The Federal Aviation Administration has a requirement to construct a new Airport Traffic Control Tower (ATCT) and Base building at the Des Moines International Airport (DSM) in Des Moines, Iowa.
The project consists of the construction of an Airport Traffic Control Tower 245 feet AGL to the top of structure, and approximately 22,900 square foot base building erected on an approximately 6-acre site. The ATCT and Base Building will be compliant with International Building Code (IBC) Risk Category IV and American Society of Civil Engineers (ASCE) Operational 1-A.
This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1. This survey will support market research obtained from multiple sources and will be utilized for planning purposes only.
The nature of the competition has not been determined. The FAA may decide to do a full and open competition or a set-aside for small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. The purpose of this market survey is to identify capable contractors and to understand the current marketplace in terms of small businesses, and ALL other business types and sizes.
All interested vendors are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry in response to this Market Survey/Request for Information. Therefore, any costs associated with firm's Market Survey/Request for Information submissions will be solely at the interested firm's expense.
NAICS CODE# - 236220
RESPONSE TO THIS MARKET SURVEY:
Any information provided in response to this market survey will be used for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. Firm participation in any informational session is not a promise of future business with the FAA.
Please submit a capability statement that includes the following information:
- Name of Company
- Address
- Point of Contact name, e-mail address and telephone number
- Business Size status
- Systems for Award Management (SAM), including UEI and CAGE Code information.
- Bonding Capacity
- Number of years in Business
- Describe firm's expertise and qualifications for performing similar efforts as the prime contractor to construct Air Traffic Control Towers or high-rise commercial buildings or other 24/7 critical facilities, such as a hospital or data center. Include title and location of project, contract value, brief description of type and extent of work provided for each project, High Performance and Sustainable Buildings or equivalent if applicable, and performance period.
- Indicate if your firm would be interested in forming a Joint Venture to perform this requirement.
- Would an award fee plan increase the likelihood of your firm’s participation?
- If a Project Labor Agreement (PLA) is included in the Screen Information Request (SIR) would your firm propose on this requirement? How do you anticipate a PLA would effect pricing, schedule and competition?
- If a clause 3.6.4-3 Buy American Act - Construction Materials (Alternate I) is included in the Screen Information Request (SIR) for this requirement, how does your firm anticipate this the clause to affect pricing, schedule and competition?
- How do you anticipate tariffs will affect pricing and schedule for this requirement?
- What, if any, challenges does your firm foresee for this requirement based on the information provided?