Construction of New Airport Traffic Control Tower (ATCT) - Grand Forks, ND
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 Federal Aviation Administration (FAA) is soliciting proposals for the Construction of a New Airport Traffic Control Tower (ATCT) and Base Building at the Grand Forks International Airport in Grand Forks, ND. This is an Unrestricted procurement for a Firm-Fixed-Price, Lump Sum contract, estimated between $60,000,000.00 and $70,000,000.00. The latest amendment extends the proposal due date to March 27, 2026, at 5:00 PM CT.
Scope of Work
This opportunity requires the construction of a new Airport Traffic Control Tower (ATCT) and an associated Base Building. The work must adhere to specified drawings, contract clauses, and wage rates. Offerors are required to provide a detailed breakdown of all direct and indirect costs.
Contract Details
- Contract Type: Firm-Fixed-Price, One-Job Lump Sum
- Estimated Value: $60,000,000.00 to $70,000,000.00
- Period of Performance: 730 Calendar Days after Notice to Proceed
- Set-Aside: Unrestricted
- NAICS Code: 236220 Commercial and Institutional Building Construction (Size Standard: $45.0 Million)
- Product Service Code: Y1BA Construction Of Air Traffic Control Towers
- Subcontracting Goals: Specific goals are provided for Small Business (43.02%), Small Disadvantaged Business (5.00%), Women-Owned Small Business (5.00%), and Service-Disabled Veteran-Owned Small Business (5.00%).
Submission & Evaluation
- Proposal Due Date: March 27, 2026, 5:00 PM CT
- Submission Method: Email proposals to Erin.M.Crabtree@faa.gov
- Evaluation: Lowest Price Technically Acceptable (LPTA) source selection process.
- Key Requirements: Offerors must use Attachment J-4 (Price Proposal Sheet) for pricing. Past performance definitions have been clarified, expanding "Recent" to ten years and accepting substantially complete projects (80% or greater). Subcontractor experience for the $10M project value can relate to the Prime Contract they were part of.
Key Amendments & Notes
- Amendment 03 (latest) extended the proposal due date and incorporated the J-7 Geotechnical Report.
- Amendment 02 extended the proposal due date, incorporated Questions and Answers, and revised Sections L & M, including definitions for "Recent" and "Relevant" past performance.
- Amendment 01 initially extended the question and proposal due dates.
- Attachments: Large files (J-1 SOW, J-2 Specifications, J-2a Drawings, J-7 Geotechnical Report) require an email request to Erin.M.Crabtree@faa.gov. Other critical documents include J-3 Wage Determination, J-4 Price Proposal Spreadsheet, J-5 Past Performance Questionnaire, and J-6 Master Subcontracting Plan.
- Site Visit: A sign-in sheet from a previous site visit is available, identifying interested parties.
- Mandatory: Offerors must be registered in SAM.gov. Performance and Payment Bonds are required within 10 calendar days after award. The FAA is tax-exempt.
- Clarifications: Drawings will be reissued without security features. Seismic bracing is not required.