Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2025 SAM #8781
SOURCES SOUGHT

Y -- Industry Day: Brand-New Air Traffic Control Tower (ATCT) and Terminal Radar Approach Control/Base Building (A11 TRACON) at the Ted Stevens Anchorage International Airport in Anchorage Alaska

Notice Date
12/9/2025 5:18:16 AM
 
Notice Type
Sources Sought
 
NAICS
23622 —
 
Contracting Office
6913G4 NEW ENGLAND REGION BURLINGTON MA 01803 USA
 
ZIP Code
01803
 
Solicitation Number
697DCK-26-R-00071
 
Response Due
12/19/2025 2:00:00 PM
 
Archive Date
01/03/2026
 
Point of Contact
Sue Newcomb, Phone: 7812387659, Katherine Fogle, Phone: 678-879-2888
 
E-Mail Address
susan.newcomb@faa.gov, Katherine.Fogle@faa.gov
(susan.newcomb@faa.gov, Katherine.Fogle@faa.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Industry Day: The Federal Aviation Administration (FAA), Terminal Acquisition Branch, is seeking qualified General Contractors interested in submitting a proposal for the Brand-New Air Traffic Control Tower (ATC) and Terminal Radar Approach Control/Base Building (A11 TRACON) at the Ted Stevens Anchorage International Airport in Anchorage Alaska. In order to assist with acquisition strategy development and to gain a better understanding of the commercial marketplace the Federal Aviation Administration (FAA) will be conducting virtual one-on-one industry days for any interested General Contractor. Scope of Work: The project consists of an approximately 318-foot Above Ground Level (AGL) (Top of Tower) cast-in-place, post-tensioned concrete ATCT with an approximately 40,000 SF two-story, steel framed base building and TRACON. The total gross area between the two structures is approximately 70,000 SF. Work will include site work, construction of the ATCT and TRACON/base building, parking lot, perimeter fence, and a new Fiber Optic Transmission System (FOTS) crossing multiple taxiways on the Air Operations Area. The ATCT shaft and base building will be clad with a non-combustible, aluminum plate pressure-equalized rainscreen system. The seismic design of the ATCT utilizes a performance-based design methodology to ensure adequate performance of the structure. Estimated Cost: $200 million - $325 million Feedback received from the discussion and exchange of information during these one-on-one meetings will help FAA clarify and refine requirements for the procurement. The virtual one-on-one discussions will take place during the week of December 15 � 19th from 9 am � 2 p.m. Eastern Time, we anticipate each meeting to last approximately 1-hour. Interested GC�s shall email Susan.Newcomb@faa.gov and Katherine.Fogle@faa.gov with two proposed days and times for the meeting. The procurement is anticipated to be issued in two stages as follows: Phase I - Screening Information Request (SIR) � request specific information necessary for the FAA to determine which contractors meet the FAA�s minimum qualification requirements for this solicitation. RFO Phase II will be issued to the prequalified contractors (short-list) which is limited to the highest scoring four (4) or fewer if four contractors do not meet the requirements of SIR. Phase 2 - Request for Offerors (RFO) � will be issued to the prequalified contractors (short-list). Plans, specifications and other pertinent documents will be issued to the prequalified short-listed contractors at the RFO Stage. Award will be based on the Best Value to the FAA Minimum Requirements: Interested General Contractors will be required to meet the minimum requirements below: Company Resources - Contractors must have financial capability, resources and ability to sustain a project of this scope and duration. Past Performance and Corporate Experience: Contractors shall have a minimum of two (2) Past Performances as the prime that are similar in size, scope, and complexity with a value of $120 million or greater at 24/7 facilities such as hospitals, airports, data centers etc., or large complex build (example: stadiums). Projects must be for high rise buildings and seismic design category D or higher as defined in International Building Code (IBC) � 2018; One project must include a cold climate similar to Anchorage, Alaska; LEED certified High Performance or Sustainable Buildings. Key Personnel � Contractors should have experienced personnel for the positions of Project Manager, Project Superintendent, Project Scheduler, Building Information Modeling Specialist, Safety Manager, Environmental Manager, Coordinating Engineer, Quality Control Manager. FEEDBACK Requested during discussions: Contract Type: The FAA intends to use a Firm Fixed Price (FFP) or a Firm Fixed Price with Economical Price Adjustments (FFP-EPA) Contract; however, we are open to considering other contract types 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. Challenges: What challenges do you foresee associated with a project of this complexity and location. Negotiated schedule � How do you see negotiation working and how should we evaluate the schedule? Interest: What is the level of interest of your company in this project? Subcontracting: What issues do you perceive about sub-contracting for this project (if any)? What issues do you perceive about small business goals (if any)? How can the FAA assist in ensuring a robust small business, sub-contracting base? This Notice is only for Industry Day one-on-one request. There is no solicitation available at this time. Note: The FAA has been exempted from several Federal laws and regulations as part of the 1996 DOT Appropriations Act, signed into law by President Clinton on November 15, 1995. Some of the exemptions include the Federal Acquisition Streamlining Act of 1994, the Small Business Act, the Competition in Contracting Act, and the Federal Acquisition Regulations. The FAA�s Acquisition Management System (AMS), which became effective on April 1, 1996, is utilized in place of the Federal Acquisition Regulation (FAR). Potential Contractors are encouraged to visit the publicly accessible website: https://fast.faa.gov/contractclauses.cfm
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/de5348e9bcbc4b8182bfd3cc9d919826/view)
 
Place of Performance
Address: Anchorage, AK 99502, USA
Zip Code: 99502
Country: USA
 
Record
SN07661406-F 20251211/251209230047 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.