Construct Air Traffic Control (ATC) Tower
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers, Kansas City District, is conducting market research via a Sources Sought notice to identify qualified firms for a Design-Bid-Build (DBB) contract to construct a new Air Traffic Control (ATC) Tower and demolish the existing one at Ft Riley, KS. This is for planning purposes only and does not constitute a solicitation. Responses are due March 10, 2026.
Project Scope
The project involves constructing a 10-story ATC Tower that includes a control CAB, offices, conference room, breakroom, electrical and mechanical rooms, and a radar simulator room. Associated utility and site work will also be required. Key construction elements include concrete foundation systems, steel framing, masonry walls, metal roof, fire detection and suppression systems, HVAC, electrical systems, telecommunication systems, backup electrical generation, an elevator, utilities, sidewalks, access drive, grading, and site improvements. The project also mandates the demolition of the existing ATC Tower and associated structures. Design will adhere to DoD Unified Facilities Criteria (UFC) 1-200-01, 1-200-02, and 4-010-01.
Contract Details & Acquisition Strategy
The Government anticipates awarding a single, firm fixed-price contract with an estimated magnitude between $25,000,000.00 and $100,000,000.00. The applicable NAICS code is 236220 (Commercial and Institutional Building Construction) with a $45M size standard. The Product Service Code is Y1BA (Construction Of Air Traffic Control Towers). Selection will be based on a Best Value determination through a single-phase Request for Proposal (RFP). A Project Labor Agreement (PLA) may be required post-award.
Response Requirements
Interested firms must submit a response (limited to nine pages) including:
- Cover Letter: Offeror name, address, POC, phone, email, UEI, interest in proposing, capability statement, business type/size (NAICS 236220), and small business designations (SDVOSB, HUBZone, 8(a), WOSB) if applicable.
- Prior Experience: Portfolio of at least three relevant projects completed within the last ten years, demonstrating experience as a prime contractor in:
- DBB construction of a 10-story or taller ATC Tower or similar structure.
- Working on or near an active airfield, adhering to FAA and Army regulations.
- Demolition of towers or similar structures. For each project, provide title, location, client details, contract dollar amount, technical requirements, work performed (self-performed or subcontracted), and period of performance.
- Joint Venture: Details if applicable.
- Bonding Capability: Per contract and aggregate construction bonding levels in dollars.
Submission & Deadline
Responses must be submitted via email by March 10, 2026, at 11:00 a.m. local time to Dale Coleman (dale.e.coleman@usace.army.mil), with CC to Stephanie Kretzer (Stephanie.R.Kretzer@usace.army.mil) and Jane Bramel (jane.e.bramel@usace.army.mil).