maintained inside the abatement area. Transportation of any abatement debris/supplies through VA occupied spaces shall be done in tightly covered containers/carts. Carts shall be visibly clean on the outside and shall be wiped down and/or vacuumed to reduce the transport of dust/contaminants from abatement areas to occupied areas. Transportation times and pathways shall be coordinated when the JCRA permit is reviewed and signed. Contractor employees shall remove or cover dust-laden clothing before exiting the abatement site into VA occupied spaces. Failure to do so may result in permanent removal of the employee from the project. Carpet/sticky mats shall be placed at all abatement site entrances and frequently changed to ensure no dust/dirt is tracked into VA occupied spaces. The contractor shall maintain the space outside of the abatement area in a clean condition. Wet mopping, changing of sticky mats, etc. are all required as necessary to maintain this condition. Prior to removal of any infection control barriers, the COR/RE/PM, the contractor SSHO, and at least one member of the infection control staff must physically inspect and approve all areas. The COR/RE/PM is responsible for scheduling all terminal cleanings with Environmental Management Service (EMS) as necessary prior to barrier removal. Barrier Walls: The abatement areas MUST be kept separated from patient care areas by barriers that keep the dust and dirt inside the worksite. The walls must provide a complete seal of the abatement area from adjacent areas (walls may be rigid 6 mil thickness plastic). All walls, floors, and ceilings are considered fire rated unless otherwise determined by the VA Safety Representative or Fire Marshal. Environmental Control: Negative air pressure must be maintained within the abatement area. Demolition debris is removed in tightly fitted covered carts - use specified traffic pattens. Sticky or walk-off mats are placed immediately outside the abatement zone and changed whenever necessary to control the spread of dust and dirt. Exterior window seals are to be used to reduce the amount of outside excavation debris coming into the building. If demolition chutes are used, they must be sealed when not in use; the chute and damper should be sprayed with water, as necessary to maintain dust control. Control, collection, and disposal must be provided for any drain liquid or sludge found when demolishing plumbing. Traffic Control: Use designated entry and exit procedures. Keep all egress pathways free of debris. No unauthorized personnel should be allowed to enter abatement areas. Use designated elevators only. Cleaning: I Keep the abatement area clean on a daily basis. 2 Dust and dirt must be kept to a minimum. Workers: Clothing must be free of loose soil and debris when exiting the abatement area. Use personal protective equipment (masks, face shields, etc.) as indicated for the task at hand. Handwashing is the best method of reducing the transmission of infection: always wash your hands with soap and water after visiting the restroom, before eating, when leaving the abatement site. MINIMUM GUARANTEE AND MAXIMUM ORDERNG AMOUNTS The minimum (guaranteed) ordering amount on the contract is $1,000.00. The total amount of all orders issued during the effective period of this contract will not exceed $250,000.00. The Method of Contractor Selection has not been determined at this Time.

2 Record(s)

Subscribe to Get All Contact Details

Trades

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

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 At

  • 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.

Provide your information to unlock 5 active projects and companies from our commercial construction database. Free.

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.

Don't miss Bidding Projects!

Within 75 Miles of this Project:
248
Active Projects
161
Bidding Soon

Related Projects


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.