Skip to content
Miami-Dade County

Pump Station No.1 Storm Hardening Upgrades

Solicitation: RPQ No P16120
Notice ID: 4103421930eddf316ada1837b1c27787
DepartmentMiami-Dade CountyAgencyStrategic Procurement Department (SPD)StateFLPostedJan 15, 2026, 12:00 AM UTCDueMar 05, 2026, 03:00 PM UTCCloses in 10 days

Federal opportunity from Strategic Procurement Department (SPD) • Miami-Dade County. Place of performance: FL. Response deadline: Mar 05, 2026.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$964,691,384
Sector total $964,691,384 • Share 100.0%
Live
Median
$107,325
P10–P90
$28,414$4,168,590
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($964,691,384)
Deal sizing
$107,325 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on official portal →
Map for FL
Live POP
Place of performance
Miami-Dade County, FL
State: FL
Contracting office
Not listed

Point of Contact

Not available

Agency & Office

Department
Miami-Dade County
Agency
Strategic Procurement Department (SPD)
Subagency
Strategic Procurement Department (SPD)
Office
Strategic Procurement Department (SPD)
Contracting Office Address
Not available

Description

A. The project work shall take place at the Master Pump Station No. 1 (MPS1) which is owned and operated by the Miami-Dade Water and Sewer Department (OWNER). MPS1 is located at 390 NW North River Drive, Miami, Florida 33128. B. The project consists of the project elements identified below: 1. Hardening of Building Openings a. Installation of flood-proof doors b. Preparing openings for the implementation of stop logs c. Replacement of corrugated structural glass with new louvers and concrete wall d. Replacement of glass block window with new impact windows e. Installation of new rollup doors and drop-down barriers f. Replacement of louvers 2. Hardening of Exterior Equipment: a. Replacement of six (6) remote radiators for the diesel engines powering the pumps with new air-cooled heat exchangers. b. Installing the remote radiators and the six (6) exhaust silencers on new structural framing attached to the roof. c. Replacement of the existing roofing membrane from the high and low roofs. d. New support structure for the existing 30” odor control ductwork e. Raise AC condensing units #1, #2, #3 by replacing the support frames and raising the DFE. f. Replacement of the wall-mounted AC unit at the lunchroom. MINIMUM CONSTRUCTION EXPERIENCE OF THE CONTRACTOR A. With his bid, the successful Bidder shall submit proof that his/her firm has at least the minimum successful contract experience as required below for this Contract being bid. Such proof shall consist of a list of projects, completed prior to the bid date, with the names and telephone numbers of the owners or representatives that the OWNER can contact to confirm the listed experience. B. In addition to submittal requirements stated elsewhere, to qualify for work on this Contract, the Bidder shall be experienced in wastewater treatment facilities, specifically for work in sodium hypochlorite storage applications. C. The Bidder must demonstrate that it has full-time personnel with the necessary experience to perform the Project’s Scope of Work. The Bidder shall provide a list of no less than three (3) references who can confirm that the bidder has successfully completed construction projects at existing pump stations or treatment plants, and where hardening work was implemented. Each reference shall include the following: contact’s name, telephone number, e-mail address, and location in which modular building was intended for. D. The experience of key senior personnel with other firms may be counted toward the experience requirement, if acceptable to the ENGINEER. Should such evidence not be satisfactory to the ENGINEER, whose decision shall be final. E. In the event a firm is established by executives, supervisors and other senior field staff (key employees) that would have met these minimum experience requirements with a prior firm, OWNER reserves the right to qualify the firm based on OWNER's sole determination and evaluation of the knowledge and prior experience of these key employees employed by the new firm. The experience of key senior personnel with other firms may be counted towards the experience requirement, if acceptable to the ENGINEER. Should such evidence not be satisfactory to the ENGINEER, whose decision shall be final, the bid will be considered non-responsive, and the second lowest bidder will be considered for award. The qualifying proof shall be submitted in a separate sealed envelope with the bid. Contractor must refer to the Request for Price Quotation (RPQ) and associated project documents for the detail Scope of Work.
Technical Certification: General Building Contractor

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.