MARKET SURVEY - EYW ATCT (Design-Build) Tower project in Key West, FL
ID: 697DCK-26-R-00069Type: Sources Sought
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)

Set Aside

No Set aside used (NONE)
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 Key West International Airport (EYW), Florida. The project, with an estimated cost between $45 million and $55 million, aims to construct a modern, resilient facility that adheres to federal, state, and local codes, particularly focusing on hurricane wind loads and floodplain protection. This initiative is part of the Infrastructure Investment and Jobs Act and emphasizes safety, operational continuity, and high-quality workmanship. Interested vendors must submit their company information, relevant experience in similar projects valued at a minimum of $10 million within the last ten years, a completed Business Declaration form, and feedback on the proposed budget by 5:00 PM ET on December 8, 2025, to Robert Higgins at robert.higgins@faa.gov. An active SAM registration is required for consideration in future government contracts.

    Point(s) of Contact
    Files
    Title
    Posted
    The Business Declaration (10/2013) form is a two-page document designed for firms to declare their business information, ownership, and certifications, primarily for government contracting purposes such as RFPs, federal grants, and state/local RFPs. It requests details including the firm's name, address, tax ID, UEI number, contact information, and the name and position of the person making the declaration. The form also captures controlling interest in the company, specifying various minority and gender classifications, as well as 8(a) certification and service-disabled veteran small business status. Further information required includes the North American Industry Classification (NAIC) code, nature of business, years in operation, number of employees, type of ownership, and gross receipts for the last three years. The document also asks if the firm is a small business, a service-disabled veteran-owned small business, a socially and economically disadvantaged small business, or a woman-owned small business. The form concludes with a declaration of truthfulness, subject to criminal prosecution for false statements, and includes a Privacy Act Statement regarding the collection and use of the information.
    The Federal Aviation Administration (FAA) is seeking a Design-Builder for a new Airport Traffic Control Tower (ATCT) at Key West International Airport (EYW), Florida. This $45 million firm-fixed-price contract, part of the Infrastructure Investment and Jobs Act, requires the design, construction, commissioning, and turnover of a modern, resilient, and efficient ATCT. The facility must meet federal, state, and local codes, with a strong emphasis on hurricane wind loads, floodplain protection, and FAA standards. Key project goals include safety, operational continuity, resilience to extreme weather, cost control, on-time delivery, high-quality workmanship, security and technology integration, collaboration, and maintainability. The project site, previously home to a demolished ATCT, will require utility relocation and removal of old foundations. The Design-Builder must adhere to extensive building requirements, including specific space allocations, critical equipment elevation above flood levels, and adherence to numerous building codes and FAA standards for a minimum 50-year design life.
    The FAA is conducting a market survey for the Design-Build (D/B) of a new Air Traffic Control Tower (ATCT) at Key West, FL (EYW), with an estimated cost between $45 million and $55 million. This is not a request for proposals but seeks to identify qualified sources. The projected NAICS code is 236220 – Building Construction. Interested vendors must submit company information, relevant experience in similar vertical construction projects valued at a minimum of $10 million within the last ten years, a completed Business Declaration form, and feedback on the proposed budget and a 4.5-year period of performance. Responses are due via email by 5:00 PM ET on December 8, 2025, to Robert Higgins (robert.higgins@faa.gov). An active SAM registration is required for consideration in future government contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    P215 Joint Interagency Task Force - S
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking contractors for a Design-Bid-Build (DBB) fixed-price construction contract for the P215 Joint Interagency Task Force – South Command and Control Facility in Key West, Florida. The project involves constructing a five-story facility that includes specialized spaces such as a Sensitive Compartmented Information Facility (SCIF), Operations Center, and Network Operations Center, along with robust mechanical and electrical systems designed to withstand Category 5 hurricane conditions. This procurement is significant for enhancing operational capabilities and security for the JIATF-S, with a project magnitude estimated between $250 million and $500 million. Interested contractors must ensure they are registered with the System for Award Management (SAM) and are encouraged to contact Sheila Borges or Lindsay Betteridge for further information, with proposals due no earlier than 30 days after the solicitation is released, which will be available on Sam.gov.
    MYR ATCT Refurbish Parking Lot
    Buyer not available
    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.
    FAA V-PAR Construction
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the construction of a Vertical Take-Off and Landing (VTOL) Procedures and Analysis Range (V-PAR) at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This project, designated as a total small business set-aside, includes a base bid with two Contract Line Item Numbers (CLINs) for constructing a Touchdown and Lift-Off area, a covered weather shelter, a support building, and extending Shaffer Street with utilities, along with five additional bid options. The estimated contract value ranges from $5 million to $10 million, with proposals due by December 5, 2025, at 3:00 PM CT. Interested contractors should review all attached documents for detailed requirements and contact Neil Amaral or Andre Casiano for further inquiries.
    Stafford Building Major Electrical Upgrade - Construction
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for a major electrical upgrade construction project at the Thomas P. Stafford Building located at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. The project, identified as FAA SIR No. 6973GH-26-R-00009, involves upgrading existing electrical main service equipment, Motor Control Centers, and secondary switchboards, with an estimated contract value between $1,000,000 and $5,000,000. This procurement is open to all qualified contractors, and a mandatory site visit is scheduled for November 6, 2025, with proposals now due by December 16, 2025, at 3:00 PM CT. Interested contractors should direct inquiries to Neil Amaral at neil.s.amaral@faa.gov or call 405-954-8381 for further details.
    DESIGN/BUILD CONSTRUCTION FOR ENGINEERING & WEAPONS TRAINING (TEW) BUILDING PHASE 2 AT USCG TRAINING CENTER (TRACEN) YORKTOWN,VIRGINIA
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the Design/Build Construction of the Engineering & Weapons Training (TEW) Building Phase 2 at the Training Center (TRACEN) in Yorktown, Virginia. This project involves the construction of an 18,700 square foot addition to the existing Samuel Travis building, which includes a base item for the first floor and two option items for additional facilities on the second floor. The contract has an approximate price limitation of $18 million and is critical for enhancing training capabilities at the facility. Proposals are due by December 10, 2025, with a performance period of 730 calendar days, and interested parties should direct inquiries to Lauren Bossingham at lauren.d.bossingham2@uscg.mil or Barbara Williamson-Garris at barbara.l.williamson-Garris@uscg.mil.
    SAV TOWB Parking Lot Refurbishment
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the refurbishment of the parking lot at the Savannah Hilton Head International Airport in Savannah, Georgia. The project involves extensive repairs, including pressure washing, sealing asphalt surfaces, repairing cracks, restriping, and replacing existing infrastructure such as speed bumps and a lift. This refurbishment is critical for maintaining operational safety and accessibility at a mission-critical air traffic control facility. Interested contractors must submit their proposals by December 5, 2025, and are required to acknowledge all amendments, provide a proposal guarantee, and demonstrate relevant experience through an Organizational Experience Questionnaire. For further inquiries, contact Samantha Pearce at samantha.a.pearce@faa.gov or call 405-954-7739.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a lighting upgrade at Wheeler Sack Army Airfield (WSAAF) in Fort Drum, New York. This project involves a comprehensive upgrade of the airfield's lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and repaving of a section of the main runway, all while maintaining operational capabilities throughout the construction period. The estimated contract value ranges between $25 million and $100 million, with a total duration of 852 calendar days for completion. Proposals are due by December 10, 2025, and must be submitted electronically to the designated contacts, Jordan Moran and Nicholas P. Emanuel, who can be reached via email for further inquiries.
    DESIGN/BUILD CONSTRUCTION FOR ENGINEERING & WEAPONS TRAINING (TEW) BUILDING PHASE 2 AT USCG TRAINING CENTER (TRACEN) YORKTOWN,VIRGINIA
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the design and construction of the Engineering & Weapons Training (TEW) Building Phase 2 at the Training Center (TRACEN) in Yorktown, Virginia. This project involves the construction of an 18,700 square foot addition to the existing Samuel Travis building, which includes a Base Item and two Option Items related to faculty administration and training spaces. The contract is set aside for small businesses and has an estimated value of approximately $18 million, with a performance period of 730 calendar days post-award. Interested contractors must submit proposals by December 30, 2025, and are encouraged to contact Lauren Bossingham at lauren.d.bossingham2@uscg.mil or 571-614-6445 for further details.
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This opportunity involves construction services under the FY26 National Roofing Program, focusing on roof and RTU replacement as part of a Design-Build Multiple Award Task Order Contract (MATOC). The project is crucial for maintaining the integrity of military facilities, with an estimated cost between $1,000,000 and $5,000,000, and proposals will be evaluated based on the lowest overall price. Interested contractors must submit their proposals via email by December 5, 2025, at 1:00 PM ET, and are encouraged to attend a site visit on November 12, 2025. For further inquiries, contact Ranzel L. Merideth at Ranzel.l.merideth@usace.army.mil or Joshua Westgate at joshua.k.westgate@usace.army.mil.
    FY25 MCA PN76898 Aircraft Maintenance Hangar, Wheeler Army Airfield, Oahu, Hawaii
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Honolulu District, is preparing to solicit bids for the construction of an Aircraft Maintenance Hangar at Wheeler Army Airfield in Oahu, Hawaii. This project involves a Design-Bid-Build approach and aims to construct a medium standard design hangar along with associated maintenance facilities, which are critical for supporting Combat Aviation Brigade operations and enhancing airfield readiness. The estimated contract value ranges between $100 million and $250 million, with a performance period of approximately 1,186 calendar days. Interested contractors should register as a vendor in the Procurement Integrated Enterprise Environment (PIEE) and maintain an active registration with the System for Award Management (SAM). For further inquiries, contact Brett Watanabe at brett.j.watanabe@usace.army.mil or call 808-835-4045.