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.
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.
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.
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.
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.