Construct Air Traffic Control (ATC) Tower
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: Ft Riley, Kansas • 66442. Response deadline: Mar 10, 2026. Industry: NAICS 236220 • PSC Y1BA.
Market snapshot
Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 236220
Description
TITLE: CONSTRUCT AIR TRAFFIC CONTROL TOWER (ATC) FT RILEY, KANSASSolicitation Number: W921DQ26RA061The U.S. Army Corps of Engineers, Kansas City District intends to solicit and award a Design-Bid-Build (DBB) contract for the construction of a new Air Traffic Control (ATC) Tower and demolition of the existing tower on Ft Riley, KS. The Government proposes to issue a single firm fixed price type contract for this project. THIS SOURCES SOUGHT NOTICE IS FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY. THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT FROM RESPONSES TO THIS ANNOUNCEMENT, NOR DOES IT OBLIGATE THE GOVERNMENT TO PRODUCE A SOLICITATION IN THE FUTURE. ANY INFORMATION SUBMITTED BY INTERESTED PARTIES IS STRICTLY VOLUNTARY AND NO MONETARY COMPENSATION WILL BE PROVIDED FOR RESPONSE PREPARATION OR FOLLOW UP REQUESTS.The purpose of this notice is to identify qualified firms interested in and capable of performing a project of this magnitude. The Government will use this information to determine the level of competition and finalize the acquisition strategy.The scope of work for this Design-Bid-Build project is to construct a 10-story Air Traffic Control Tower consisting of control CAB, offices, conference room, breakroom, electrical and mechanical rooms, radar simulator room and associated utility and site work. The project includes, but is not limited to, construction of concrete foundation systems, steel framing, masonry walls, metal roof, fire detection and suppression systems, HVAC, electrical systems, telecommunication systems, backup electrical generation, elevator, utilities, sidewalks, access drive, grading and site improvements, and other required features of work. Demolition of the existing Air Traffic Control Tower and associated structures is also required. The project will be designed as permanent construction in accordance with DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and comply with applicable UFCs including UFC 1-200-02, High Performance and Sustainable Building Requirements and UFC 4-010-01, DoD Minimum Antiterrorism Standards for BuildingsACQUISITION STRATEGYThe Government anticipates a single, firm fixed price type contract for this project. The selection will use a single phase Request for Proposal (RFP) using Best Value that is determined to be the most beneficial to the Government.The magnitude of this project is between $25,000,000.00 and $100,000,000.00. The applicable North American Industrial Classification System (NAICS) for this procurement is 236220 - Commercial and Institutional Building Construction which has a $45M size standard.The Product Service Code is Y1BA - CONSTRUCTION OF AIR TRAFFIC CONTROL TOWERS.At this time, due to the perceived value of this project, the successful offeror may be required to submit a Project Labor Agreement (PLA) post award prior to Notice to proceed (NTP) in accordance with FAR 52.222-33, Alternate II.COVER LETTER:1. Offeror name, address, point of contact, phone number, and e-mail address.2. Firm Unique Entity Identifier.3. Offeror interest in providing a proposal if a solicitation is issued.4. Offeror capability to perform a contract of this magnitude and complexity.5. Offeror type of business and business size in accordance with the NAICS code 236220.6. If a Small Business, specify if your company is any of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Small Business concern; or (d) Woman-owned Small Business.SOURCES SOUGHT QUESTONS:1. Prior Experience: Submit a portfolio of at least three (3) relevant projects completed within the last ten (10) years that demonstrate experience with the following:- Design-Bid-Build construction of an ATC Tower or similar structure of 10 stories or more serving as the prime contractor.- Working on or near an active airfield and adhering to FAA and Army regulations.- Demolition of towers or similar structures.For each project submitted, provide the following details:- Project Title and Location- Client Name, Address, Point of Contact, and Phone Number- Contract Dollar Amount- Brief Description of the Technical Requirements- Description of the work performed (specify if self-performed or subcontracted; if subcontracted, identify the firm)- Period of Performance (start and end dates)2. Joint Venture: Provide details of any Joint Venture, including the name of the JV entity, its members, and a description of the roles and responsibilities of each member.3. Bonding Capability. Construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.Contractors may submit examples of work done by a subcontractor if that subcontractor intends to enter into a letter of commitment with the contractor.The response must be specific to the qualifications listed above to show that the respondent is qualified and possesses the necessary skills, experience, and capabilities. If a response does not clearly demonstrate that the respondent meets the qualifications, possesses the necessary skills, experience, and capability the response will not be considered as confirmed capability for the purposes of market research which will be used to support procurement planning initiatives.Please respond by March 10, 2026, at 11:00 a.m. local time, with response limited to nine (9 pages), including cover letter. Please send your response via email to:? To: Dale Coleman (dale.e.coleman@usace.army.mil)? CC: Stephanie Kretzer (Stephanie.R.Kretzer@usace.army.mil? CC: Jane Bramel (jane.e.bramel@usace.army.mil)
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.