Construction of New Airport Traffic Control Tower (ATCT) - Grand Forks, ND
ID: 697DCK-26-R-00034Type: Solicitation
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, specifically the Federal Aviation Administration (FAA), is seeking offers for the construction of a new Airport Traffic Control Tower (ATCT) at Grand Forks International Airport in Grand Forks, North Dakota. This project entails a firm fixed-price contract valued between $60 million and $70 million, with a performance period of 730 calendar days following the Notice to Proceed. The construction of the ATCT is crucial for enhancing air traffic management and safety at the airport, reflecting the FAA's commitment to modernizing aviation infrastructure. Interested contractors must submit their proposals by March 2, 2026, and can direct inquiries to Erin Crabtree at erin.m.crabtree@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Similar Opportunities
    MYR ATCT Refurbish Parking Lot
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting 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, requiring comprehensive work including asphalt replacement, concrete repairs, and installation of new lighting fixtures. This contract, valued between $250,000 and $500,000, is set aside for small businesses and will be awarded based on a Firm Fixed-Price arrangement, with a performance period of 60 calendar days post-notice to proceed. Interested contractors must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with a mandatory site visit scheduled for December 18, 2025. For further inquiries, contact Samantha Pearce at samantha.a.pearce@faa.gov or 405-954-7739.
    MARKET SURVEY: PREPARE, REMOVE PAINT, AND REPAINT THE EXISTING ASDE TOWER AND SHELTERS AT THE DENVER INTERNATIONAL AIRPORT (DEN) IN DENVER, CO
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified contractors for the preparation, removal of paint, and repainting of the existing ASDE Tower and shelters at Denver International Airport (DEN) in Colorado. The project involves compliance with federal, state, and local regulations, particularly concerning lead-based paint removal, as the tower has been identified to contain lead, necessitating adherence to strict safety standards and certifications. The FAA estimates the project cost to be between $325,000 and $450,000, with a single Firm Fixed Price (FFP) contract intended for award to the lowest responsive bidder. Interested vendors must submit their statements of interest and capability by 4:00 p.m. Central Time on January 19, 2026, to Stephen Branch at stephen.n.branch@faa.gov, marking their submissions as proprietary as necessary.
    ZMP Multiple Projects
    Transportation, Department Of
    The Department of Transportation, Federal Aviation Administration (FAA), is soliciting offers for multiple construction projects at the Minneapolis Air Route Traffic Control Center (ZMP) in Farmington, Minnesota. The procurement involves a firm-fixed price contract estimated between $400,000 and $500,000, focusing on the replacement of corroded heating boiler exhaust stacks, chilled water valves, humidifiers, and gas unit heaters, all of which are critical for maintaining operational efficiency and safety at the facility. Interested contractors must comply with various requirements, including bonding, insurance, and adherence to the Davis-Bacon Wage Rates, and are required to submit proposals electronically. A site visit is scheduled for January 20, 2026, and all inquiries must be directed to Joshua Espinosa at joshua.j.espinosa@faa.gov or by phone at 404-305-5799, with proposals due within the specified timeline.
    Leeville, Louisiana VORTAC Site Replacement
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified contractors for the replacement of the Very High-Frequency Omnidirectional Radio Range Tactical Air Navigation (VORTAC) facility in Leeville, Louisiana. The project involves comprehensive construction activities, including site surveys, demolition, utility installation, and the construction of new equipment shelters, all adhering to strict FAA specifications and federal safety codes. This VORTAC system is crucial for air navigation and safety in the region, emphasizing the need for compliance with environmental policies and security protocols. Interested parties must submit their capability statements and programmatic approaches by January 9, 2026, to Stephen Branch and Donald Brown via email, with the subject line "Market Survey Response: Leeville, Louisiana (LEV) VORTAC Site Replacement."
    SEA ATCT, TRACON, ARTCC Grounds Maintenance
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified small businesses to provide grounds maintenance services for the Seattle Air Traffic Control Tower (ATCT), Terminal Radar Approach Control Facility (TRACON), and Air Route Traffic Control Center (ARTCC). The contract will encompass a range of services including grass cutting, edging, fertilization, litter collection, vegetation removal, and tree/shrub pruning, with a performance period from February 1, 2026, to January 31, 2031, following the recent amendments to the solicitation. This procurement is critical for maintaining the operational integrity and environmental compliance of FAA facilities, ensuring they remain safe and accessible. Interested parties must submit their proposals by January 9, 2026, and direct any inquiries to Jennifer J. Davis at jennifer.j.davis@faa.gov.
    SD FLAP SDGFP PARKING(1) North Point Parking Lot
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified prime contractors for the reconstruction of the North Point Parking Lot in Pickstown, South Dakota. This project involves the removal of deteriorated asphalt and sub-base, followed by the installation of a new asphalt pavement surface, ensuring compliance with the Americans with Disabilities Act for accessibility. The parking lot serves as a vital access point for recreational activities at the North Point Recreation Area, particularly for boat launches on the Missouri River. Interested small businesses, including those in specific socioeconomic categories, must submit their intent to bid along with required documentation by January 22, 2026, with an estimated project cost between $2 million and $5 million and construction anticipated to occur from June to September 2026. For further inquiries, contact Stephanie Navarro at cflacquisitions@dot.gov.
    ZMP Multiple Power Panels Replacement
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of multiple power panels at the Minneapolis Air Route Traffic Control Center (ZMP) in Farmington, Minnesota. This project aims to modernize the electrical infrastructure by replacing outdated power panelboards and ensuring compliance with FAA specifications and safety standards. The contract is set aside for small businesses, with an estimated value under $100,000, and requires adherence to prevailing wage rates as specified by the Department of Labor. Interested contractors must submit their proposals electronically by January 29, 2026, and can direct inquiries to Joshua Espinosa at joshua.j.espinosa@faa.gov or by phone at 404-305-5799.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Dept Of Defense
    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 lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and associated electrical infrastructure, while also repaving a section of the main runway. The importance of this project lies in enhancing the operational capabilities and safety of the airfield, which must remain functional throughout the construction phases. Interested contractors should note that the estimated construction magnitude is between $25 million and $100 million, with proposals due by February 4, 2026, at 2:00 PM EST. For further inquiries, contact Jordan Moran at jordan.k.moran@usace.army.mil or Nicholas P. Emanuel at Nicholas.P.Emanuel@usace.army.mil.
    Air Traffic Control (ATC) components required for repair services.
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency-Aberdeen, is seeking qualified businesses to provide repair services for Air Traffic Control (ATC) components. The objective is to identify suppliers capable of repairing existing ATC systems, with the government possessing most of the necessary technical data, although some gaps may exist. This procurement is crucial for maintaining the operational integrity of ATC systems, which are vital for air traffic management. Interested suppliers are encouraged to submit documentation of their repair capabilities by February 9, 2026, and can contact Prettina Duvall or Shawn Sipes for further information.
    ZDV CTRB Raised Floor
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the installation of a new raised access floor system at the Denver Air Route Traffic Control Center (ZDV) in Longmont, Colorado. The project entails constructing an 18-inch high raised access floor covering approximately 2,982 square feet, along with the installation of ADA-compliant ramps and stairs, a new partition, and a 2-hour rated alcove. This renovation is crucial for enhancing operational efficiency and compliance with safety standards, as the facility will remain occupied throughout the construction period. Interested small businesses must submit their proposals by January 28, 2026, with a mandatory site visit scheduled for January 7, 2026. For further inquiries, contact Jason Perry at jason.m.perry@faa.gov.