Federal Bid

Last Updated on 30 Apr 2024 at 3 PM
Sources Sought
Anchorage Alaska

Market Survey - Anchorage Airport Traffic Control Tower (ANC ATCT) and Anchorage Terminal Radar Approach Control/Base Building (A11 TRACON)

Solicitation ID 697DCK-24-R-00166
Posted Date 30 Apr 2024 at 3 PM
Archive Date 25 May 2024 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office 697dck Regional Acquisitions Svcs
Agency Department Of Transportation
Location Anchorage Alaska United states

The Federal Aviation Administration (FAA), has a requirement to replace the Anchorage Airport [I(1] Traffic Control Tower (ANC ATCT) and Anchorage Terminal Radar Approach Control/Base Building (A11 TRACON). The project site is located at Ted Stevens Anchorage International Airport in Anchorage, Alaska, on the corner of DeHavilland Avenue and Postmark Drive.

The project consists of an approximately 318-foot AGL (Top of Tower) cast-in-place, post-tensioned concrete ATCT with an approximately 40,000 SF two-story, steel framed base building and TRACON. The total gross area between the two structures is approximately 70,000 SF. Work will include site work, construction of the ATCT and TRACON/base building, parking lot, perimeter fence, and a new Fiber Optic Transmission System (FOTS) crossing multiple taxiways on the Air Operations Area. The ATCT shaft and base building will be clad with a non-combustible, aluminum plate pressure-equalized rainscreen system. The seismic design of the ATCT utilizes a performance-based design methodology to ensure adequate performance of the structure. See the attached drawings for additional information.

This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1. This survey will support market research obtained from multiple sources and will be utilized for planning purposes only

This is not a Screening Information Request or Request for Proposals of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to the Market Survey; and any costs associated with the market survey submittal are solely at the interested vendor’s expense.

The nature of the competition has not been determined. The FAA may decide to do a full and open competition or a set-aside for small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. The purpose of this market survey is to identify capable contractors and to understand the current marketplace in terms of small businesses, and ALL other business types and sizes.

All interested vendors are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry in response to this Market Survey/Request for Information. Therefore, any costs associated with firm's Market Survey/Request for Information submissions will be solely at the interested firm's expense.

NAICS CODE# - 236220

RESPONSE TO THIS MARKET SURVEY

Provide your company’s capability statement to include the follwing:

  1.  Provide a brief description of your company's expertise and qualifications for performing similar efforts to construct ATCTs at 200 FT height AGL or above or high rise commercial buildings under a 36 month time constraint. Address whether the effort(s) were part of a teaming arrangement and provide the name of the teammate.
  2. List experience on projects similar to constructing ATCTs.
    • Include title and location of project, contract value, brief description of type and extent of work provided for each project, High Performance and Sustainable Buildings or equivalent if applicable, and performance period
  3. Experience as a prime contractor that are similar in size, scope, complexity and geographic area to this effort.
  4. Indicate if you would be interested in forming a Joint Venture to perform this work.
  5. Point of Contact name, e-mail address and telephone number.
  6. Number of years in business.
  7. Bonding Capacity
  8. Systems for Award Management (SAM), including UEI and CAGE Code information.

Provide responses to the followng quesitons: 

  1. What is the likelihood of your company’s participation in bidding? Would an award fee plan increase the likelihood of your company’s participation in bidding?
  2. Considering the geographical location of work, what is a reasonable date to receive Notice to Proceed by to start construction activity on site? What is a reasonable duration to complete General Conditions work within before starting construction activity on site (I.e. submission of submittals, safety plans, etc.)
  3. What significant challenges do you foresee being on this project based on the information provided?
  4. What impacts on project completion times, if any, is your company experiencing? What impact, if any, is your company experiencing with respect to upcoming or expected projects?
  5. Do you have relationships with existing large or small subcontractors local to Alaska? If you do not have current relationships, how difficult would they be to establish?
  6. What Phase I and Phase II Evaluation Factors, respectively, are most important to your team? Do you find it reasonable to weigh each factor equally? Provide a reason why or why not.
  7. If 3.6.2-42 Notice of Requirement for Project Labor Agreement and 3.6.2-43 Project Labor Agreement are included in the Screen Information Request (SIR) for this requirement, how do you anticipate the PLA to affect pricing and competition?
  8. If a clause 3.6.4-3 Buy American Act - Construction Materials (Alternate I) is included in the Screen Information Request (SIR) for this requirement, how you anticipate this the clause to affect pricing and competition?
  9. Does your company have any other feedback regarding Section M of the draft solicitation? Are there any particular requirements, constraints, or barriers that would keep your company from bidding?

Bid Protests Not Available

Similar Opportunities

Mechanicsburg Pennsylvania 15 Nov 2024 at 8 PM
Mechanicsburg Pennsylvania 15 Nov 2024 at 8 PM
Norfolk Virginia 23 Apr 2025 at 4 AM (estimated)