Billings Logan International Airport – Ticketing and Baggage Remodel
Federal opportunity from City of Billings. Place of performance: MT. Response deadline: Apr 01, 2026.
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
Description
Bid Postings • Billings Logan International Airport – Ticket Skip to Main Content Create a Website Account - Manage notification subscriptions, save form progress and more. Website Sign In How Do I...? Your Government Services Doing Business Explore Billings Court Library Maps Public Safety Search billingsmt.gov Bid Postings Print Sign up to receive a text message or email when new bids are added! Print Bid Title: Billings Logan International Airport – Ticketing and Baggage Remodel Category: Construction Services Status: Open Description: INVITATION TO BID Separate subcontractor/supplier bids for the construction of: Billings Logan International Airport – Ticketing and Baggage Remodel Will be received at the office of the Construction Manager: Martel Construction, Inc. 1203 S. Church, Bozeman, MT 59715. Bid Date: Wednesday, April 1, 2026, at 2 pm. The project generally consists of, but is not necessarily limited to, the following major items: Billings Logan International Airport – Ticketing and Baggage Remodel The work consists of but is not limited to: Excavation, Backfill, Utilities, Concrete and Asphalt paving, Site Work, Demolition, Concrete, Structural, Miscellaneous and Decorative Steel, Railings, Carpentry, Glu Lam Construction, Finish Carpentry, Casework, Solid Surface Fabrications, Countertops, FRP, Insulation, Caulking, Flashing, Expansion Control, Doors and Hardware, Access Doors, Glazing, Mirrors, Storefront, OH Doors and Grilles,, Glass Railing, Metal Stud Framing, Drywall, Painting, Acoustic Ceilings, Drywall Suspension Assemblies, Wood Ceilings, Floor Coverings, Resinous Flooring, Floor and Wall Tile, Interior and Exterior Painting, Signage, Toilet and Bath Accessories, Wall and Door Protection, Fire Extinguisher Cabinets, Lockers, Grills and Screens, Fire Sprinkler, Plumbing, HVAC, Electrical, Communications, Access Control, Fire Alarm, Baggage Handling Systems A prebid conference is scheduled for 2 pm on March 18 at 2:00 pm There will also be an online option; contact the Construction Manager for specific login instructions. This work is to include all tools, equipment, materials, and labor to complete this project. The contract documents, consisting of (1) one volume of drawings and (1) one volume of Project Specifications Manuals and any addendums published, may be examined at the office of Martel Construction, Inc. An electronic copy is available from the Construction Manager at no charge. The contact person for this project is Travis Kabalin at Martel Construction ( ). In addition, the Drawings and Project Manuals may also be examined at the following locations (all Area Codes 406 unless noted otherwise): - Bozeman Builders Exchange, 1105 Reeves Rd. West, Suite 800, Bozeman, MT 59718, 586 7653 - Billings Builders Exchange, 2050 Broadwater, Suite A, Billings, MT 59102, 652 1311 - Great Falls Builders Exchange, 325 2nd Street South, Great Falls, MT 59405, 453-2513 - Missoula Plans Exchange, 201 North Russell Street, Missoula, MT 59801, 549-5002 - Northwest Montana Plans Exchange, 2303 Highway 2 East, Kalispell, MT 59901, 755-5888 - Spokane Regional Plan Center, 209 N. Havana St., Spokane, WA 99202, 509-328-9600 The Bidder must supply all the information required by the bid documents and specifications. Insurance as required shall be provided by the successful BIDDER(s), and a certificate(s) of that insurance shall be provided to the Construction Manager as noted in the specifications. The subcontractor may be requested to provide a performance and payment bond after a contract is awarded to the successful bidder. The Owner reserves the right to reject any or all bids and to waive irregularities. The Bidder must supply all the information required by the bid documents and specifications. Funding for This Contract is Federally Assisted. Contractors at every tier must comply with applicable federal requirements including but not limited to: the Buy American Preference, Civil Rights Title VI, Davis Bacon Requirements, Governmentwide Debarment and Suspension, Lobbying of Federal Employees, and Procurement of Recovered Materials as contained in the bid documents. Title VI Solicitation Notice. As a condition of a grant award, the City of Billings shall demonstrate that it complies with the provisions of Title VI of the Civil Rights Act of 1964 (42 U.S.C. §§ 2000d et seq) and implementing regulations (49 CFR part 21) including amendments thereto, the Airport and Airway Improvement Act of 1982 (49 U.S.C. § 47123), the Age Discrimination Act of 1975 (42 U.S.C. 6101 et seq.), Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. § 794 et seq.), the Americans with Disabilities Act of 1990 (42 U.S.C. § 12101, et seq.), U.S. Department of Transportation and Federal Aviation Administration (FAA) Assurances, and other relevant civil rights statutes, regulations, or authorities, including any amendments or updates thereto. This may include, as applicable, providing a current Title VI Program Plan to the FAA for approval, in the format and according to the timeline required by the FAA, and other information about the communities that will be benefited and impacted by the project. A completed FAA Title VI Pre-Grant Award Checklist is required for every grant application, unless excused by the FAA. The Sponsor shall affirmatively ensure that when carrying out any project supported by this grant that it complies with all federal nondiscrimination and civil rights laws based on race, color, national origin, sex, creed, age, disability, genetic information, in consideration for federal financial assistance. The Department’s and FAA’s Office of Civil Rights may provide resources and technical assistance to recipients to ensure full and sustainable compliance with Federal civil rights requirements. Failure to comply with civil rights requirements will be considered a violation of the agreement or contract and be subject to any enforcement action as authorized by law Davis Bacon and/or MT Prevailing Wages for 2026. The Contractor will be required to comply with the wage and labor requirements and to pay minimum wages in accordance with the schedule of wage rates established by the United States Department of Labor or Montana Department of Labor as referenced in the Contract. Federal Fair Labor Standards Act (FLSA). All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, et seq, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-time workers. The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor – Wage and Hour Division. Contractor Registration. Contractors and any subcontractors doing work on this project will require registration with the Montana Department of Labor and Industry. Forms for registration are available from the Department of Labor and Industry, P.O. Box 8011, 1805 Prospect Avenue, Helena, Montana 59604-8011. Information on registration can be obtained by calling 1-800-556-6694. Contractors are required to have been registered with the Department of Labor and Industry prior to bidding on this project. DBE Requirement. The requirements of 49 CFR Part 26 including any amendments thereto apply to this contract. It is the policy of the City of Billings – Billings Logan International Airport to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. Trade Restriction Certification. By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror – 1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR); 2) has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC § 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR § 30.17, no contract shall be awarded to an Offeror or subcontractor: 1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR; or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list; or 3) who incorporates in the public works project any product of a foreign country on such USTR list. Noth
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.