Skip to main content

An official website of the United States government

You have 2 new alerts

Air Traffic Control Tower, U.S. Army Kwajalein Atoll (USAKA), Republic of the Marshall Islands

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: May 02, 2022 04:19 pm EDT
  • Original Published Date: Nov 15, 2021 08:53 pm EST
  • Updated Response Date:
  • Original Response Date:
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 30, 2022
  • Original Inactive Date: Mar 01, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1BA - CONSTRUCTION OF AIR TRAFFIC CONTROL TOWERS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    MHL

Description

*UPDATE: Solicitation plans and specifications will be made available for viewing and/or downloading on the SAM website located at https://sam.gov/ mid-late May 2022. It is the Offeror's responsibility to check for any posted changes to the solicitation.*

This announcement constitutes a Pre-Solicitation notice (synopsis) in accordance with FAR Subpart 5.2.  The U.S. Army Corps of Engineers, Honolulu District hereby announces its intent to issue a solicitation entitled, “FY20 Kwajalein Air Traffic Control, U.S. Army Kwajalein Atoll (USAKA), Republic of the Marshall Islands” as described within this announcement.

This project is a Design-Bid-Build solicitation, utilizing Best Value Trade-Off procedures prescribed at FAR Part 15.  The Government intends to issue a formal solicitation via a Request for Proposal (RFP) in accordance with FAR Part 15, which will take place no sooner than 15 days from the publication of this announcement.  

Solicitation plans and specifications will be made available for viewing and/or downloading on the BetaSAM website located at https://beta.sam.gov/ on or about November 30, 2021. It is the Offeror's responsibility to check for any posted changes to the solicitation.

The North American Industry Classification Code (NAICS) for this requirement is 236220 (Air Traffic Control Construction), with a size standard of $39,500,000.  The Government intends to award a firm-fixed price construction contract as a result of this solicitation.  

Project Description: This Design-Bid-Build requirement includes, but is not limited to: Construct New Inter-Atoll Air Traffic Control Tower and Terminal Facility; Construct Site Work Improvements and Utilities for Air Traffic Control Tower and Inter-Atoll Terminal; Elevator System for Air Traffic Control Tower; Air-Cooled Chiller for Air Traffic Control Tower; Generator for Air Traffic Control Tower and Terminal; and options for International Terminal - Arrivals and Departures, Pedestrian Canopy System, Existing Storm Line Flush and Clean to Ocean, Procurement and Installation of Furniture, Fixtures, & Equipment (CID) for the New Air Traffic Control Tower and Inter-Atoll Terminal Facility, and Procurement and Installation of Furniture, Fixtures, & Equipment for the Terminal – International Arrivals and Departures.

Project includes electronic security system (ESS) installation, intrusion detection system (IDS) and energy monitoring control system (EMCS) connection, and closed circuit television installation. Cyber security measures, Sustainability and energy enhancement measures, Antiterrorism measures and Building information systems are included. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping, and signage. Air conditioning will be provided via self-contained system. Measures in accordance with the Department of Defense (DoD) Antiterrorism for Buildings will be provided. Comprehensive building and furnishings related interior design services are required.

This acquisition is proceeding as unrestricted.

Estimated magnitude of the construction project is between $25,000,000 and $100,000,000.

A pre-proposal site visit is still TBD due to current Republic of the Marshall Islands COVID-19 travel restrictions/quarantine requirements.  

It is the Offerors’ responsibility to check for any posted changes to the solicitation.  Solicitation documents will not be issued on compact disc (CD) unless the Government determines that it is necessary.  Offerors must have and/or maintain an active registration with the System for Award Management (SAM) website to be eligible for a Government contract award.  To register in SAM, go to https://www.sam.gov.  

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION ZH BLDG 230 ATTN CEPOH CT
  • FORT SHAFTER , HI 96858-5440
  • USA

Primary Point of Contact

Secondary Point of Contact

History