SPECIAL NOTICE
Y -- Market Survey: FAA is seeking companies that have the capability to design and construct two new Airport Traffic Control Towers at Lebanon Municipal Airport and Hartford-Brainard Airport
- Notice Date
- 9/17/2025 3:57:12 AM
- Notice Type
- Special Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION US
- ZIP Code
- 00000
- Solicitation Number
- 697DCK-26-R-00025
- Response Due
- 10/2/2025 2:00:00 PM
- Archive Date
- 10/17/2025
- Point of Contact
- Sue Newcomb, Phone: 7812387659
- E-Mail Address
-
susan.newcomb@faa.gov
(susan.newcomb@faa.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Market Survey: The FAA is seeking interested Contractors that have the capability to design and construct two new Airport Traffic Control Towers (ATCTs). Height and cab size data for each tower is provided as follows: West Lebanon, NH (LEB) Lebanon Municipal Airport 450 square foot eight-sided cab 80.83 feet AGL Cab floor, 115.83 feet to top of structure Hartford, CT (HFD) Hartford-Brainard Airport 450 square foot eight-sided cab 80.83 feet AGL Cab floor, 115.83 feet to top of structure The FAA estimates the cost of the towers to be over $10 million per site. Introduction: In order to assist with acquisition strategy development and to gain a better understanding of the commercial marketplace the Federal Aviation Administration (FAA) is seeking interested sources that are capable of performing the work to design and construct two (2) Air Traffic Control Towers. This market survey is issued, in accordance with FAA Acquisition Management System (AMS) paragraph 3.2.1.2.1 to solicit statements of interest and capabilities. Disclaimer: The announcement is NOT A SCREENING INFORMATION REQUEST (SIR) OR REQUEST FOR PROPOSAL (RFP). The FAA is not seeking or accepting unsolicited proposals. The responses to this market survey will be used for informational purposes only and must not be construed as a commitment or a promise to contract by the Government. The Government is not liable for costs associated with the preparation, submitting inquiries or responses to these announcements and will not reimburse any firm for costs incurred in responding to this public announcement. Responses will not be returned. North American Industry Classification (NAICS) Code: The NAICS code projected for this project is 236220 Commercial and Institutional Building Construction with a size standard of $45 million. Submittal Requirement for Market Survey: a. Name of Company (the resultant Prime contractor that may ultimately be awarded the subsequent contract). b. Address c. Point of Contact name, e-mail address and telephone number d. Business Size: Large, 8(a) Certified, SDB, Small Business, etc. e. UEI Number f. Relevant experience of large complex construction projects of similar value. g. Bonding Capacity h. Number of years in Business i. Relevant experience of vertical construction projects: of similar height to 100� AGL and average 3600 sf/floor valued at a minimum of $10,000,000.00 complexity as mission-critical facilities like Air Traffic Control facilities, hospitals, fire/police stations, and data centers, in similar geographical area completed within the past ten (15) years j. Contract Type: The FAA intends to use a Firm Fixed Price (FFP) Contract; however, we are open to considering other contract types to best meet the needs of the project and the competitive marketplace. Contractors are encouraged to suggest alternative contract types and the benefits associated with the suggested contract type. k. The FAA intends to modify the existing conceptual design for these sites and seeking industry feedback regarding the potential advantages of allowing greater flexibility in a design-build approach. . Specifically, the FAA is interested in understanding whether a more economical configuration�deviating from the current conceptual design�could provide cost savings without compromising functional or operational requirements. What are the opportunities or potential risks you foresee in this procurement? What are some issues or improvements in the Statement of Work that the FAA should consider updating or implementing? What are some issues or improvements in the solicitation that the FAA should consider updating or implanting? A rendering of the PAU Conceptual Design is attached. Tower structure and height, of 115.83�, is the same for HFD and LEB. Foundations and site design will differ. l. Please specify whether your firm would be interested in submitting a proposal for one or both project locations. If interested in both, indicate whether you would be interested in proposing separately for each location or as a combined offering? m. What would you propose as a duration period for each individual tower for design and then for the construction period and why? Summary of Work: General facility design and construction elements include, but are not limited to, the following: All permitting and temporary structures. Site clearing, site investigations and earthwork. All site work, infrastructure, and ATCT All facility systems and equipment for conveying, plumbing, HVAC, fire protection, and electrical. Utility extensions and ancillary site components. Airfield connectivity. Access roadways, parking lot, miscellaneous pedestrian walkways and native landscaping. Security perimeter fencing and access control. Scope of services include, but are not limited to, the following: Design: All design services, materials, supplies, equipment layouts and connections, permits, surveying, investigations and project supervision, quality control and quality assurance, and construction support services. The design and final construction documents prepared under this contract must comply with the FAA�s Terminal Facilities Design Standard (TFDS) Construction: All labor, materials, furnishings, equipment, supervision, quality control and quality assurance, and administration for the construction phase of the Contract, to provide include a fully functional and approved ATCT facility that meets the needs of the FAA. FAA to supply, install, and maintain electronic equipment. Commissioning Coordination and Support: All services, labor, materials, equipment and testing to implement the Commissioning Plan with the Commissioning Agent representing the FAA. A DRAFT Statement of Work (SOW) is attached to this posting. Delivery of Submittals: Submittals to this market survey shall be e-mailed to Susan Newcomb (Contracting Officer) at Susan.Newcomb@faa.gov no later than 5:00 p.m. EST on Thursday October 2, 2025. All questions must be in writing and emailed to the Contracting Officer. No phone calls will be returned regarding this market survey SAM Registration An active registration in the System for Award Management (SAM) must be obtained to be considered for any Government award.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/efd259311dca455daf3fe71d4c9847f2/view)
- Place of Performance
- Address: NH 03784, USA
- Zip Code: 03784
- Country: USA
- Zip Code: 03784
- Record
- SN07594055-F 20250919/250917230038 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |