Market Survey: The FAA is seeking interested Contractors that have the capability to design and construct four (4) Air Traffic Control Towers:
Height and cab size data for each tower is provided as follows:
Southern Illinois ATCT #1:
450 square foot eight-sided cab
100 feet AGL Cab floor, 135 feet AGL to top of structure
Southern Illinois ATCT #2:
450 square foot eight-sided cab
91 feet AGL Cab floor, 126 feet AGL to top of structure
Western Kentucky ATCT:
450 square foot eight-sided cab
91 feet AGL Cab floor, 126 feet AGL to top of structure
Eastern Kansas ATCT:
450 square foot eight-sided cab
101 feet AGL Cab floor, 136 feet AGL to top of structure
The FAA will provide an initial standard design that will require adaptation for each specific site.
Introduction: In order to assist with acquisition strategy development and to gain a better understanding of the commercial marketplace the Federal Aviation Administration (FAA) is seeking interested sources that are capable of performing the work to design and construct four (4) Air Traffic Control Towers. This market survey is issued, in accordance with FAA Acquisition Management System (AMS) paragraph 3.2.1.2.1 to solicit statements of interest and capabilities.
Disclaimer: The announcement is NOT A SCREENING INFORMATION REQUEST (SIR) OR REQUEST FOR PROPOSAL (RFP). The FAA is not seeking or accepting unsolicited proposals. The responses to this market survey will be used for informational purposes only and must not be construed as a commitment or a promise to contract by the Government. The Government is not liable for costs associated with the preparation, submitting inquiries or responses to these announcements and will not reimburse any firm for costs incurred in responding to this public announcement. Responses will not be returned.
North American Industry Classification (NAICS) Code: The NAICS code projected for this project is 236220 Commercial and Institutional Building Construction with a size standard of $45 million.
Submittal Requirement for Market Survey:
a. Name of Company (the resultant Prime contractor that may ultimately be awarded the subsequent contract).
b. Indicate if you have a current Mentor-Protégé Agreement approved by the FAA or Small Business Administration
c. Address
e. Point of Contact name, e-mail address and telephone number
f. Business Size: Large, 8(a) Certified, SDB, Small Business, etc.
g. UEI Number
h. Relevant experience of large complex construction projects of similar value.
i. Bonding Capacity
j. Number of years in Business
k. Level of interest in potential grouping and execution:
Option 1: Southern Illinois and Western Kentucky towers would be grouped into a single project consisting of 3 towers, 1 guaranteed with option for the other two to proceed in staggered fashion with approximately 6-month lag time between. Eastern Kansas ATCT would be a separate project with separate, concurrent, schedule.
Option 2: Southern Illinois towers would be grouped into a single project consisting of 2 towers. 1 guaranteed with option for another to proceed staggered by approximately 6 months of lag time. Western Kentucky and Eastern Kansas ATCTs would be grouped into a separate single project with a separate, concurrent, schedule.
l. Contract Type: The FAA intends to use a Firm Fixed Price (FFP) Contract; however, we are open to considering other contract types to best meet the needs of the project and the competitive marketplace. Contractors are encouraged to suggest alternative contract types and the benefits associated with the suggested contract type.
4. Summary of Work:
General facility design and construction elements include, but are not limited to, the following:
All permitting and temporary structures.
Site clearing, site investigations, wetland mitigation work, and earthwork.
All site work, infrastructure, and ATCT
All facility systems and equipment for conveying, plumbing, HVAC, fire protection, and electrical.
Utility extensions and ancillary site components.
Airfield connectivity.
Access roadways, parking lot, miscellaneous pedestrian walkways and native landscaping.
Security perimeter fencing and access control.
Scope of services include, but are not limited to, the following:
Design: All design services, materials, supplies, equipment layouts and connections, permits, surveying, investigations and project supervision, quality control and quality assurance, and construction support services. The design and final construction documents prepared under this contract must comply with the FAA’s Terminal Facilities Design Standard (TFDS) and High-Performance Sustainable Building Requirement (HPSB).
Construction: All labor, materials, furnishings, equipment, supervision, quality control and quality assurance, and administration for the construction phase of the Contract, to provide include a fully functional and approved ATCT facility that meets the needs of the FAA. FAA to supply, install, and maintain electronic equipment.
Commissioning Coordination and Support: All services, labor, materials, equipment and testing to implement the Commissioning Plan with the Commissioning Agent representing the FAA.
Estimated price ranges:
Southern Illinois ATCT #1: Between $43 million and $63 million
Southern Illinois ATCT #2: Between $37 million and $53 million
Western Kentucky ATCT: Between $37 million and $54 million
Eastern Kansas ATCT: Between $42 million and $61 million
Performance period of 913 calendar days after the notice to proceed.
5. Delivery of Submittals: Submittals to this market survey shall be e-mailed to Susan Newcomb (Contracting Officer) at Susan.Newcomb@faa.gov no later than 5:00 p.m. EST on Thursday May 15, 2025. All questions must be in writing and emailed to the Contracting Officer. No phone calls will be returned regarding this market survey
6. SAM Registration
An active registration in the System for Award Management (SAM) must be obtained to be considered for any Government award.