Skip to content
Department of Transportation

Anchorage (ANC) ATCT and TRACON - INDUSTRY DAY

Solicitation: 697DCK-26-R-00228
Notice ID: b315160911604c529743f1b2e3ffb308

Sources Sought from FEDERAL AVIATION ADMINISTRATION • TRANSPORTATION, DEPARTMENT OF. Place of performance: AK. Response deadline: Apr 17, 2026. Industry: NAICS 236220 • PSC Y1BA.

Market snapshot

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

12-month awarded value
$29,063,180,871
Sector total $37,277,024,776 • Share 78.0%
Live
Median
$10,552,532
P10–P90
$175,474$46,209,800
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
78.0%
share
Momentum (last 3 vs prior 3 buckets)
-91%(-$24,222,718,525)
Deal sizing
$10,552,532 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 AK
Live POP
Place of performance
Anchorage, Alaska • United States
State: AK
Contracting office
Fort Worth, TX • 76177 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
AK20260001 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Alaska • Anchorage, Bethel, Bristol Bay +16
Rate
Asbestos Workers/Insulator (includes application of all insulating materials protective coverings, coatings and finishings to all types of mechanical systems)
Base $41.35Fringe $16.46
Rate
TERIAL HANDLER (includes preparation, wetting, stripping, removal scrapping, vacuming, bagging, and disposing of all insulation materials, whether they contain asbestos or not, from mechanical systems)
Base $37.38Fringe $19.55
+64 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 64 more rate previews.
Davis-BaconBest fitstate match
AK20260001 (Rev 0)
Open WD
Published Jan 02, 2026Alaska • Anchorage, Bethel, Bristol Bay +16
Rate
Asbestos Workers/Insulator (includes application of all insulating materials protective coverings, coatings and finishings to all types of mechanical systems)
Base $41.35Fringe $16.46
Rate
TERIAL HANDLER (includes preparation, wetting, stripping, removal scrapping, vacuming, bagging, and disposing of all insulation materials, whether they contain asbestos or not, from mechanical systems)
Base $37.38Fringe $19.55
Rate
BOILERMAKER
Base $58.33Fringe $28.79
+63 more occupation rates in this WD
Davis-Baconstate match
AK20260006 (Rev 0)
Open WD
Published Jan 16, 2026Alaska • Anchorage, Bethel, Bristol Bay +16
Rate
CARPENTER North of 63 Latitude
Base $50.79Fringe $26.32
Rate
South of N63 Latitude
Base $50.79Fringe $26.86
Rate
CEMENT MASON/CONCRETE FINISHER
Base $49.28Fringe $22.28
+35 more occupation rates in this WD
Davis-Baconstate match
AK20260005 (Rev 0)
Open WD
Published Jan 02, 2026Alaska • Bethel, Bristol Bay, Dillingham +9
Rate
POWER EQUIPMENT OPERATOR GROUP 1
Base $53.23Fringe $29.50
Rate
GROUP 1A
Base $55.33Fringe $29.50
Rate
GROUP 2
Base $52.32Fringe $29.50
+31 more occupation rates in this WD
Davis-Baconstate match
AK20260004 (Rev 0)
Open WD
Published Jan 02, 2026Alaska • Anchorage
Rate
CARPENTER (excluding drywall hanging and batt and blown insulation)
Base $15.85Fringe $0.00
Rate
including cement finishing)
Base $21.30Fringe $0.00
Rate
ELECTRICIAN
Base $22.99Fringe $0.00
+7 more occupation rates in this WD

Point of Contact

Name
Katherine Fogle
Email
katherine.fogle@faa.gov
Phone
Not available

Agency & Office

Department
TRANSPORTATION, DEPARTMENT OF
Agency
FEDERAL AVIATION ADMINISTRATION
Subagency
697DCK REGIONAL ACQUISITIONS SVCS
Office
Not available
Contracting Office Address
Fort Worth, TX
76177 USA

More in NAICS 236220

Description

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.  The requirement is Design-Build (DB).  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 252-foot Above Ground Level (AGL)  ATCT with a multi-story steel framed base building and TRACON between 30,000-50,000 sf. Work will include design and construction of the ATCT and TRACON/base building, site work, parking lot, perimeter fence, and a new Fiber Optic Transmission System (FOTS) crossing multiple taxiways on the Air Operations Area.

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 April 20, 2026. Interested GC’s shall email Susan.Newcomb@faa.gov and Katherine.Fogle@faa.gov with two proposed days and times for the meeting.

Minimum Requirements: Interested General Contractors will be required to meet the minimum requirements below:

  1. Company Resources -   Contractors must have financial capability, resources and ability to sustain a project of this scope and duration.
  2. Past Performance: Contractors must  have Past Performances as the prime that are similar in size, scope, and complexity with a value of $120 million or greater for 24/7 facilities such as hospitals, airports, data centers etc., or large complex build (example: stadiums) and tall slender buildings in  the seismic design category D or higher as defined in International Building Code (IBC) – 2018.
  3. Key Personnel – Contractors must 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:

  1. Contract Type: The FAA intends to use a Design-Build (DB) 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.
  2. Challenges: What challenges do you foresee associated with a project of this complexity and location.   
  3. Negotiated schedule – How do you see negotiation working and how should we evaluate the schedule?
  4. Interest: What is the level of interest of your company in this project?
  5. Subcontracting:

          a.  What issues do you perceive about sub-contracting for this project (if any)? 

           b. What issues do you perceive about small business goals (if any)?

           c. How can the FAA assist in ensuring a robust small business, sub-contracting base?

This announcement is not a Screening Information Request (SIR) or a Request for Proposal (RFP). The Federal Aviation Administration (FAA) is not seeking or accepting unsolicited proposals. The responses to this market survey are intended solely for informational purposes. However, the FAA reserves the right to use the information gathered from this market survey to issue a Request for Offer (RFO) in support of the Brand-New Airport Traffic Control initiative. This announcement should not be interpreted as a commitment or promise by the Government to enter a contract. The Government is not responsible for any costs incurred in the preparation or submission of inquiries or responses to this announcement and will not reimburse any firm for these expenses. Responses will not be returned

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

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

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.