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 Newington, Connecticut. Contact the soliciting agency for additional information.

Combined Synopsis-Solicitation for Commercial Products and Commercial Services Revision 01 Effective: 05/30/2023 Description This is a combined synopsis/solicitation for commercial products and services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as RFQ 36C24124Q0673. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-03. The associated North American Industrial Classification System (NAICS) code for this procurement is NAICS 238220 (Plumbing, Heating, and Air-Conditioning Contractors) size standard $19 million. VA Connecticut Healthcare Systems, Newington Campus, requires an annual cross connection survey and testing of all backflow preventer devices listed by building and room number in Table 1 on the PDF attached SOW. VACHS is currently seeking services for all labor, materials, transportation, parts, and the expertise necessary to provide annual testing, maintenance, and repair or replacement of backflow prevention devices failing state of Connecticut mandated testing requirements. Please reach out to Chris Metner christopher.metner@va.gov for all technical questions with the below SOW. Please submit bids in the form of a base plus 4 option year contract. An optional site visit will take place on Tuesday 07/02/2024 at 07:30 AM check in at Building 3 on the 3rd floor (FMS Office) if you have trouble finding the location please call (203) 932-5711 x2061. All interested companies shall provide quotations for the following: STATEMENT OF WORK BACKGROUND VA Connecticut Healthcare Systems, Newington Campus, requires an annual cross connection survey and testing of all backflow preventer devices listed by building and room number in Table 1 of the PDF attached SOW. VACHS is currently seeking services for all labor, materials, transportation, parts, and the expertise necessary to provide annual testing, maintenance, and repair or replacement of backflow prevention devices failing state of Connecticut mandated testing requirements. JUSTIFICATION Veterans Health Administration (VHA) seeks to continue to improve operational capabilities by establishing services that result in fewer operational problems, improved communications, increased efficiency within the facility and to improve the quality of services to veterans. LOCATION OF SERVICES VA Medical Center Newington 555 Willard Avenue Newington, CT 06111 PERIOD OF PERFORMANCE Base contract period shall be 07/26/2024 07/25/2025. The contract will also contain the provision for 4 option years. QUALIFICATIONS To be considered eligible for competition, potential bidders shall have a field service representative located within 75 miles of the Newington Campus of the VA Connecticut Healthcare System. Contractor shall have prior knowledge of the Newington campus and the backflow preventers. Contractors shall possess Connecticut state issued certification/licensure to test and repair cross connections and backflow prevention devices. Contractors shall have the appropriate equipment and personnel resources available to meet the requirements of this SOW. SCOPE OF WORK The contractor shall furnish all labor, materials, equipment, tools, supervision, and all incidentals to provide the testing and certification of the back flow preventer devices and cross connections described in Table 1 on the PDF attached SOW. The contractor shall maintain an accurate log file/inventory of all cross connections and backflow preventer devices. If a backflow preventer device fails test, the contractor shall also assume responsibility to identify the requirements for repair, complete the required repairs, and provide proof of the device having passed the CT state testing requirements post repair. All failed devices shall be rectified within a period not to exceed 14 calendar days after the initial failure is reported. 1. The service provider will be coordinating, scheduling, and reporting all work-related activities and will provide necessary information as required by the COR/VA FMS Representative. The responsibilities shall include: a. Complete testing of backflow preventer devices listed in Table 1. b. Directly supervise all testing and any subsequent repair work. c. Repair or replace backflow prevention devices that have failed testing requirements within 14 days of a failed test. d. The tester will prepare a paper copy of the test report to be left with the VA FMS representative as well as provide a copy to the state of Connecticut as required by applicable codes. Each report shall at a minimum include, the device serial number, tester s name, signature, test date, and test results. e. Results of failed tests shall be reported immediately by email, and by phone or in person. Notify the VA FMS representative through email of any defective device(s), and the requirements for repair as set forth in the CT DPH Regulations. f. Contractor shall adhere to all applicable VA, state, and federal safety policies. g. Schedule and coordinate areas to be tested with the COR or VA FMS representative and provide a minimum three (3) week notice. 2. Lockout/Tagout Backflow preventer devices IAW applicable contractor and VA policies. a. Acknowledgement of VA LOTO requirements (Attachment C) and contractor LOTO policy. 3. Entry into confined spaces shall be in accordance with applicable contractor and VA policies. a. Contractor shall furnish PPE for entry into confined spaces and shall provide rescue teams associated with work requirements per contractor and VA policies and procedures. 4. Replacement parts should be consistent with existing equipment and OEM requirements and specifications. Repairs are to be made with OEM spec, and/or American made products. 5. Annual inspection of backflow preventer devices shall be in conformance with the following standards/codes/specifications/regulations to include but not limited to: a. American Backflow Prevention Association (ABPA); b. American Society of Safety Engineers (ASSE); c. VA directives and policies d. National Fire Protection Association (NFPA) 13 and 25 e. American Society for Testing and Materials (ASTM) f. Local, municipal, state, and federal regulations pertaining to preservation and maintenance of public water supplies and potable and non-potable water sources. SUBMITTALS/DELIVERABLES 1. The Service provider shall furnish Certificates of Calibration for all instruments used in conducting testing including, function, minimum range, minimum accuracy, minimum resolution, manufacturer, model, serial number, frequency of calibration, and date of last calibration. a. Contractors shall provide documentation detailing a valid calibration and the instrumentation shall meet the accuracy/calibration requirements established by the state of Connecticut. The contractor shall also provide calibration history of the instrument(s) to be used for test. 2. The contractor shall submit any waste manifest documents as applicable with final reports. 3. Submit names and qualifications of specialists a minimum of ten (10) business days prior to starting annual testing in writing to the COR, PM, and the VA Contracting Officer. Subcontracting of any ensuing award of this solicitation shall not be allowed without written permission of the Contracting Officer. Service response on calls from unauthorized personnel could result in non-payment. 4. Prior to the start of work, the specifications shall require the contractor to develop and submit such plans as required by the VA relating to Safety and Environmental Issues. These may include but are not limited to: a. Job Hazard Analysis (JHA) / Activity Hazard Analysis (AHA) b. Acknowledgement of VA LOTO requirements (Attachment C) and contractor LOTO policy. c. A work plan detailing the devices identified for test and the dates and times planned for testing. d. A safety plan for devices requiring entry into confined spaces. 5. Work hours for service and corrective maintenance shall be as follows: a. Normal routine service shall occur during normal business hours. 7:30 a.m. to 4:00 p.m., Monday through Friday. Inspections shall not interfere with patient care. In special instances where work interferes with patient care the contractor shall coordinate with the VA representative to schedule accordingly. b. Annual inspections, repairs and preventative maintenance work shall be completed no less than one calendar month before the end of each annual contract period. c. Contractor shall cover all costs for preventative maintenance services for labor and materials (e.g. calibrations of gauges, valves, equipment settings, transmitters and controls including shipping, handling, and freight.) d. All labor, materials, parts, and supplies for corrective & emergency maintenance shall be included as part of the bid. Contractor shall submit all proposals within two (2) working days of field assessment for determination of issue(s) and acceptance of corrective action plan. e. Authorization to procure and complete corrective/emergency maintenance work shall be per written direction of the VA Contracting Officer or per Purchase Order Number issuance upon approval and funding of cost for correction and upon which the contractor shall provide all labor, parts, and or materials necessary for correction/emergency maintenance work. SPECIAL INSTRUCTIONS 1. Contractor shall include an additional line item for $5000 annually to apply to incidentals for repair. Addressing repairs that result in spending in excess of the initial $5000 will be at the discretion of the Contracting Officer (CO). VA Connecticut Healthcare System Newington Backflow Preventer Inspection and Repair 2. Subcontracting of any ensuing award of this solicitation shall not be allowed without written permission of the Contracting Officer. Service response on calls from unauthorized personnel could result in non-payment. 3. Contractor Check-in: All employees of the service provider shall comply with VA Security Management Program and obtain permission of the VA Police and restricted from unauthorized access. Upon arrival, the contractor shall sign-in at Building 3, 3rd Floor, FMS office and/or receive a temporary identification badge prior to performing services at VA Connecticut Healthcare System. The contractor shall wear visible identification always displaying the name and company ID while on site. All site visits shall be coordinated with the VA COR. a. The Contracting Officer (CO), Contracting Officer s Representative (COR), and/or Project Manager (PM) specifically reserve the right to reject any of the Contractor s personnel and refuse them permission to work on the equipment outlined herein, based upon credentials provided. 4. Work hours for service and corrective maintenance shall be as follows: a. Normal routine service shall occur during normal business hours. 7:30 a.m. to 4:00 p.m., Monday through Friday. b. Annual inspections, repairs and preventative maintenance work shall be completed no less than one calendar month before the end of each annual contract period. c. Contractor shall cover all costs for preventative maintenance services for labor and materials (e.g. calibrations of gauges, valves, equipment settings, transmitters and controls including shipping, handling, and freight.). d. All labor, materials, parts, and supplies for corrective & emergency maintenance shall be included as part of the bid. Contractor shall submit all proposals within two (2) working days of field assessment for determination of issue(s) and acceptance of corrective action plan. e. Authorization to procure and complete corrective/emergency maintenance work shall be per written direction of the VA Contracting Officer or per Purchase Order Number issuance upon approval and funding of cost for correction) and upon which the contractor shall provide all labor, parts, and or materials necessary for correction/emergency maintenance work. 5. Documentation: At the conclusion of each repair and scheduled maintenance visit, the contractor shall provide a written service report indicating the device serial number, tester s name, signature, test date, and test results. 6. Per VA Directive 1805, smoking vaping, and smokeless tobacco are prohibited on the grounds of VA facilities, including in vehicles. This Directive applies to all Service providers and their employees. 7. No photography of VA premises is allowed without written permission of the contracting officer. Patients and staff are not to be photographed at any time. 8. VA reserves the right to close down or shut down the facilities and order Service provider employees off the premises in the event of a national emergency. The Service provider may return to the site only with the written approval of the VA Contracting Officer. 9. Prior to commencing work onsite, all Service providers and provider personnel shall furnish proof of receipt of required COVID vaccinations and boosters in compliance with current VHA Directives. 10. Prior to commencing work onsite, all Service providers and provider personnel shall furnish proof of receipt of required Tuberculosis testing in compliance with VHA Directive 1131(5), dated June 04, 2021. 11. Parking for Service provider and its employees shall be in designated areas only. Service provider to coordinate with COR. 12. The Service provider shall confine all operations (including storage of materials) on government premises to areas authorized or approved by the VA Contracting Officer. The Service provider shall hold and save the government, its officers, and agents, free and harmless from liability of any nature VA Connecticut Healthcare System Newington Backflow Preventer Inspection and Repair occasioned by the Service provider s performance. Working space and space available for storing materials shall be as determined by the COR. Workers are subject to the rules of the Medical Center applicable to their conduct. Execute work in such a manner as to reduce impacts with work being done by others. 13. Billing: Provide COR and/or PM with a report or statement of work completed and include statements with request for payment. Statement should include service completed and the date each service item was completed. Labor charges shall be billed hourly, and any unused labor totals will be credited back to the VA Medical Center on the next billing cycle, upon receipt of the service report. TERMS AND CONDITIONS 1. User Responsibility: The contractor shall not be held responsible under the terms of this contract for repairs to equipment necessitated by user abuse and/or misuse of equipment. 2. All work is subject to inspection, review and approval by the Plumbing Supervisor, Utility System Supervisor, Chief M&O, Chief Engineer, and/or their designees. Evaluation Process Award will be made to the best price, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Vendors quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price, past performance, and capabilities. The following factors shall be used to evaluate offers: 1. Price (Follow these instructions): a. Vendor shall provide a quote for the services above. Vendors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Labor Standards (SCLS) if applicable. b. Ensure your validation is current in the System for Award Management (SAM)( https://www.sam.gov). Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. 2. Capable: The vendors quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Statement of Work in a timely efficient manner. a. Contractor shall demonstrate their corporate experience and approach to meet all requirements. b. Contractor shall provide a list of all services included in the price. c. Contractor shall provide all current and relevant licenses and/or certifications for the State of service if applicable. d. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. e. Contractor shall state and/or demonstrate their ability to meet all requirements and deliverables stated in this solicitation and Statement of Work. Any additional information to further identify how the company is experienced and capable of performing the requested work is welcome. 3. Veterans Preference Factor (per 852.215-70): The Government will assign evaluation credit for an Offeror (prime contractor) which is a Service-Disabled Veteran-Owned (SDVOSB) or a Veteran-Owned Small Business (VOSB). Non-SDVOSB/VOSB Offerors proposing to use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor. a. For SDVOSBS/VOSBs: In order to receive credit under this Factor, an Offeror shall submit a statement of compliance that it qualifies as a SDVOSB or VOSB in accordance with VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors . Offerors are cautioned that they must be registered and verified in Vendor Information Pages (VIP) database (http://www.VetBiz.gov). i. Verified SDVOSBs will receive a 5% price credit (e.g. if a SDVOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $95.00). ii. Verified VOSBs will received a 2.5% price credit (e.g. if a VOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $97.50). The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998), 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020), 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011), 52.204-13 System for Award Management Maintenance (OCT 2018), 52.204-18 Commercial Government Entity Code Maintenance (AUG 2020), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.228-5 Insurance-Work on a Government Installation (JAN 1997), 52.232-40 Providing Accelerated Payments to Small Business Subcontracting (DEC 2013), 852.212-70 Provisions and Clauses Applicable to VA Acquisitions of Commercial Items (APR 2020) 852.203-70 Commercial Advertising 852.219-74, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.232-72 Electronic Submissions of Payment Requests 852.233-70 Protest Content/Alternative Dispute Resolution 852.233-71 Alternate Protest Procedure 852.270-1 Representatives of Contracting Officers 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) As prescribed in 819.7203(a) insert the following clause: (a) This solicitation includes 852.219-74, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor s offices where the Contractor s business records or other proprietary data are retained and to review such business records regarding the Contractor s compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor s business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause) 852.219-77 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. As prescribed in 819.7009(c) insert the following clause: VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (SEP 2021) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.] (i) [X] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. (ii) [ ] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (iii) Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. The Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: _________________________________ Printed Title of Signee: ________________________________ Signature: ______________________________________________ Date: ___________________________________________________ Company Name and Address: _____________________________________________________________________________________ (End of clause) 852.242-71 Administrative Contracting Officer. As prescribed in 842.271, insert the following clause: ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) The Contracting Officer reserves the right to designate an Administrative Contracting Officer (ACO) for the purpose of performing certain tasks/duties in the administration of the contract. Such designation will be in writing through an ACO Letter of Delegation and will identify the responsibilities and limitations of the ACO. A copy of the ACO Letter of Delegation shall be furnished to the Contractor. (End of clause) (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41 (Wage Determination Newington VAMC WD 2015-4119 (Rev-26) and West Haven VAMC WD 2015 4127 (Rev-26), 52.222-42, 52.222-43, 52.222-55, 52.222-62 (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due NLT 07/05/2024 at 17:00 PM EST. RFQ responses must be submitted via email with RFQ #36C24124Q0673 in the subject line to: Nathan.Langone@va.gov Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Nathan Langone (Nathan.Langone@va.gov)

Post-Bid

Medical

Public - Federal

Service, Maintenance and Supply

We’ve obtained documents for this project and are currently processing them.

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
493
Active Projects
292
Bidding Soon
4,661
All Active Projects
1,957
Updated Recently

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.

July 5, 2024

July 26, 2024

img_map_placeholder

555 Willard Ave, Newington, CT


The best commercial construction data available. Period.

Access 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.

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.