MARKET SURVEY - HIO ATCT (Design-Build) project in Hillsboro, OR
ID: 697DCK-25-R-00227Type: Special Notice
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION697DCK REGIONAL ACQUISITIONS SVCSFORT WORTH, TX, 76177, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF AIR TRAFFIC CONTROL TOWERS (Y1BA)
Timeline
    Description

    The Department of Transportation, through the Federal Aviation Administration (FAA), is conducting a market survey for the Design-Build of a new Air Traffic Control Tower (ATCT) at Hillsboro International Airport (HIO) in Oregon. The project aims to replace the existing ATCT, which has been operational since 1966 and suffers from space and visibility issues, with a new facility that will enhance operational safety and comply with environmental regulations. The estimated cost for this construction is between $40 million and $60 million, and interested parties must submit their responses to the market survey by April 14, 2025, demonstrating relevant experience and qualifications. For further inquiries, potential respondents can contact Robert Higgins at robert.higgins@faa.gov or by phone at 781-238-7670.

    Point(s) of Contact
    Files
    Title
    Posted
    The Business Declaration document serves as a formal declaration for businesses seeking to participate in federal contracts, grants, and state or local RFPs. It collects critical information about the firm, including its name, tax identification number, ownership status, and demographics of controlling interests. The declaration requires details on the firm's management structure, years in operation, employee count, and gross receipts over the past three years, which helps assess eligibility for set-aside contracts aimed at small businesses, woman-owned businesses, and those led by socially or economically disadvantaged groups. The document is structured into sections that ask for both basic company information and specific classifications of ownership and business type, ensuring compliance with the federal guidelines for minority and small business participation. The purpose of collecting this data is to determine eligibility for contracts and to support small business development within government procurement processes. By affirming the truthfulness of the information provided, signers acknowledge their accountability under federal law. The Privacy Act Statement clarifies the information's usage and the importance of voluntary disclosure for potential contracting opportunities.
    The Federal Aviation Administration (FAA) intends to issue a design-build contract for constructing a new Airport Traffic Control Tower (ATCT) at Hillsboro International Airport (HIO) in Oregon. The existing ATCT, operational since 1966, faces issues related to space and visibility. The new facility will be located approximately 140 yards from the current tower, featuring a seismic risk category IV, non-functional tower shaft and a footprint of around 650 square feet, standing at 377 feet AMSL. The base building will span approximately 14,500 square feet over 3.5 acres. The project includes necessary site work such as stormwater management and potential wetland mitigation, as low-quality wetlands are present on the site. Required permits involve multiple state and federal agencies, including the US Army Corps of Engineers and the State of Oregon. Additionally, the existing ATCT, designed by renowned architect I. M. Pei, is being evaluated for historic preservation eligibility, requiring collaboration with the State Historic Preservation Office and related parties. The projected procurement date for the contract is August 2025, with design and construction slated to follow. This initiative aims to enhance operational safety at HIO well into the future while complying with environmental regulations and maintaining historical considerations.
    The FAA is conducting a market survey for the Design-Build (D/B) of a new Air Traffic Control Tower (ATCT) at Hillsboro International Airport (HIO) in Oregon, estimated to cost between $40 million and $60 million. The existing ATCT, built in 1966, suffers from space constraints and line of sight challenges. The new construction aims to enhance safety for aeronautical operations, featuring a 377-foot-tall tower and a two-story base building of approximately 12,200 square feet. The project will require various permits, including environmental certifications, and is subject to historical preservation assessments due to the existing tower's potential eligibility for the National Register of Historic Places. Responses to the market survey are due by April 14, 2025, and must demonstrate relevant experience in similar projects, along with business qualifications. The FAA emphasizes that this does not constitute a formal Request for Proposals and does not reimburse any costs incurred by vendors in preparing their submissions. Interested parties must facilitate their responses according to outlined guidelines, emphasizing the necessity for active SAM registration for consideration in future contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    MYR ATCT Refurbish Parking Lot
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the refurbishment of the parking lot at the MYR Air Traffic Control Tower in Myrtle Beach, South Carolina. The project aims to address safety hazards, drainage deficiencies, and structural failures in the existing parking lot, including tasks such as pressure washing, asphalt replacement, and installation of new fixtures. This refurbishment is crucial for maintaining operational safety and efficiency at the facility. Interested contractors must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with the contract value estimated between $250,000 and $500,000. A mandatory site visit is scheduled for December 18, and all inquiries should be directed to Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    OR FS DSHUT601 60(1), Road 60 Improvements, MP 0 - 1.0
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the OR FS DSHUT601 60(1) Road 60 Improvements project, located approximately 14 miles west of Gilchrist, Oregon. This project involves grinding, paving, and striping approximately 1.02 miles of roadway, with an estimated cost between $700,000 and $2,000,000, and a tentative completion date set for Summer 2026. The improvements are crucial for enhancing road safety and infrastructure in the area, and the contract will be awarded as a sealed bid, firm-fixed-price arrangement. Interested vendors should register on SAM.gov to receive notifications about the solicitation documents, which are expected to be released in early 2026, and can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further inquiries.
    OR FLAP CRGNSA MULT(2) & WA FLAP CRGNSA MULT(2), CRGNSA Sign Inventory, Maintenance, and Replacement Project & CRGNSA Sign Project
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the OR FLAP CRGNSA MULT(2) and WA FLAP CRGNSA MULT(2) projects, which involve sign inventory, maintenance, and replacement within the Columbia River Gorge National Scenic Area in Oregon and Washington. The scope of work includes custom wood signing and guardrail installation across an 82-mile stretch, with key tasks such as construction survey, quality control, and traffic control measures. This project is crucial for enhancing roadway safety and compliance with federal standards in scenic regions, ensuring that motorists receive appropriate guidance. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further inquiries and are encouraged to monitor SAM.gov for solicitation updates expected in Winter 2025/2026.
    Stafford Building Major Electrical Upgrade - Construction
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the Stafford Building Major Electrical Upgrade project at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This procurement involves comprehensive electrical upgrades, including the replacement of switchgear, motor control centers, and secondary switchboards, with an estimated contract value between $1,000,000 and $5,000,000. The project is critical for enhancing the electrical infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by December 16, 2025, at 3:00 PM CT, and interested parties should direct inquiries to Neil Amaral at neil.s.amaral@faa.gov or call 405-954-8381.
    Janitorial Services at Moses Lake, WA ATCT
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide janitorial services at the Air Traffic Control Tower in Moses Lake, Washington. The contractor will be responsible for delivering all necessary personnel, equipment, tools, materials, and supervision to meet the specified cleaning standards and frequencies outlined in the Statement of Work. This procurement is crucial for maintaining a clean and safe operational environment for FAA facilities, ensuring compliance with safety and quality standards. Interested parties should contact Brandi Holmes at brandi.b.holmes@faa.gov or Todd Butler at Todd.Butler@faa.gov for further details, with the contract period running from January 1, 2026, to December 31, 2030, and options for four additional one-year extensions.
    Bradshaw Army Airfield Obstruction Survey
    Dept Of Defense
    The Department of Defense, through the U.S. Army Garrison Hawaii, is seeking qualified contractors to conduct a Military Airfield Obstruction Survey at Bradshaw Army Airfield, located in the Pohakuloa Training Area of Hawaii. The primary objective of this procurement is to identify airspace penetrations and recommend mitigation measures to ensure compliance with FAA and military aviation safety standards, supporting the recertification of the airfield. This opportunity is a total small business set-aside under NAICS code 541370, with a firm-fixed price contract expected to be awarded based on technical capability and pricing, with quotes due by September 19, 2025, at 09:00 AM HST. Interested parties can direct inquiries to Shirl Rivera at shirl.m.rivera.civ@army.mil or Jacob Kamelamela at jacob.c.kamelamela.civ@army.mil.
    Janitorial Services for Bangor, ME ATCT and TRACON
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Bangor Air Traffic Control Center (ATCT) and TRACON in Bangor, Maine. The contract will cover a base year from March 1, 2026, to February 28, 2027, with the potential for four additional option years, ensuring comprehensive cleaning and maintenance of the facility as outlined in the Statement of Work and associated frequency charts. This procurement is critical for maintaining operational standards and cleanliness in a facility that operates 24/7, emphasizing the importance of uninterrupted service. Interested contractors must submit their proposals by December 18, 2025, at 3:00 PM ET, and can direct inquiries to Stephanie Pfeiff at stephanie.pfeiff@faa.gov or by phone at 651-463-5539.
    Z1DA--648-24-701 EHRM Infrastructure Upgrades Phase 2 Construction - Portland, OR
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to solicit bids for the Design-Bid-Build EHRM Infrastructure Upgrades Phase 2 project at the Portland VA Health Care System, which encompasses significant construction and infrastructure enhancements in Portland, OR, and Vancouver, WA. The project requires contractors to assess existing conditions, perform demolition, and provide comprehensive labor, materials, and supervision across various disciplines, including civil, plumbing, mechanical, electrical, and electronic work. This initiative is crucial for upgrading the facility's infrastructure, including fiber optic installations, HVAC systems, and fire safety measures, ensuring improved operational efficiency and safety for veterans. The solicitation, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will be issued as an Invitation for Bid (IFB) in late October 2025, with an estimated construction value between $5 million and $10 million and a performance period of approximately 365 days. Interested parties can direct inquiries to Contract Specialist Sierra Tate at Sierra.Tate@va.gov or by phone at 216-447-8300.
    MARKET SURVEY: ELECTRICAL SERVICES TO SUPPLY POWER TO NEW STORAGE TRAILERS AT THE MAST SITE Z FACILITY IN TOA BAJA, PR
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified electrical contractors for the installation of electrical services to supply power to new storage trailers at the MAST Site Z facility in Toa Baja, Puerto Rico. The project involves installing two electrical circuits, including running approximately 200 feet of conduit, installing a junction box, and providing circuit breakers, all in compliance with the National Electrical Code and local regulations. This initiative is crucial for supporting surveillance infrastructure in Puerto Rico and the U.S. Virgin Islands, with an estimated project cost between $10,000 and $30,000. Interested vendors must submit their statements of interest and capability by 4:00 p.m. Central Time on December 17, 2025, to Stephen Branch at stephen.n.branch@faa.gov, marking their submissions as proprietary as necessary.
    WA FLAP JEFFER 134309(2), Two Trout Creek Culvert Replacement
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the WA FLAP JEFFER 134309(2) project, which involves the replacement of a failing culvert at Oil City Road MP 0.5 in Jefferson County, Washington. The primary objective of this procurement is to construct an Aquatic Organism Passage (AOP) culvert to enhance fish passage in a tributary to the Hoh River, addressing environmental concerns while ensuring compliance with federal standards. This project, approximately 0.1 miles in length, has an estimated cost between $2,000,000 and $5,000,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion deadline in Winter 2026. Interested bidders can direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or by phone at 360-619-7520.