Ogden-Hinckley Airport (OGD) Air Traffic Control Tower (ATCT) Design-Build
ID: 697DCK-25-R-WSA02Type: Sources Sought
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)
Timeline
  1. 1
    Posted Mar 14, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 9:00 PM UTC
Description

The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified contractors for the Design-Build of a new Air Traffic Control Tower (ATCT) at Ogden-Hinckley Airport (OGD) in Ogden, Utah. The project aims to replace the existing ATCT with a facility that meets stringent federal, state, and local codes, emphasizing sustainability and a lifespan of at least 50 years, with energy consumption targets at least 30% below ASHRAE standards. This significant infrastructure project has an estimated budget between $40 million and $65 million, with interested parties required to submit their qualifications and responses by April 4, 2025, to the primary contact, Rodgers Cox, at rodgers.l.cox@faa.gov.

Point(s) of Contact
Files
Title
Posted
Mar 14, 2025, 1:04 PM UTC
The Business Declaration form serves as a critical document for firms applying for government contracts, especially those designated for minority-owned, veteran-owned, and small businesses. It collects essential information including the firm's name, tax identification number, contact details, and ownership demographics related to various minority statuses. The form also requires details about the firm's management structure, industry classification (specifically in building construction), years in business, and gross receipts over the last three years to assess financial stability. Furthermore, it prompts the applicant to declare if they qualify as a small, socially disadvantaged, or woman-owned business. This information enables the government to determine eligibility for specific contract opportunities aimed at promoting diversity and supporting underrepresented businesses. The form concludes with an affirmation of the accuracy of the information provided, which is crucial for maintaining integrity and compliance within the government contracting process. Overall, the document is structured to ensure that government agencies can efficiently evaluate and support diverse business ventures through targeted contracts and grants.
Mar 14, 2025, 1:04 PM UTC
The Federal Aviation Administration (FAA) is conducting a market survey to identify potential sources for the Design-Build (D/B) of a new Air Traffic Control Tower (ATCT) at Ogden-Hinckley Airport (OGD) in Ogden, Utah, with an estimated budget between $40 million and $65 million. The procurement strategy has not been finalized and will depend on responses gathered during this survey. The document outlines requirements for interested vendors, including company information, qualifications for similar projects exceeding $10 million, years in business, bonding capacity, and acknowledgement of requirements if awarded the contract. Interested parties must submit their responses via email no later than April 4, 2025, following guidelines on company letterhead and limiting content to ten pages. All submissions must confirm an active registration in the System for Award Management (SAM) to qualify for government contracts. This survey reflects the FAA’s efforts to engage the construction industry in a significant infrastructure project while ensuring compliance with federal standards and policies.
Mar 14, 2025, 1:04 PM UTC
The document outlines the Federal Aviation Administration's (FAA) standards and guidelines for the design and construction of Airport Traffic Control Towers (ATCT) across the United States. It emphasizes that the design must adhere to relevant building codes and standards, integrating elements such as accessibility, construction materials, and mechanical systems that support energy efficiency and safety requirements. The FAA mandates a site-adaptable design that can accommodate various environmental conditions while ensuring compliance with codes like NFPA 101 and IBC. Key sections include construction types, insulation specifications, and guidelines for water and moisture protection. It details standards for mechanical systems, such as HVAC requirements, indicating that systems should be life-cycle cost-effective and energy-efficient, aiming for at least a 30% reduction in energy consumption compared to baseline levels. The document also highlights the importance of design flexibility, allowing for site-specific adaptations. Overall, this comprehensive set of standards is crucial for ensuring that the ATCT facilities meet operational, accessibility, and performance criteria while facilitating safe air traffic control operations.
Mar 14, 2025, 1:04 PM UTC
The document outlines the requirements for replacing the Airport Traffic Control Tower (ATCT) in Ogden, UT, detailing the design and construction specifications necessary for the project. It emphasizes site-specific designs complying with federal, state, and local codes, with an expected facility lifespan of at least 50 years and a focus on sustainability, aiming for energy consumption at least 30% below the ASHRAE standards. The scope includes general requirements for design-build services, management of environmental and safety standards, and adherence to applicable building, fire protection, and structural codes. An emphasis is placed on the use of Standard Design Drawings for critical structural elements, with adaptations allowed based on specific site conditions. The document also outlines the responsibilities for the Design-Builder regarding quality assurance, coordination among various disciplines, and involvement in community planning considerations. The requirements highlight the importance of security and performance standards, ensuring the ATCT meets the critical infrastructure requirements specified by the FAA. Overall, this solicitation aims to ensure the project adheres to a comprehensive set of standards for safety, functionality, and longevity within the federal contracting framework.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Salt Lake City ARTCC (ZLC) Control Wing North Exterior Stair Replacement at Salt Lake Air Route Traffic Center - Amended 2 April 25
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the design-build project of replacing the exterior stair system at the Salt Lake Air Route Traffic Center in Salt Lake City, Utah. The project involves the demolition of the existing stair system and the installation of a new prefabricated commercial stair system, adhering to the International Building Codes and various safety standards. This total small business set-aside opportunity, categorized under NAICS Code 236210 for Industrial Building Construction, has an estimated project magnitude between $50,000 and $100,000, with proposals due by April 4, 2025. Interested contractors must be registered in SAM and are encouraged to attend a pre-construction site visit on March 11, 2025, with all inquiries directed to the primary contact, Raymond Lena, at raymond.a.lena@faa.gov.
Salt Lake City ARTCC (ZLC) Interim Service Building (ISB) Window Replacement at Salt Lake Air Route Traffic Center - Amended 2 April 25
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of windows at the Interim Service Building (ISB) located at the Salt Lake Air Route Traffic Control Center in Salt Lake City, Utah. The project entails the removal of 50 existing sliding glass windows and the installation of new commercial-grade vinyl windows, adhering to specific performance standards and building codes. This initiative is part of the FAA's commitment to maintaining and upgrading its facilities to ensure operational integrity and safety. Interested small businesses must submit their proposals by April 18, 2025, and can direct inquiries to Contracting Officer Raymond Lena at raymond.a.lena@faa.gov.
QZA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is soliciting proposals for the QZA Parking Lot Replacement project located in Oilton, Texas, under Solicitation Number 697DCK-25-R-00185. The project involves the removal and disposal of existing materials, excavation for new pavement and drainage, installation of a new pavement section, and the addition of a motorized vertical pivot gate and electric power line. This initiative is crucial for enhancing infrastructure at the FAA's Air Route Surveillance Radar site, ensuring improved vehicular accessibility and compliance with safety standards. Interested small business contractors must submit their proposals by April 25, 2025, at 3:00 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov. The estimated contract value ranges from $100,000 to $250,000, with a projected performance period of approximately 30 calendar days.
USACE SPK Design-Bid-Build (DBB) Construction - F-35 East Campus Infrastructure - Hill AFB, UT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build (DBB) construction of the F-35 East Campus Infrastructure at Hill Air Force Base, Utah. This project involves significant infrastructure upgrades, including airfield paving, utility systems, and facility construction, with an estimated contract value between $100 million and $250 million. The procurement process emphasizes compliance with safety and environmental standards, and proposals are due by April 11, 2025, with an anticipated award date around June 2, 2025. Interested contractors should contact Michelle Spence at michelle.a.spence@usace.army.mil or Natalia Gomez at natalia.gomez@usace.army.mil for further details.
Repair Air Traffic Control Tower B6058
Buyer not available
The Department of Defense, specifically the Department of the Army, is conducting market research for the repair of the Air Traffic Control Tower B6058 at Fort McCoy, Wisconsin. The project involves comprehensive repairs to the tower, including the cab, mechanical, communications, and electrical systems, as well as the installation of a temporary control tower during the renovation. This initiative is crucial for maintaining operational safety and efficiency in air traffic management at the facility. Interested contractors are encouraged to submit their capabilities and relevant experience by 09:00 AM Central Time on April 16, 2025, to Todd Dempsey at todd.a.dempsey.civ@army.mil, with an estimated project value between $5 million and $10 million.
SATOC for Title I and Title II Architect-Engineer Services for the Renovation of Hangar 225 at Hill Air Force Base, UT
Buyer not available
The Department of Defense, through the Air Force Installation Contracting Center, is seeking a qualified small business architect-engineer firm to provide Title I and Title II services for the renovation of Hangar 225 at Hill Air Force Base, Utah. The contract, anticipated to be a Single Award Task Order Contract (SATOC) with a ceiling of $35 million, will focus on facility sustainment, restoration, and modernization projects, including roofing replacement, internal office reconstruction, seismic upgrades, and general facility repairs. This procurement is critical for enhancing the operational capabilities of the Air Force installation, emphasizing the need for experienced contractors in government projects. Interested firms must submit their qualifications via SF330, with the official synopsis expected to be released around mid-April 2025; for inquiries, contact Laura Koog at laura.koog@us.af.mil or Brindle Summers at brindle.summers@us.af.mil.
Security Gate Replacement at Farmington, NY (FRG) Air Traffic Control Facility
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the replacement of a security gate at the Farmington, NY Air Traffic Control Facility. The project involves the installation of safety and security window film, requiring contractors to provide all necessary labor, materials, tools, and equipment as outlined in the Request for Quote (RFQ) document. This procurement is a competitive, firm-fixed-price contract set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project cost between $80,000 and $120,000. Interested contractors must submit their proposals electronically by April 11, 2025, and are encouraged to attend an optional site visit on April 2, 2025, for further clarification on project requirements. For inquiries, contact Chase Bartlett at chase.r.bartlett@faa.gov or Josh Huckeby at joshua.d.huckeby@faa.gov.
Headquarters Building (HQB) Mechanical and Electrical Upgrades at the Mike Monroney Aeronautical Center (MMAC), Oklahoma City, OK.
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is conducting a market survey for mechanical and electrical upgrades at the Headquarters Building (HQB) located at the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City, OK. This project aims to modernize aging systems that support office and administrative functions, with an estimated budget ranging from $18 million to $25 million and a projected award date in August 2026. The required work includes the construction of new electrical infrastructure, demolition and replacement of existing systems, installation of advanced HVAC solutions, and upgrades to life safety and fire alarm systems. Interested small businesses, including service-disabled veteran-owned and 8(a) certified firms, must submit a capability statement by April 11, 2025, to Cynthia Cooper at Cynthia.Cooper@faa.gov, as this survey seeks to assess competition viability for small business participation and is not a solicitation for proposals.
SATOC for Title I and Title II Architect-Engineer Services for the Renovation of Hangar 225 at Hill Air Force Base, UT
Buyer not available
The Department of Defense is seeking qualified architect-engineer firms to provide services for the renovation of Hangar 225 at Hill Air Force Base in Utah. The procurement involves a Total Small Business Set-Aside for architect-engineer services under NAICS code 541330, focusing on the construction of other airfield structures. This project is critical for maintaining and upgrading military infrastructure, ensuring operational readiness and safety. Interested firms should contact Laura Koog at laura.koog@us.af.mil or Brindle Summers at brindle.summers@us.af.mil for further details, as the presolicitation notice indicates the importance of timely submissions and qualifications.
IIJA FUNDED - SAT ATCT TERMINAL FACILITY IMPROVEMENT PROGRAM (TFIP)
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the IIJA funded Terminal Facility Improvement Program (TFIP) at the San Antonio Airport Traffic Control Tower (ATCT). This project aims to modernize and enhance the ATCT and Base Building, focusing on architectural modifications, structural reinforcements, and upgrades to mechanical, electrical, plumbing, and fire protection systems to meet FAA regulations and improve operational efficiency. The estimated contract value ranges from $3 million to $7 million, with proposals due by May 13, 2025, and a mandatory site visit scheduled for April 10, 2025. Interested contractors must register in the Systems for Award Management (SAM) database and direct any inquiries to Ms. Thuylinh TranNguyen at thuylinh.t.trannguyen@faa.gov by April 18, 2025.