Orocon Construction Llc
CAGE Code: 4TU23
NCAGE Code: 4TU23
Status: Active
Type: Commercial Supplier
Dun & Bradstreet (DUNS): 783824720
Summary
Orocon Construction Llc is an Active Commercial Supplier with the Cage Code 4TU23 and is tracked by Dun & Bradstreet under DUNS Number 783824720..
Address
325 Reynoir St
Biloxi MS 39530-2137
United States
Points of Contact
Related Information
People who viewed this 'CAGE Code' also viewed...
Biloxi Bicycle Dive Five Inc New Creations Beauty Salon Uncle Willies M And L Technology Coast-Wide Reporters Signs First Johnson Jeff T Electric Service Inc Seacoast Business Machines S W A T Inc Nice-N-Clean Pass Road Hardware Inc Cable Man Inc American Red Cross J R Marketing Richmond Funeral Home Bookland Inc No 175 Mississippi Music, Inc. Jewel Box Discount Trophy House Vision Therapy Center
Frequently Asked Questions (FAQ) for CAGE 4TU23
- What is CAGE Code 4TU23?
- 4TU23 is the unique identifier used by NATO Organizations to reference the physical entity known as Orocon Construction Llc located at 325 Reynoir St, Biloxi MS 39530-2137, United States.
- Who is CAGE Code 4TU23?
- 4TU23 refers to Orocon Construction Llc located at 325 Reynoir St, Biloxi MS 39530-2137, United States.
- Where is CAGE Code 4TU23 Located?
- CAGE Code 4TU23 is located in Biloxi, MS, USA.
Contracting History for CAGE 4TU23 Most Recent 25 Records
- W9127Q23F0032
- Minimum Guarantee-Idiq For Construction
- 3 Jan 2023
- Minimum Guarantee-Idiq For Construction
- W7nh Uspfo Activity Ms Arng
- Department Of Defense (Dod)
- $2,000.00
- Department Of Defense (Dod)
- W9127Q23D0006
- Construction Svs-Ms Arn & Arng Statewide
- 16 Feb 2023
- Construction Svs-Ms Arn & Arng Statewide
- W7nh Uspfo Activity Ms Arng
- Department Of Defense (Dod)
- $0.00
- Department Of Defense (Dod)
- W9127Q23D0006
- Indefinite Delivery, Indefinite Quantity (Idiq) Multiple Award Task Order Contract For Construction Svs-Ms Ang & Arng Statewide
- 1 Dec 2022
- Indefinite Delivery, Indefinite Quantity (Idiq) Multiple Award Task Order Contract For Construction Svs-Ms Ang & Arng Statewide
- W7nh Uspfo Activity Ms Arng
- Department Of Defense (Dod)
- $0.00
- Department Of Defense (Dod)
- W9127Q23D0006
- Construction Svs-Ms Arn & Arng Statewide Mod To Remove Far 52.204-2 Alt Ii
- 29 Mar 2023
- Construction Svs-Ms Arn & Arng Statewide Mod To Remove Far 52.204-2 Alt Ii
- W7nh Uspfo Activity Ms Arng
- Department Of Defense (Dod)
- $0.00
- Department Of Defense (Dod)
- 1305M220FNCNR0290
- Building Improvements For Noaa's Gulf Of Mexico Disaster Response Center To Include Privacy Doors, Ceiling Fans, Driveway, Hvac Assessment And Bird Strike Film Protection On Windows.
- 26 Aug 2020
- Building Improvements For Noaa's Gulf Of Mexico Disaster Response Center To Include Privacy Doors, Ceiling Fans, Driveway, Hvac Assessment And Bird Strike Film Protection On Windows.
- Dept Of Commerce Noaa
- Department Of Commerce (Doc)
- $189,047.00
- Department Of Commerce (Doc)
- 1305M220FNCNR0290
- Building Improvements For Noaa's Gulf Of Mexico Disaster Response Center To Include Bathroom Privacy Doors, Ceiling Fans, Driveway, Hvac Assessment And Bird Strike Film Protection On Windows.
- 24 May 2021
- Building Improvements For Noaa's Gulf Of Mexico Disaster Response Center To Include Bathroom Privacy Doors, Ceiling Fans, Driveway, Hvac Assessment And Bird Strike Film Protection On Windows.
- Dept Of Commerce Noaa
- Department Of Commerce (Doc)
- $189,047.00
- Department Of Commerce (Doc)
- 1305M419FNAAJ0153
- Aoml Emergency Generator Power&Electrical System Repairs, Bba Of 2018 (Hurricane Irma)
- 20 Sep 2019
- Aoml Emergency Generator Power&Electrical System Repairs, Bba Of 2018 (Hurricane Irma)
- Dept Of Commerce Noaa
- Department Of Commerce (Doc)
- $1,055,953.58
- Department Of Commerce (Doc)
- 1305M419FNAAJ0153
- Incorporate Revised Scope And Update Contracting Officer.
- 5 Nov 2019
- Incorporate Revised Scope And Update Contracting Officer.
- Dept Of Commerce Noaa
- Department Of Commerce (Doc)
- $1,055,953.58
- Department Of Commerce (Doc)
- 1305M419FNAAJ0153
- Due To Covid19, Pop Deadline Changed From June 13, 2020 To November 30, 2020, At No Addt'l Cost To The Government
- 1 Jul 2020
- Due To Covid19, Pop Deadline Changed From June 13, 2020 To November 30, 2020, At No Addt'l Cost To The Government
- Dept Of Commerce Noaa
- Department Of Commerce (Doc)
- $1,055,953.58
- Department Of Commerce (Doc)
- DOCWC133015CQ0052
- The Purpose Of This Administrative Modification Is To Add $400,000 To The Maximum Quantity Of Clin 0002 In Order To Mirror The Base Idiq. The Previous Modification(P19001), Added Clin 0002 But Did Not Increase The Minimum Quantity To 1 And The Maximum Quantity $400,000. This Modification Corrects That Error. All Terms And Conditions Of The Idiq Remain In Full Effect
- 20 Sep 2019
- The Purpose Of This Administrative Modification Is To Add $400,000 To The Maximum Quantity Of Clin 0002 In Order To Mirror The Base Idiq. The Previous Modification(P19001), Added Clin 0002 But Did Not Increase The Minimum Quantity To 1 And The Maximum Quantity $400,000. This Modification Corrects That Error. All Terms And Conditions Of The Idiq Remain In Full Effect
- Dept Of Commerce Noaa
- Department Of Commerce (Doc)
- $0.00
- Department Of Commerce (Doc)
- 80SSC018D0015
- This Regionalized Multiple Award Construction Contract Two (Macc-Ii) Shall Result In The Award Of A Maximum Of Twenty-Four (24) Indefinite Delivery/Indefinite Quantity (Idiq) In Support Macc-Ii. The Macc-Ii Provides A Critical In-Place Contractual Mechanism Through A Regionalized Multiple Award, Indefinite Delivery, Indefinite Quantity (Idiq) Contract To Support General Construction, Alteration, Modification, Maintenance And Repair, Demolition, Design-Build, And New Construction Of Buildings, Facilities, And Real Property At John C. Stennis Space Center (Ssc), Johnson Space Center (Jsc) Including White Sands Test Facility (Wstf), Kennedy Space Center (Ksc), And Marshall Space Flight Center (Msfc) Including Michoud Assembly Facility (Maf). Macc-Ii Will Also Support Emergency Response To Natural Disasters And Emergencies. Other Nasa Centers And Federal Tenants At Nasa Facilities May Utilize Macc-Ii With Ssc Procurement Officer Approval. The Macc-Ii Is Not A Requirements Contract And Therefore Not Mandatory. The Macc-Ii Is Intended To Provide A Highly Flexible Construction Contracting Vehicle For Participating Centers. This Solicitation Includes 4 Seed Projects, One For Each Of The 4 Centers. Details Are Found In The Initial Model Task Orders Listed In Section J Of This Solicitation And Referenced In Section B Schedule: The Contractor Shall Provide All Labor, Tools, Equipment And Materials To Perform Each Task As Defined In The Specifications And Drawings Identified For The Specific Initial Model Task Order. See Section J. And Reference Bid Item 0002-0005.
- 13 Aug 2020
- This Regionalized Multiple Award Construction Contract Two (Macc-Ii) Shall Result In The Award Of A Maximum Of Twenty-Four (24) Indefinite Delivery/Indefinite Quantity (Idiq) In Support Macc-Ii. The Macc-Ii Provides A Critical In-Place Contractual Mechanism Through A Regionalized Multiple Award, Indefinite Delivery, Indefinite Quantity (Idiq) Contract To Support General Construction, Alteration, Modification, Maintenance And Repair, Demolition, Design-Build, And New Construction Of Buildings, Facilities, And Real Property At John C. Stennis Space Center (Ssc), Johnson Space Center (Jsc) Including White Sands Test Facility (Wstf), Kennedy Space Center (Ksc), And Marshall Space Flight Center (Msfc) Including Michoud Assembly Facility (Maf). Macc-Ii Will Also Support Emergency Response To Natural Disasters And Emergencies. Other Nasa Centers And Federal Tenants At Nasa Facilities May Utilize Macc-Ii With Ssc Procurement Officer Approval. The Macc-Ii Is Not A Requirements Contract And Therefore Not Mandatory. The Macc-Ii Is Intended To Provide A Highly Flexible Construction Contracting Vehicle For Participating Centers. This Solicitation Includes 4 Seed Projects, One For Each Of The 4 Centers. Details Are Found In The Initial Model Task Orders Listed In Section J Of This Solicitation And Referenced In Section B Schedule: The Contractor Shall Provide All Labor, Tools, Equipment And Materials To Perform Each Task As Defined In The Specifications And Drawings Identified For The Specific Initial Model Task Order. See Section J. And Reference Bid Item 0002-0005.
- Nasa Stennis Space Center
- National Aeronautics And Space Administration (Nasa)
- $0.00
- National Aeronautics And Space Administration (Nasa)
- N6945016C4138
- Igf::Ot::Igf Concrete Repairs - Bldgs 225/400
- 19 Dec 2017
- Igf::Ot::Igf Concrete Repairs - Bldgs 225/400
- Navfac Southeast
- Department Of Defense (Dod)
- $2,401,152.00
- Department Of Defense (Dod)
- N6945016C4138
- Igf::Ot::Igf Concrete Repairs - Bldgs 225/400
- 8 Mar 2017
- Igf::Ot::Igf Concrete Repairs - Bldgs 225/400
- Navfac Southeast
- Department Of Defense (Dod)
- $2,401,152.00
- Department Of Defense (Dod)
- 80SSC018D0015
- This Regionalized Multiple Award Construction Contract Two (Macc-Ii) Shall Result In The Award Of A Maximum Of Twenty-Four (24) Indefinite Delivery/Indefinite Quantity (Idiq) In Support Macc-Ii. The Macc-Ii Provides A Critical In-Place Contractual Mechanism Through A Regionalized Multiple Award, Indefinite Delivery, Indefinite Quantity (Idiq) Contract To Support General Construction, Alteration, Modification, Maintenance And Repair, Demolition, Design-Build, And New Construction Of Buildings, Facilities, And Real Property At John C. Stennis Space Center (Ssc), Johnson Space Center (Jsc) Including White Sands Test Facility (Wstf), Kennedy Space Center (Ksc), And Marshall Space Flight Center (Msfc) Including Michoud Assembly Facility (Maf). Macc-Ii Will Also Support Emergency Response To Natural Disasters And Emergencies. Other Nasa Centers And Federal Tenants At Nasa Facilities May Utilize Macc-Ii With Ssc Procurement Officer Approval. The Macc-Ii Is Not A Requirements Contract And Therefore Not Mandatory. The Macc-Ii Is Intended To Provide A Highly Flexible Construction Contracting Vehicle For Participating Centers. This Solicitation Includes 4 Seed Projects, One For Each Of The 4 Centers. Details Are Found In The Initial Model Task Orders Listed In Section J Of This Solicitation And Referenced In Section B Schedule: The Contractor Shall Provide All Labor, Tools, Equipment And Materials To Perform Each Task As Defined In The Specifications And Drawings Identified For The Specific Initial Model Task Order. See Section J. And Reference Bid Item 0002-0005.
- 19 Mar 2018
- This Regionalized Multiple Award Construction Contract Two (Macc-Ii) Shall Result In The Award Of A Maximum Of Twenty-Four (24) Indefinite Delivery/Indefinite Quantity (Idiq) In Support Macc-Ii. The Macc-Ii Provides A Critical In-Place Contractual Mechanism Through A Regionalized Multiple Award, Indefinite Delivery, Indefinite Quantity (Idiq) Contract To Support General Construction, Alteration, Modification, Maintenance And Repair, Demolition, Design-Build, And New Construction Of Buildings, Facilities, And Real Property At John C. Stennis Space Center (Ssc), Johnson Space Center (Jsc) Including White Sands Test Facility (Wstf), Kennedy Space Center (Ksc), And Marshall Space Flight Center (Msfc) Including Michoud Assembly Facility (Maf). Macc-Ii Will Also Support Emergency Response To Natural Disasters And Emergencies. Other Nasa Centers And Federal Tenants At Nasa Facilities May Utilize Macc-Ii With Ssc Procurement Officer Approval. The Macc-Ii Is Not A Requirements Contract And Therefore Not Mandatory. The Macc-Ii Is Intended To Provide A Highly Flexible Construction Contracting Vehicle For Participating Centers. This Solicitation Includes 4 Seed Projects, One For Each Of The 4 Centers. Details Are Found In The Initial Model Task Orders Listed In Section J Of This Solicitation And Referenced In Section B Schedule: The Contractor Shall Provide All Labor, Tools, Equipment And Materials To Perform Each Task As Defined In The Specifications And Drawings Identified For The Specific Initial Model Task Order. See Section J. And Reference Bid Item 0002-0005.
- Nasa Stennis Space Center
- National Aeronautics And Space Administration (Nasa)
- $0.00
- National Aeronautics And Space Administration (Nasa)
- 80SSC018D0015
- Eo14042 This Regionalized Multiple Award Construction Contract Two (Macc-Ii) Shall Result In The Award Of A Maximum Of Twenty-Four (24) Indefinite Delivery/Indefinite Quantity (Idiq) In Support Macc-Ii. The Macc-Ii Provides A Critical In-Place Contractual Mechanism Through A Regionalized Multiple Award, Indefinite Delivery, Indefinite Quantity (Idiq) Contract To Support General Construction, Alteration, Modification, Maintenance And Repair, Demolition, Design-Build, And New Construction Of Buildings, Facilities, And Real Property At John C. Stennis Space Center (Ssc), Johnson Space Center (Jsc) Including White Sands Test Facility (Wstf), Kennedy Space Center (Ksc), And Marshall Space Flight Center (Msfc) Including Michoud Assembly Facility (Maf). Macc-Ii Will Also Support Emergency Response To Natural Disasters And Emergencies. Other Nasa Centers And Federal Tenants At Nasa Facilities May Utilize Macc-Ii With Ssc Procurement Officer Approval. The Macc-Ii Is Not A Requirements Contract And Therefore Not Mandatory. The Macc-Ii Is Intended To Provide A Highly Flexible Construction Contracting Vehicle For Participating Centers. This Solicitation Includes 4 Seed Projects, One For Each Of The 4 Centers. Details Are Found In The Initial Model Task Orders Listed In Section J Of This Solicitation And Referenced In Section B Schedule: The Contractor Shall Provide All Labor, Tools, Equipment And Materials To Perform Each Task As Defined In The Specifications And Drawings Identified For The Specific Initial Model Task Order. See Section J. And Reference Bid Item 0002-0005.
- 21 Nov 2021
- Eo14042 This Regionalized Multiple Award Construction Contract Two (Macc-Ii) Shall Result In The Award Of A Maximum Of Twenty-Four (24) Indefinite Delivery/Indefinite Quantity (Idiq) In Support Macc-Ii. The Macc-Ii Provides A Critical In-Place Contractual Mechanism Through A Regionalized Multiple Award, Indefinite Delivery, Indefinite Quantity (Idiq) Contract To Support General Construction, Alteration, Modification, Maintenance And Repair, Demolition, Design-Build, And New Construction Of Buildings, Facilities, And Real Property At John C. Stennis Space Center (Ssc), Johnson Space Center (Jsc) Including White Sands Test Facility (Wstf), Kennedy Space Center (Ksc), And Marshall Space Flight Center (Msfc) Including Michoud Assembly Facility (Maf). Macc-Ii Will Also Support Emergency Response To Natural Disasters And Emergencies. Other Nasa Centers And Federal Tenants At Nasa Facilities May Utilize Macc-Ii With Ssc Procurement Officer Approval. The Macc-Ii Is Not A Requirements Contract And Therefore Not Mandatory. The Macc-Ii Is Intended To Provide A Highly Flexible Construction Contracting Vehicle For Participating Centers. This Solicitation Includes 4 Seed Projects, One For Each Of The 4 Centers. Details Are Found In The Initial Model Task Orders Listed In Section J Of This Solicitation And Referenced In Section B Schedule: The Contractor Shall Provide All Labor, Tools, Equipment And Materials To Perform Each Task As Defined In The Specifications And Drawings Identified For The Specific Initial Model Task Order. See Section J. And Reference Bid Item 0002-0005.
- Nasa Stennis Space Center
- National Aeronautics And Space Administration (Nasa)
- $0.00
- National Aeronautics And Space Administration (Nasa)
- W9127Q14D0027
- Option Period 3 - 08/15/2018-08/14/2019
- 15 Aug 2018
- Option Period 3 - 08/15/2018-08/14/2019
- W7nh Uspfo Activity Ms Arng
- Department Of Defense (Dod)
- $0.00
- Department Of Defense (Dod)
- 80SSC018F0029
- Safety&Health Requirements In Accordance With Paragraph H.10 On The Basic Contract.
- 9 Nov 2017
- Safety&Health Requirements In Accordance With Paragraph H.10 On The Basic Contract.
- Nasa Stennis Space Center
- National Aeronautics And Space Administration (Nasa)
- $5,000.00
- National Aeronautics And Space Administration (Nasa)
- 80SSC018F0029
- Safety&Health Requirements In Accordance With Paragraph H.10 On The Basic Contract.
- 19 Mar 2018
- Safety&Health Requirements In Accordance With Paragraph H.10 On The Basic Contract.
- Nasa Stennis Space Center
- National Aeronautics And Space Administration (Nasa)
- $5,000.00
- National Aeronautics And Space Administration (Nasa)
- 80SSC018D0015
- This Regionalized Multiple Award Construction Contract Two (Macc-Ii) Resulted In Twenty-Four (24) Indefinite Delivery/Indefinite Quantity (Idiq) In Support Macc-Ii. The Macc-Ii Provides A Critical In-Place Contractual Mechanism Through A Regionalized Multiple Award, Indefinite Delivery, Indefinite Quantity (Idiq) Contract To Support General Construction, Alteration, Modification, Maintenance And Repair, Demolition, Design-Build, And New Construction Of Buildings, Facilities, And Real Property At John C. Stennis Space Center (Ssc), Johnson Space Center (Jsc) Including White Sands Test Facility (Wstf), Kennedy Space Center (Ksc), And Marshall Space Flight Center (Msfc) Including Michoud Assembly Facility (Maf). Macc-Ii Will Also Support Emergency Response To Natural Disasters And Emergencies. Other Nasa Centers And Federal Tenants At Nasa Facilities May Utilize Macc-Ii With Ssc Procurement Officer Approval. The Macc-Ii Is Not A Requirements Contract And Therefore Not Mandatory. The Macc-Ii Is Intended To Provide A Highly Flexible Construction Contracting Vehicle For Participating Centers.
- 24 Oct 2017
- This Regionalized Multiple Award Construction Contract Two (Macc-Ii) Resulted In Twenty-Four (24) Indefinite Delivery/Indefinite Quantity (Idiq) In Support Macc-Ii. The Macc-Ii Provides A Critical In-Place Contractual Mechanism Through A Regionalized Multiple Award, Indefinite Delivery, Indefinite Quantity (Idiq) Contract To Support General Construction, Alteration, Modification, Maintenance And Repair, Demolition, Design-Build, And New Construction Of Buildings, Facilities, And Real Property At John C. Stennis Space Center (Ssc), Johnson Space Center (Jsc) Including White Sands Test Facility (Wstf), Kennedy Space Center (Ksc), And Marshall Space Flight Center (Msfc) Including Michoud Assembly Facility (Maf). Macc-Ii Will Also Support Emergency Response To Natural Disasters And Emergencies. Other Nasa Centers And Federal Tenants At Nasa Facilities May Utilize Macc-Ii With Ssc Procurement Officer Approval. The Macc-Ii Is Not A Requirements Contract And Therefore Not Mandatory. The Macc-Ii Is Intended To Provide A Highly Flexible Construction Contracting Vehicle For Participating Centers.
- Nasa Stennis Space Center
- National Aeronautics And Space Administration (Nasa)
- $0.00
- National Aeronautics And Space Administration (Nasa)
- N6945016C4138
- Igf::Ot::Igf - Concrete Repairs - Bldgs 225/400
- 28 Sep 2017
- Igf::Ot::Igf - Concrete Repairs - Bldgs 225/400
- Navfac Southeast
- Department Of Defense (Dod)
- $2,401,152.00
- Department Of Defense (Dod)
- N6945016C4138
- Igf::Ot::Igf -Concrete Repairs - Bldgs 225/400 - Mod For Sidewalk Repair
- 7 Jul 2017
- Igf::Ot::Igf -Concrete Repairs - Bldgs 225/400 - Mod For Sidewalk Repair
- Navfac Southeast
- Department Of Defense (Dod)
- $2,401,152.00
- Department Of Defense (Dod)
- 1305M418FNRMA0118
- Modification To Increase Costs On The Contract Due To Government Shutdown
- 22 Aug 2019
- Modification To Increase Costs On The Contract Due To Government Shutdown
- Dept Of Commerce Noaa
- Department Of Commerce (Doc)
- $1,027,497.64
- Department Of Commerce (Doc)
- DOCWC133015CQ0052
- The Purpose Of This Modification Is To: Increase The Ceiling Price On Wc-1330-15-Cq-0052 From $4,000,000 By $400,000 To $4,400,000. As A Result Car 1352.216-75 Is Changed As Follows: Car 1352 .216-75 Minimum And Maximum Contract Amounts (Apr 2010) During The Term Of The Contract, The Government Shall Place Orders Totaling A Minimum Of $25,000.00. The Amount Of All Orders Shall Not Exceed $4,400,000 Million Over The Life Of The Contract. 2. Change The Contracting Officer For This Action Only From Mr. Christopher Mackie To Mr. Justin Scurlock All Other Terms And Conditions Remain Unchanged And Are In Full Effect.
- 20 Sep 2019
- The Purpose Of This Modification Is To: Increase The Ceiling Price On Wc-1330-15-Cq-0052 From $4,000,000 By $400,000 To $4,400,000. As A Result Car 1352.216-75 Is Changed As Follows: Car 1352 .216-75 Minimum And Maximum Contract Amounts (Apr 2010) During The Term Of The Contract, The Government Shall Place Orders Totaling A Minimum Of $25,000.00. The Amount Of All Orders Shall Not Exceed $4,400,000 Million Over The Life Of The Contract. 2. Change The Contracting Officer For This Action Only From Mr. Christopher Mackie To Mr. Justin Scurlock All Other Terms And Conditions Remain Unchanged And Are In Full Effect.
- Dept Of Commerce Noaa
- Department Of Commerce (Doc)
- $0.00
- Department Of Commerce (Doc)
- 1305M418FNCND0109
- Deobligation And Closeout Of The Order.
- 26 Feb 2020
- Deobligation And Closeout Of The Order.
- Dept Of Commerce Noaa
- Department Of Commerce (Doc)
- $358,162.00
- Department Of Commerce (Doc)
- 1305M418FNCND0109
- Igf::Ot::Igf *** The Following Is Bba Funded (Hurricane Irma) On September 10, 2017 The Three (3) Building At The Dr. Nancy Foster Complex, Key West, Suffered Damage By Hurricane Irma And The Associate Wind Driven Rain Water. The Facilities For The Purpose Of The Assessment Are Identified Per Sow
- 19 Sep 2018
- Igf::Ot::Igf *** The Following Is Bba Funded (Hurricane Irma) On September 10, 2017 The Three (3) Building At The Dr. Nancy Foster Complex, Key West, Suffered Damage By Hurricane Irma And The Associate Wind Driven Rain Water. The Facilities For The Purpose Of The Assessment Are Identified Per Sow
- Dept Of Commerce Noaa
- Department Of Commerce (Doc)
- $358,162.00
- Department Of Commerce (Doc)