Market Survey - Air Traffic Control Tower at Fort Campbell, KY
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 Department of the Army, Louisville District, is conducting a Market Survey to identify interested firms for the design-bid-build construction of a 170' Air Traffic Control Tower (ATC) at Fort Campbell, KY. This survey aims to determine potential future set-asides. Responses are due by March 12, 2026, 11:00 AM Eastern Time.
Scope of Work
The project involves constructing a standard 170' Flight Control Tower, including a primary facility with spaces for equipment maintenance, administrative offices, support areas, passenger elevator, server room, storage, bathrooms, locker rooms, training/conference rooms, ready room, break room, control tower cab, and Army Radar Approach Control functional space. It also includes mechanical, electrical, and equipment rooms. Special foundations, backup power generation, uninterruptible power supply, Fire Life Safety (FLS) systems, Building Control Systems (BCS), and Electronic Security Systems (ESS) are required. Energy Monitoring and Control Systems (EMCS) connection will be provided if applicable. Accessibility for individuals with disabilities up to the tenth floor and additional antiterrorism measures beyond DoD minimums are included. Supporting facilities such as paving, walks, parking, lighting, and site improvements, along with comprehensive interior design and furnishings, are also part of the scope. The facility will be designed for a minimum life of 40 years.
Contract & Timeline
- Type: Sources Sought / Market Survey (for a future single-phase design-bid-build project)
- Estimated Cost: More than $10,000,000
- NAICS: 236220
- Estimated Duration (future project): 950 calendar days
- Set-Aside: To be determined based on market research (all business types, including Small Business, HUBZone, 8A, Woman-Owned, Service-Disabled Veteran Owned, and Large Businesses, are encouraged to respond).
- Response Due: March 12, 2026, 11:00 AM ET
- Published: February 25, 2026
Submission Requirements
Interested firms must respond via the provided Microsoft Forms link (https://forms.osi.apps.mil/r/pVkqBpYSpd) and limit capability statements to the form's space. Required information includes:
- Identification and verification of the company’s small business status.
- Contractor’s Unique Entity Identifier (UEI) and CAGE Code(s).
- Documentation from bonding company showing current single and aggregate performance/payment bond limits.
- Descriptions of up to three (3) example projects (prime contractor, >95% complete or completed in past 5 years) of similar size (at least 100 feet in height) and scope (new ATC tower construction). Include project details (completion percentage/date, scope, size, dollar value, contract type, self-performed percentage, number of subcontractors) and references.
- For Small Businesses, state the percentage of work to be self-performed on this project, adhering to FAR 52.219-14 (at least 15% for general construction).
Additional Notes
This is not a Request for Proposal and does not commit the Government. Responses will inform future acquisition decisions. All interested sources must respond to future solicitations separately. SAM.gov registration is required for contract award; early registration is highly encouraged due to potential delays, including the notarized letter requirement.