Skip to content
Department of Defense

Market Survey - Air Traffic Control Tower at Fort Campbell, KY

Solicitation: W912QR26ATCT
Notice ID: b26e47bf1dc94270ab7e14a9411ad63e
TypeSources SoughtNAICS 236220DepartmentDepartment of DefenseAgencyDept Of The ArmyStateKYPostedFeb 25, 2026, 12:00 AM UTCDueMar 12, 2026, 03:00 PM UTCCloses in 15 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: KY. Response deadline: Mar 12, 2026. Industry: NAICS 236220.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W912QR26ATCT. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.

12-month awarded value
$26,109,325,577
Sector total $33,350,364,963 • Share 78.3%
Live
Median
$814,486
P10–P90
$0$44,327,900
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
78.3%
share
Momentum (last 3 vs prior 3 buckets)
+74735%($26,039,640,201)
Deal sizing
$814,486 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for KY
Live POP
Place of performance
Fort Campbell, Kentucky • United States
State: KY
Contracting office
Louisville, KY • 40202-2230 USA

Point of Contact

Name
CHASE ROST
Email
chase.j.rost@usace.army.mil
Phone
Not available
Name
Jessica Moss
Email
jessica.k.moss@usace.army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION GREAT LAKES AND OHIO • ENDIST LOUISVILLE • W072 ENDIST LOUISVILLE
Contracting Office Address
Louisville, KY
40202-2230 USA

More in NAICS 236220

Description

Construction of the Air Traffic Control Tower at Fort Campbell, KY.

A market survey is being conducted to determine if there are a reasonable number of interested business concerns to determine any future set-asides for this project. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business, Service-Disabled Veteran Owned Small Business, or Large Business and you are interested in this project please respond appropriately.

The intent of this future solicitation will be to select one contractor for the design-bid-build construction of the Air Traffic Control Tower at Fort Campbell, KY.

Project Location: Fort Campbell, KY 37042

Project Description: Construct/Design a standard 170’ Flight Control Tower. The Primary Facility (Air Traffic/Flight Control Tower) includes spaces on the first floor and throughout the functional vertical shaft space for equipment maintenance, open and closed administrative offices, administrative support spaces, passenger elevator, a server room, storage, bathrooms with showers, locker rooms, training and conference rooms, a ready room, janitors’ closets, break room, control tower cab, Army Radar Approach Control functional space, mechanical, electrical and equipment rooms. Project includes special foundations, backup power generation and an uninterruptable power supply. Fire Life Safety (FLS) systems, Building Control Systems (BCS), and Electronic Security Systems (ESS) are included. Energy Monitoring and Control Systems (EMCS) connection will be provided if applicable. Access for individuals with disabilities will be provided up to the tenth floor. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided and costs are included in the building unit cost. Fort Campbell has designated this facility as a critical asset and requested additional antiterrorism measures over the minimum required by UFC 4-010-01 be included. The cost for the additional measures is included in the Building Antiterrorism Measures line item. Supporting facilities include paving, walks, parking, lighting, and site improvements. Comprehensive interior design and furnishings are required. Heating and air conditioning will be provided by a self-contained system. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy.

Contract duration is estimated at 950 calendar days. In accordance with FAR 36.204, the estimated cost range is more than $10,000,000. The NAICS code is 236220. All interested Businesses, including Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses, Service-Disabled Veteran Owned Small Business, and Large Business contractors should respond to this survey via the Microsoft Forms link NLT 12 March 2026 by 11:00 AM Eastern Time.

This project will be solicitated as a single-phase design-bid-build project.

Responses should include:

1. Identification and verification of the company’s small business status.

2. Contractor’s Unique Identifier Number and CAGE Code(s).

3. Documentation from the firm’s bonding company showing current single and aggregate performance and payment bond limits.

4. Descriptions of Experience – Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference.  References may be used to verify project size, scope, dollar value, percentages, and quality of performance. Example projects must be of similar size and scope.

a. Projects considered similar in scope to this project would include new construction projects of air traffic control towers. 

b. Projects considered similar in size to this project would include: new construction projects at least 100 feet in height.  

c. Based on the information above, for each project submitted, include:

1. Current percentage of construction complete and the date when it was or will be completed.

2. Scope of the project. 

3. Size of the project.

5. The dollar value of the construction contract and whether it was design-bid build, design-build or design-build to budget.

6. The percentage of work that was self-performed as project and/or construction management services or physical construction type work.

7. Identify the number of subcontractors by construction trade utilized for each project.

9. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm’s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished.

Submission Requirement: The only authorized transmission method of responses is via filling out the survey form. No other transmission method will be accepted. Please limit your capability statement to the space provided within the form. The Market Survey Form can be accessed at https://forms.osi.apps.mil/r/pVkqBpYSpd  or via the QR Code provided below:

This is NOT a Request for Proposal and does not constitute any commitment by the Government.  Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey.

NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought.

All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer – System for Award Management, which indicates “All payments by the Government under this contract shall be made by electronic funds transfer (EFT).” Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg.

Please begin the registration process immediately to avoid delay of the contract award should your firm be selected.

ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record.  The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. 

Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter.  However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.