Anchorage (ANC) ATCT and TRACON - INDUSTRY DAY
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.
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.
View more for this contract3 more WD matches and 64 more rate previews.↓
Point of Contact
Agency & Office
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:
- Company Resources - Contractors must have financial capability, resources and ability to sustain a project of this scope and duration.
- 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.
- 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:
- 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.
- 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:
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.
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.