Similar Projects
Airport Terminal Admin Building Project - City of Pittsfield
New Construction, Infrastructure
Conception
$14,000,000 CJ est. value
Pittsfield, MA 01201

Terminal A Pre Check Checkpoint - Phase 2 - General Bid
Renovation
Bidding
$1,800,000 CJ est. value
Boston, MA 02128

5th Jet Fuel Tank Logan International Airport - Sub
Renovation
Results
$309,000 CJ est. value
Boston, MA 02203

5th Jet Fuel Tank at Logan International Airport - GC
Infrastructure
Results
$309,000 CJ est. value
Boston, MA 02128

FY22 Airport Operations Modifications and T Hanger Project - Filed Sub-Bids
Renovation
Results
$4,800,000 est. value
Barnstable, MA

Terminal Space Optimization Project
New Construction
Results
Nantucket, MA

Owners Projects Manager (OPM) for Crew Quarters Project
New Construction
Results
Nantucket, MA 02554

Replacement of Backflow Preventer
Alteration
Results
$10,000 est. value
Nantucket, MA 02554

RFP Developer - Boston Logan International Airport Terminal E Lounge (New)
Build-out
Post-Bid
$3,000,000 CJ est. value
Boston, MA 02128

Symphony Station Accessibility Improvements
Post-Bid
$20,000,000 est. value
Boston, MA

RFP Developer - Boston Logan International Airport Terminal E Lounge (New)
Build-out
Post-Bid
$3,000,000 CJ est. value
Boston, MA 02128

Last Updated 12/13/2022 06:35 AM
Project Title

Air Traffic Control Tower (ATCT) Modernization

Physical Address View project details and contacts
City, State (County) Boston, MA 02203   (Suffolk County)
Category(s) Transportation
Sub-Category(s) Airline/Passenger Terminal
Contracting Method Competitive Bids
Project Status Construction start expected March 2023 , Construction documents
Bids Due View project details and contacts
Estimated Value $3,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Market Survey 697DCK-23-R-00091 Air Traffic Control Tower (ATCT) Modernization Boston Logan International Airport (BOS) The following contract opportunity record has been posted on the FAA Contract Opportunities website at www.SAM.gov. No attachments are forwarded with this message. To view the full announcement, please visit the website. Title: BOS ATCT Modernization Contact: Contracting Officer- Sam Culberth Organization: AAQ-550 E-Mail: sam.g.culberth@faa.gov In accordance with Federal Aviation Administration Acquisition Management System (AMS) Policy 3.2.1.2.1 - this announcement is to conduct a Market Survey for the purpose of soliciting statements of interest and capabilities from interested vendors along with soliciting comments from industry for the attached draft Statement of Work (SOW). REQUIREMENT: The FAA has a requirement for modernization of the Air Traffic Control Tower located in Boston Logan International Airport in Boston, Massachusetts. For further details, see attached draft SOW for the specifications of this project. PURPOSE: The FAA is conducting this market survey to seek potential sources capable of meeting technical and delivery requirements, determining if there is sufficient competition to execute a full and open competitive strategy along with soliciting comments, suggestions or questions from industry. Any contractor that believes it can provide these services is invited to submit a capability statement (in contractor format) addressing its abilities to meet all of the requirements above and described in the attached draft SOW. At a minimum, please be sure your capability statement address the areas of concerns identified below in the "Capability Statement" section. This is anticipated to be a Firm-Fixed Price contract type. Performance must be completed within 180 calendar days from the issuance date of the Notice to Proceed. The North American Industry Classification System (NAICS) code for this requirement is 238210 - Electrical Contractors and other Wiring installation Contractors and the size standard for the NAICS code is $16.5M. Disclosure of the Size of Construction Projects. The project size for this requirement is estimated to be between $1,000,000 and $3,000,000.00. All responses (one per company) are to be provided on a company letterhead and limited to a total of three (3) pages. No type font less than 11 point may be used. CAPABILITY STATEMENT: 2 All responders must provide a Capability Statement that addresses each of the following capabilities that are of concern to the FAA. These topics are to be addressed in the order presented below. a. Provide a brief description of your company's expertise and qualifications for performing the construction project. Address whether the effort(s) were part of a teaming arrangement and provide the name of the teammate. b. List experience similar to the construction project. c. List any experience as a prime contractor administering Government contracts that are similar in size, scope, complexity and geographic area to this effort. d. Number of years in business. e. Size standard information (ie, Large Business or Small Business, if Small, what type 8(a), SDVOSB, HubZone, etc.) f. Systems for Award Management (SAM), including DUNS and CAGE Code information. SUBMISSION FORMAT: Format: Electronic Quantity: 1 set Address: See email addresses below NOTES: Electronic submission is preferred. Submissions must not exceed 3 pages in length for the Capability Statement. The electronic submission should be in either Microsoft WORD format or portable document format (PDF). Please note that the FAA e-mail server restricts file size to 10MB per email message, therefore, responses may have to be submitted in more than one e-mail in order to be received. This market survey is for informational purposes only and shall not be construed as a commitment or a promise to contract by the Government. All Submissions must be received by 1600 Eastern Time on January 12, 2023. For capability statement submissions, questions, requests for additional information, etc. regarding this market survey, send an email to Mr. Sam Culberth, Contracting Officer, e-mail: sam.g.culberth@faa.gov. Your submission must include company Point(s) of Contact, telephone number(s), FAX number(s), E-mail address(es) (if available), and mailing address. This announcement is not intended to guarantee procurement of the services, and shall not be construed as a commitment by the Government to enter into a contract. The Government is not liable for costs associated with the preparation, submittal of inquiries or responses for this announcement and will not reimburse any firm for costs incurred in responding to this public announcement. Responses will not be returned. Since this is a sources sought (market survey) announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists at this time. If a solicitation is issued, it will be announced on the FAA's Contract Opportunities web page via SAM.gov. It is the Offeror's responsibility to monitor this site for the release of the solicitation. List of Attachments: 1. Draft SOW- BOS Modernization The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Coiling Doors and Grilles, Entrances and Storefronts, Windows, Special Function Windows, Security Windows, Access Control Hardware, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Ceilings, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Directories, Signage, Telephone Specialties, Compartments and Cubicles, Toilet Compartments, Emergency Aid Specialties, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Lockers, Storage Assemblies, Protective Covers, Flagpoles, Pest Control Devices, Flags and Banners, Security Mirrors and Domes.
Division 11 - Equipment, Loading Dock Equipment, Loading Dock Bumpers, Stationary Loading Dock Equipment, Portable Dock Equipment, Loading Dock Lights, Foodservice Equipment, Foodservice Storage Equipment, Food Preparation Equipment, Food Cooking Equipment, Food Dispensing Equipment, Ice Machines, Cleaning and Disposal Equipment.
Division 12 - Furnishings, Art, Casework, Seating.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Instrumentation and Control for Fire-Suppression Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Packaged Generator Assemblies, Engine Generators, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting, Lighting Poles and Standards, Parking Lighting, Site Lighting, Walkway Lighting, Flood Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems.
Division 28 - Electronic Safety and Security.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Speed Bumps, Pavement Markings, Tactile Warning Surfacing, Fences and Gates.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.
Division 41 - Material Processing and Handling Equipment, Conveyors.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents