ContractSolicitation

Construction of New Airport Traffic Control Tower (ATCT) - Grand Forks, ND

DEPARTMENT OF TRANSPORTATION 697DCK-26-R-00034
Response Deadline
Mar 27, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the construction of a new Airport Traffic Control Tower (ATCT) and Base Building at Grand Forks International Airport in North Dakota. This project is a firm fixed-price contract with an estimated value between $60 million and $70 million, aimed at enhancing air traffic management capabilities in the region. The procurement process will utilize a Lowest Price Technically Acceptable (LPTA) source selection method, and interested parties must submit their proposals by March 27, 2026, at 5:00 PM CT, following the recent amendments that extended the proposal due date. For further inquiries, potential offerors can contact Erin Crabtree at erin.m.crabtree@faa.gov.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Y1BA
CONSTRUCTION OF AIR TRAFFIC CONTROL TOWERS

Solicitation Documents

10 Files
697DCK-26-R-00034 -003.pdf
PDF98 KBMar 12, 2026
AI Summary
Amendment 0003 to solicitation 697DCK-26-R-00034, issued by the Federal Aviation Administration on March 12, 2026, modifies the original solicitation dated January 7, 2026. This amendment incorporates the J-7 Geotechnical Report and extends the proposal due date from March 25, 2026, to March 27, 2026, at 5:00 PM CT. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their proposals are considered.
GFK Questions and Answers Final.xlsx
Excel81 KBMar 12, 2026
AI Summary
The document is a comprehensive compilation of Questions and Answers (Q&A) regarding a federal government Request for Proposal (RFP) for a construction project, likely an Air Traffic Control Tower (ATCT) and base building in Grand Forks, North Dakota. It addresses numerous clarifications, corrections, and requirements from the Federal Aviation Administration (FAA) in response to queries from potential offerors. Key topics include project location correction, definitions of "recent" and "relevant" contracts, acceptance of substantially completed projects, allowances for furnishings and specific work items, provision of geotechnical reports and updated drawings, clarification on various structural, mechanical, electrical, and fire protection system specifications, warranty periods, permit costs, environmental assessment findings (including PFAS contamination), and requirements for proposal submission and pricing. The FAA confirms several design elements, waives certain mockup requirements, and clarifies responsibilities for various system components.
697DCK-26-R-00034 - 0002.pdf
PDF144 KBMar 12, 2026
AI Summary
Amendment 02 to Solicitation 697DCK-26-R-00034, issued by the Federal Aviation Administration, revises the original solicitation for regional acquisitions. Key changes include incorporating new questions and answers, extending the proposal due date from March 23, 2026, to March 25, 2026, at 5:00 PM CT, and modifying sections L and M. Specifically, Section L, Volume II, Factor 1 (Past Performance) now clarifies that reused Past Performance Questionnaires (PPQs) must be for projects that are 80% substantially complete or greater. Section L, Volume II, Factor 6 (Subcontracting Plan) clarifies that the $10M project value for subcontractor experience can reflect the total value of the prime contract. Section M incorporates definitions for “Recent” and “Relevant” contracts regarding past performance. All other terms and conditions of the solicitation remain unchanged.
697DCK-26-R-00034 - 01.pdf
PDF112 KBMar 12, 2026
AI Summary
Amendment-01 to solicitation 697DCK-26-R-00034 extends key deadlines for a federal government Request for Proposal (RFP) issued by the Federal Aviation Administration (FAA). The question due date is moved from February 6, 2026, to February 20, 2026, at 5:00 PM CT. Additionally, the proposal due date is extended from March 2, 2026, to March 23, 2026, at 5:00 PM CT. All other terms and conditions of the original solicitation remain unchanged. This modification ensures that potential offerors have additional time to submit questions and proposals, facilitating a more comprehensive and competitive bidding process for this federal acquisition.
697DCK-26-R-00034 - Final.pdf
PDF627 KBMar 12, 2026
AI Summary
The U.S. Department of Transportation, Federal Aviation Administration (FAA) issued an unrestricted Request for Offers (RFO) for the bid-build construction of a new Airport Traffic Control Tower (ATCT) at Grand Forks International Airport (GFK), North Dakota. This is a negotiated procurement for a firm fixed-price, one-job lump sum contract, with an estimated value of $60,000,000.00 to $70,000,000.00. Offers are due by March 2, 2026, 5:00 PM (Central Time) to Erin.M.Crabtree@faa.gov. The contract period of performance is 730 calendar days after the Notice to Proceed. A pre-offer site visit is scheduled for January 27, 2026, and questions are due by February 6, 2026. The procurement uses a Lowest Price Technically Acceptable (LPTA) source selection process and the NAICS code is 236220 with a $45.0 million small business size standard. The contractor must comply with various federal and FAA clauses, including those related to payment, labor standards, insurance, and electronic invoicing via the Delphi eInvoicing web-portal.
J-3 Wage Determination ND20250014.pdf
PDF57 KBMar 12, 2026
AI Summary
General Decision Number ND20250014, effective December 12, 2025, outlines prevailing wage rates for building construction projects in Grand Forks County, North Dakota. This supersedes ND20240014 and excludes single-family homes and apartments up to four stories. It details wage rates and fringes for various trades, including boilermakers, electricians, ironworkers, cement masons, plasterers, pipefitters, sheet metal workers, bricklayers, carpenters, drywall finishers, insulators, laborers, equipment operators, painters, plumbers, roofers, and truck drivers. The document also includes information on Executive Order 13706, which mandates paid sick leave for federal contractors, and Executive Order 13658, establishing a minimum wage for federal contractors. It explains identifiers for union, weighted union average, and survey rates, and provides a comprehensive process for appealing wage determinations.
J-4 Price Proposal Spreadsheet.xlsx
Excel14 KBMar 12, 2026
AI Summary
The GFK ATCT Replacement Project in Grand Forks, North Dakota, is a federal government Request for Proposal (RFP) detailing the pricing breakdown for constructing an Airport Traffic Control Tower (ATCT) at the Grand Forks International Airport. The document outlines various cost divisions, including general requirements, permits, concrete, masonry, structural steel, finishes, mechanical, electrical, and site work. It specifies that the contractor must provide all materials, labor, supervision, equipment, and everything necessary for construction in strict conformance with the solicitation. The pricing breakdown form includes categories for materials, labor, and a combined material and labor cost, along with an allowance of $325,000 for unspecified items. The total cost will also include overhead, profit, and bond expenses. This document serves as a comprehensive guide for potential contractors to submit bids for the project.
J-5 Past Performance Questionnaire.pdf
PDF967 KBMar 12, 2026
AI Summary
The Performance Questionnaire is a document used in source selection processes, likely for federal government RFPs, grants, or state/local RFPs. It requests assistance in evaluating a contractor's past performance. The questionnaire is divided into two main sections: one to be completed by the offeror (contractor) and another by an evaluating organization representative. The offeror provides basic contract information such as name, address, contract number, dates, total value, type of contract, and a description of requirements. The evaluating organization representative provides their name, position, organization, phone number, and the months performance was monitored. The core of the evaluation involves rating the contractor across seven key areas: Quality of Products and Services, Performance (as General Contractor or Architect/Engineer), Technical Requirements, Schedule, Cost Control, Customer Satisfaction, and an Overall Assessment. Each area is rated using a six-point scale: Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, or Not Observed. A comments section is also included for additional feedback. This questionnaire is a critical tool for assessing a contractor's capabilities and past success to inform future contract awards.
J-6 Master Subcontracting Plan.pdf
PDF261 KBMar 12, 2026
AI Summary
The Master Subcontracting Plan outlines a framework for federal contractors to meet small business subcontracting goals. It details how individual goals for small (SB), small-disadvantaged (SDB), women-owned (WOSB), service-disabled veteran-owned (SDVOSB), and HUBZone small businesses will be established for each contract, including percentages and descriptions of products/services. The plan requires contractors to identify potential sources, develop methods for setting goals, and specify whether indirect costs are included. A Subcontract Plan Administrator will oversee the program, ensuring equitable opportunities for small businesses through outreach, internal guidance for buyers, and maintaining source lists. The plan mandates the flow-down of subcontracting clauses to eligible subcontractors and requires periodic reporting via the Electronic Subcontracting Reporting System (eSRS), transitioning to SAM.gov in 2026. Contractors must also maintain records to document compliance with the plan, including solicitation and award activities. Attachment (A) provides a template for individual subcontract plan goals, including specific percentages for various small business categories.
GFK Site Visit Sign-In Sheet.pdf
PDF470 KBMar 12, 2026
AI Summary
The provided document, titled "STRATEGIC | TACTICAL stoRM ORM PLAN THE WORK - WORK THE PLAN," appears to be a contact list or a team roster associated with a project. It lists individuals, their organizations, and contact information (email addresses). The organizations include government entities like the FAA, as well as various construction and engineering firms such as EXP, CPS Ltd, CCI/PCL, ICS, Struct Sure Projects Inc, Walsh Federal, Kraus-Andersen, McGough, Pye-Barker Fire & Safety, Gast Construction Co. Inc, JE Powers Const, and Robinson Excavating Inc. Given the context of government RFPs and grants, this document likely serves as a stakeholder or vendor contact list for a federal or state-level project, facilitating communication and coordination among the involved parties.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJan 7, 2026
amendedAmendment #1Feb 13, 2026
amendedLatest Amendment· Description UpdatedMar 12, 2026
deadlineResponse DeadlineMar 27, 2026
expiryArchive DateApr 11, 2026

Agency Information

Department
DEPARTMENT OF TRANSPORTATION
Sub-Tier
FEDERAL AVIATION ADMINISTRATION
Office
697DCK REGIONAL ACQUISITIONS SVCS

Point of Contact

Name
Erin Crabtree

Place of Performance

Grand Forks, North Dakota, UNITED STATES

Official Sources