SLED Opportunity · FLORIDA · LEE COUNTY PORT AUTHORITY

    Aircraft Rescue and Fire Fighting (ARFF) Fluorine Free Foam Transition

    Issued by Lee County Port Authority
    countyRFBLee County Port AuthoritySol. 246545
    Closed
    STATUS
    Closed
    due Apr 21, 2026
    PUBLISHED
    Mar 20, 2026
    Posting date
    JURISDICTION
    Lee County
    county
    NAICS CODE
    488190
    AI-classified industry

    AI Summary

    Lee County Port Authority seeks bids for services to transition ARFF vehicles from aqueous film forming foam to synthetic fluorine free foam, including removal, cleaning, testing, and disposal at two airport stations. Mandatory pre-bid meeting and site visits are required.

    Opportunity details

    Solicitation No.
    246545
    Type / RFx
    RFB
    Status
    open
    Level
    county
    Published Date
    March 20, 2026
    Due Date
    April 21, 2026
    NAICS Code
    488190AI guide
    State
    Florida
    Agency
    Lee County Port Authority

    Description

    Lee County Port Authority (hereafter “Authority”) requests bids from interested parties qualified to provide the goods and/or perform the services described herein. The Authority reserves the right to extend the date and time the bids are due at the sole discretion of the Authority when deemed to be in the best interest of the Authority.

    The Authority is soliciting competitive bids from interested and qualified Bidder to provide services for transitioning Aircraft Rescue and Fire Fighting (ARFF) vehicles and equipment from aqueous film forming foam (AFFF) to synthetic fluorine free foam (SFFF). This will include removal of AFFF storage tanks and associated piping, draining and removal of AFFF from seven (7) ARFF vehicles, cleaning and rinsing of foam tanks and associated appurtenances, FAA-required output-based testing of ARFF vehicles with SFFF, and disposal of waste materials to include AFFF concentrate, rinsate from the vehicle cleaning and testing operations, and bulk items from the AFFF tanks and associated piping at both LCPA ARFF Stations: Station 91 at Page Field (FMY) and Station 92 at Southwest Florida International Airport (RSW).     .

    All services to be provided or performed must be in full accordance with the requirements of the RFB and any agreement entered into with the Authority.

    All questions and/or requests for clarifications for this project are to be submitted through OpenGov. Responses must be submitted in OpenGov, prior to the deadline for submission. Bidders are responsible for taking all necessary steps to ensure that their response is uploaded before the due date and time. The Authority is not responsible for technology and/or any other issues that cause the RFB submission deadline to be missed.

    Background

    All items and services to be provided or performed must be in full accordance with the requirements of the RFB and any agreement entered into with the Authority. LCPA intends to transition its ARFF vehicles and operations from AFFF to SFFF to be able to provide Part 139 Index ARFF operations to support LCPA in providing safe and efficient airport operations at Page Field and Southwest Florida International Airport. The successful Bidder will install SFFF in ARFF vehicles post transition and testing. The new SFFF to be used in the transition will be provided by LCPA. 

    The Authority’s intent in specifying the aforementioned brand name products is to state the standard of quality, performance, and characteristics that must be met in order to be deemed satisfactory by the Authority, in the Authority’s sole discretion. The Ecopol A3+ synthetic fluorine free foam is specified to ensure parity with mutual aid ARFF. This SFFF is officially certified by the Department of Defense as meeting military specifications and is listed on the Department of Defense “Defense Standardization Program Qualified Products List 32725.”

     

    Project Details

    • Reference ID: RFB 26-0052LB
    • Department: Aircraft Rescue
    • Department Head: Tracy Young (Chief)

    Important Dates

    • Questions Due: 2026-04-03T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-03-27T14:00:00.000Z — A MANDATORY PRE-BID MEETING has been scheduled for Friday, March 27, 2026 at 10:00 a.m., local time. This pre-bid meeting will be conducted in person at Lee County Port Authority’s Aircraft Rescue and Fire Fighting (ARFF) Station 92 Training Room located at 17211 Perimeter Road, Fort Myers, FL 33913. Immediately following the mandatory pre-bid meeting, there will be two (2) separate mandatory site visits to visit the Southwest Florida International Airport (RSW) and Page Field (FMY) ARFF facilities.

    Addenda

    • Addendum #1 (released 2026-04-10T15:14:20.315Z) —

      Addendum1 - dated 04/10/26

    Evaluation Criteria

    • Important Instructions for Electronic Submittals

      The Lee County Port Authority is accepting electronic bid submissions. Bidders shall create a FREE account with OpenGov Procurement by signing up at https://procurement.opengov.com/signup. Once you have completed account registration, browse back to this page, click on "Draft Response", and follow the instructions to submit the electronic bid.

    • Summary

      Lee County Port Authority (hereafter “Authority”) requests bids from interested parties qualified to provide the goods and/or perform the services described herein. The Authority reserves the right to extend the date and time the bids are due at the sole discretion of the Authority when deemed to be in the best interest of the Authority.

      The Authority is soliciting competitive bids from interested and qualified Bidder to provide services for transitioning Aircraft Rescue and Fire Fighting (ARFF) vehicles and equipment from aqueous film forming foam (AFFF) to synthetic fluorine free foam (SFFF). This will include removal of AFFF storage tanks and associated piping, draining and removal of AFFF from seven (7) ARFF vehicles, cleaning and rinsing of foam tanks and associated appurtenances, FAA-required output-based testing of ARFF vehicles with SFFF, and disposal of waste materials to include AFFF concentrate, rinsate from the vehicle cleaning and testing operations, and bulk items from the AFFF tanks and associated piping at both LCPA ARFF Stations: Station 91 at Page Field (FMY) and Station 92 at Southwest Florida International Airport (RSW).     .

      All services to be provided or performed must be in full accordance with the requirements of the RFB and any agreement entered into with the Authority.

      All questions and/or requests for clarifications for this project are to be submitted through OpenGov. Responses must be submitted in OpenGov, prior to the deadline for submission. Bidders are responsible for taking all necessary steps to ensure that their response is uploaded before the due date and time. The Authority is not responsible for technology and/or any other issues that cause the RFB submission deadline to be missed.

    • Scope of Work or Project Details

      Please see the Attachments section for specifications and attachments.

    • Timeline
      Release Project Date:March 20, 2026
      Pre-Proposal Meeting (Mandatory):March 27, 2026, 10:00am

      A MANDATORY PRE-BID MEETING has been scheduled for Friday, March 27, 2026 at 10:00 a.m., local time.
      This pre-bid meeting will be conducted in person at Lee County Port Authority’s Aircraft Rescue and Fire Fighting (ARFF) Station 92 Training Room located at 17211 Perimeter Road, Fort Myers, FL 33913.
      Immediately following the mandatory pre-bid meeting, there will be two (2) separate mandatory site visits to visit the Southwest Florida International Airport (RSW) and Page Field (FMY) ARFF facilities.

      Question Submission Deadline:April 3, 2026, 5:00pm
      Response Submission Deadline:April 21, 2026, 2:00pm

      Bids will be opened publicly. The bid opening may be viewed remotely through Google Meets by accessing the following link:
      meet.google.com/yqx-iwam-ce
      or dial: (US) 567-455-3424 PIN: 816 246 600#

    • Project Contact

      Larene Brubaker, NIGP-PPA

      Sr. Procurement Agent

      11000 Terminal Access Road, Suite 8671

      Fort Myers, FL 33913

      Email: lebrubaker@flylcpa.com

      Phone: (239) 590-4614

    • Procurement Contact

      Larene Brubaker, NIGP-PPA

      Sr. Procurement Agent

      11000 Terminal Access Road, Suite 8671

      Fort Myers, FL 33913

      Email: lebrubaker@flylcpa.com

      Phone: (239) 590-4614

    Submission Requirements

    • Separate Cost Proposal (required)

      Confirm that your fee proposal is not attached in your Proposal and is attached separately here.

    • I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this response on behalf of my company. (required)
    • Bidders must have a representative from their firm attend the Mandatory Pre-Bid Meeting and Bidders must have a representative from their firm attend both Mandatory Site Visits in order to have their bid response be accepted. Bidders that submit a response to this RFB that did not attend the Mandatory Pre-Bid Meeting and did not attend both Mandatory Site Visits will be disqualified. (required)

      Bidder has read and acknowledges.

    • PART B.01: MINIMUM QUALIFICATION (required)

      Please acknowledge Bidder has reviewed and acknowledged the MINIMUM QUALIFICATIONS as stated in Part B in the RFB.

    • PART B: SPECIAL INSTRUCTIONS AND REQUIREMENTS (required)

      Please acknowledge Bidder has reviewed and acknowledged the SPECIAL INSTRUCTIONS AND REQUIREMENTS as stated in Part B in the RFB.

    • PART C: SCOPE OF WORK (required)

      Please acknowledge Bidder has reviewed and acknowledged the SCOPE OF WORK as stated in Part C in the RFB and any additional attached files included with this RFB in OpenGov.

    • PART D: INSURANCE, INDEMNIFICATION AND BOND REQUIREMENTS (required)

      Please acknowledge Bidder has reviewed and acknowledged the INSURANCE, INDEMNIFICATION AND BOND REQUIREMENTS as stated in Part E in the RFB.

    • BID GUARANTY AND BOND REQUIREMENTS (required)

      Please acknowledge Bidder has reviewed and acknowledged the BID GUARANTY AND BOND REQUIREMENTS as stated in Part E in the RFB.

    • BID BOND (required)

      Please acknowledge Bidder has reviewed and acknowledged the BID BOND REQUIREMENTS as stated in Part E in the RFB to which the Bidder understands the Bidder is to upload a copy of the bid bond, certified check or cashier’s check as part of their bid submission AND then deliver the original, signed and sealed bid bond or check within five (5) calendar days from the bid submission due date.

    • RFB 26-0052LB FORM 1 - BIDDER’S CERTIFICATION (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0052LB FORM 2 - OFFICIAL BID FORM (FOR REFERENCE ONLY) (required)

      Bidder understands that Form 2, as provided within the RFB document, is for reference only. Bidders are to enter their official bid pricing in OpenGov.

    • RFB 26-0052LB FORM 3 - REFERENCE FORM - FIRM’S PROJECT EXPERIENCE (2-page form) (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0052LB FORM 4 - KEY PERSONNEL (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0052LB FORM 5 - KEY PERSONNEL PROJECT EXPERIENCE (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0052LB FORM 6 - LOBBYING AFFIDAVIT (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0052LB FORM 7 - PUBLIC ENTITY CRIMES CERTIFICATION (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0052LB FORM 8 - SCRUTINIZED COMPANIES CERTIFICATION (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0052LB FORM 9 - LOCAL PREFERENCE AFFIDAVIT (2-page form) (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0052LB FORM 10 - AFFIDAVIT OF COMPLIANCE (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0052LB FORM 11 - BID BOND (required)

      Please download the below documents, complete, and upload.

    • BID BOND - Copy of Bid Bond (required)

      Bidder is to upload a copy of the bid bond, certified check or cashier’s check as part of their bid submission.

    • VEHICLE FOAM TRANSITIONING PLAN (required)

      Bidders must be able to demonstrate the ability to safely and effectively transition ARFF vehicles from aqueous film forming foam (AFFF) to synthetic fluorine free foam (SFFF) through the inclusion of referenced projects where the Bidder transitioned ARFF vehicles for FAA Part 139 passenger airport ARFF organizations . 

      To demonstrate the ability to safely and effectively transition ARFF vehicles, Bidders must provide a detailed description of the process they have previously utilized for transitioning ARFF vehicles, managing the project schedule, managing the project waste materials and the organization of their team.

      Submittal Requirement: The Bidder shall submit a Transition Plan. 

    • Documentation of registration status or legal justification of statutory exemption (required)

      Bidders contracting in a corporate capacity must be registered with the Florida Department of State Division of Corporations as a Florida corporation or other Florida recognized and approved legal business entity in good standing and authorized to conduct business in the State of Florida. 

      F.S. § 607.1501. The Bidder must provide documentation of registration status or legal justification of statutory exemption; however, the Authority reserves the right to verify registration or exemption status.

      Submittal Requirement: Bidder must upload documentation of registration or legal jurisdiction of statutory exemption.

    • PROOF OF INSURANCE AND INSURANCE REQUIREMENTS

      Although not a requirement to include with your response, Bidders can upload a copy of COI or a statement from the Bidder’s insurance company verifying the Bidder’s ability to obtain the insurance coverage as stated herein, should be submitted with the bid.
      A certificate of insurance will be required prior to the start of any work.

    • How would you prefer to receive vendor pricing? (required)
    • Evaluation Committee? (required)

      Will there be an evaluation committee to review the proposals and score them based on weights and multiple criteria?

    • Procurement and/or Project Contact

      Select the information you would like display.

    Questions & Answers

    Q (Project Experience): Department of Defense (DoD) bases operate very similar to Part 139 Certified Airports. Can projects with DoD will be considered acceptable as required project references if the DoD project follows the same cleaning process identified in RFB 26-0052LB? DoD bases were accepted on the last solicitation for relevant experience. Can you advise prior to the mandatory site visit?

    A: No military or non-airport projects will be considered. Refer to RFB 26-0052LB, PART B: SPECIAL INSTRUCTIONS AND REQUIREMENTS and PART C: SCOPE OF WORK.


    Q (No subject):

    A: In reference to REQUEST FOR BIDS (RFB) 26-0052LB AIRCRAFT RESCUE AND FIRE FIGHTING (ARFF) FLUORINE FREE FOAM TRANSITION. We attended the first meeting for this in January when it was originally opened. Since we attended this, do we need to re attend the Mandatory Pre-Bid Meeting and site visits on Friday, March 27, 2026 for this newly opened bid process? Attendance at any previous pre-bid meetings does not remove any requirements stated in RFB 26-0052LB. Refer to PART B: SPECIAL INSTRUCTIONS AND REQUIREMENTS.


    Q (Technical Bulletins): Attachment A, Section 200-2.1 references OEM parts the manufacturer recommended replacing in issued technical bulletins - can you provide the technical bulletins? Specifically, the onboard foam tank fill pumps.

    A: To be answered by Addendum.


    Q (Surrogate Foam SDS): Can LCPA please provide the SDS of the surrogate foam?

    A: To be answered by Addendum.


    Q (Confirm Correct Attachment A): We noted the RFB project number on the title page of Attachment A does not match the other documents, can you confirm this is the correct Attachment A?

    A: To be answered by Addendum.


    Q (Piping Removal Requirements ): After removal of AFFF piping related to the tank demos, do the wall penetrations need to be sealed/repaired?

    A: To be answered by Addendum.


    Q (Cleaning and Rinsing Cycle Requirements): FF-200-1.3 Requires "A minimum of five (5) cleaning and rinsing cycles must be completed" and "heated water rinses." Please clarify if taking exception to these methods but committing to the qualitative specification of "inspection of rinsate that shall be free of foaming and bubbles from residual AFFF…" is acceptable or disqualifying.

    A: To be answered by Addendum.


    Q (Cleaning and Rinsing Cycle Requirements): FF-200-1.3: Please specify if "five (5) cleaning and rinsing cycles" means performing cleaning then rinsing 5 successive times, or if 5 cleaning cycles then 5 rinsing cycles is acceptable

    A: To be answered by Addendum.


    Q (Collection Basin Status Prior to Use): During the pre-bid meeting, it was noted the baffled collection tank at the foam test wall could be used as a collection basin for foam output test liquids. Please clarify if this basin will be drained/clean prior to potential use, whether any residual liquids would be included in the total volume estimate provided for output test waste management, and whether any costs from non-testing related contaminants that impact a waste profile or waste handling requirements would be the responsibility of the county or the bidder.

    A: To be answered by Addendum.


    Q (Result Standards): Are there result standards that need to be met? If so, what is the standard?

    A: To be answered by Addendum.


    Q (Analytical Requirements): Are there analytical testing requirements for the truck to be placed back in service?

    A: To be answered by Addendum.


    Q (Sampling): Are Pre and Post sampling required to show reduction? If so, what is the preferred Method? 1633?

    A: To be answered by Addendum.


    Q (Onsite Discharge): Would onsite discharge be an option for treated water with analytical provided?

    A: To be answered by Addendum.


    Q (Connection Sizes): What are the connection sizes on the truck?

    A: To be answered by Addendum.


    Q (Water Tank): Is the water tank part of the expected cleaning process?

    A: To be answered by Addendum.


    Q (Concentrate Quantity): What is the quantity of concentrate in each of the totes, above/below grade lines, reserve tanks, drums/barrels, and pails?

    A: To be answered by Addendum.


    Q (Badging): Badging requirements/site access or training: How long does it typically take to do required training and receive badges?

    A: To be answered by Addendum.


    Q (Prevailing Wage): Will this project require prevailing wage rates? If so, please provide the appropriate wage determination sheet.

    A: To be answered by Addendum.


    Q (Badging Requirements): Please provide a summary of the requirements needed badging / access to complete work at the airport or department (i.e. Background checks, testing requirements, driver requirements, etc.)

    A: To be answered by Addendum.


    Q (No subject): Please confirm whether the minimum qualification requirement for three (3) Part 139 ARFF AFFF-to-SFFF transition projects may be satisfied through a combination of prime contractor and key subcontractor experience, where the subcontractor will perform a direct and substantial role in the execution of the foam system cleaning and transition methodology.

    A: To be answered by Addendum.


    Q (No subject): The specification references the use of “heated organic solvents or other demonstrated cleaning technologies.” Please clarify the definition of “heated organic solvents” as intended in this context, and further clarify the criteria that will be used to evaluate acceptable “other demonstrated cleaning technologies,” including whether alternative or hybrid methodologies that do not rely solely on organic solvents, but achieve equivalent or improved removal of residual AFFF, are acceptable.

    A: To be answered by Addendum.


    Q (No subject): The specification requires visual inspection of rinsate for foam/bubbles on a per-cycle basis. Please clarify how this requirement is intended to be applied for cleaning processes that utilize continuous circulation or discharge under pump pressure, where rinsate is not generated as discrete batches and may be commingled within a shared collection system, and identify the intended observation point and method for determining compliance.

    A: To be answered by Addendum.


    Q (No subject): The specification references the use of heated water and/or cleaning solutions within a defined temperature range. Please clarify how this temperature requirement is intended to be applied, including the required point(s) of measurement, whether temperatures must be maintained continuously throughout each cleaning cycle, and whether the requirement applies to the entire system or specific components.

    A: To be answered by Addendum.


    Q (No subject): Please clarify the required method of post-transition system testing, including whether testing will be limited to output-based verification (e.g., refractometer testing), and whether the Owner will provide any necessary testing equipment. Additionally, please confirm whether input-based testing is required, and if so, whether manufacturer-specific test equipment (e.g., test carts) will be provided by the Owner or must be supplied by the Contractor.

    A: To be answered by Addendum.


    Q (No subject): Please clarify the intended sequencing of ARFF vehicle transitions, including whether multiple vehicles may be worked on concurrently. In the event that a vehicle does not pass post-transition testing and requires additional corrective actions, parts, or third-party support, please confirm whether the Contractor may proceed with other vehicles while resolution of the initial vehicle is pending, and whether such corrective actions are considered part of the Contractor’s base scope or will be addressed separately.

    A: To be answered by Addendum.


    Q (No subject): The specification requires that the Bidder demonstrate experience performing AFFF-to-SFFF transitions utilizing the same cleaning process. Please clarify how “same cleaning process” is defined for purposes of evaluating qualifications, including whether a consistent overall methodology consisting of multiple integrated cleaning and treatment steps—applied across different projects with variations based on site-specific conditions—would be considered compliant.

    A: To be answered by Addendum.


    Q (No subject): Please clarify whether the visual inspection requirement for rinsate being free of foam and bubbles applies specifically to cleaning and rinsing of the foam storage and discharge system, or whether it is intended to apply to all ancillary flushing and cleaning activities associated with the ARFF vehicle transition process.

    A: To be answered by Addendum.


    Q (No subject): The specification requires a minimum of five (5) cleaning and rinsing cycles per ARFF vehicle. Please clarify how a “cleaning and rinsing cycle” is defined, including whether a cycle must consist of a full-tank volume exchange through the entire system, or if a cycle may be achieved through controlled circulation and discharge through system components. Additionally, please confirm whether individual system components (e.g., foam tank, piping, water tank, and discharge lines) may be cleaned and rinsed independently as part of the overall process.

    A: To be answered by Addendum.


    Q (No subject): Since this is not a construction project, please clarify if the physical barricades are required, if so please clarify where barricading is necessary for this project.

    A: To be answered by Addendum.


    Q (No subject): Is the mezzanine crane at Station 92 available for use by the selected contractor?

    A: To be answered by Addendum.


    Q (No subject): Are there restrooms available for use by the selected contractor?

    A: To be answered by Addendum.


    Q (No subject): According to FAA part 139 24-11 – only the roof and bumper turrets be tested for output base test will LCPA require any other additional discharge tests?

    A: To be answered by Addendum.


    Q (No subject): Are all contracted personnel required to obtain airport badges, or may non-badged workers be escorted?

    A: To be answered by Addendum.


    Q (No subject): How many separate trips to the airport are required to complete the badging process for one individual?

    A: To be answered by Addendum.


    Q (No subject): What brand is the new SFFF (F3) and please provide and SDS.

    A: To be answered by Addendum.


    Q (No subject): Are rebound samples required as part of the scope?

    A: To be answered by Addendum.


    Q (No subject): May ARFF vehicle decontamination and dismantling of the foam distribution system be performed concurrently?

    A: To be answered by Addendum.


    Q (No subject): Since foam surrogate is non-toxic and bio-degradable, please clarify if it will be sprayed on the ground or will this need to be contained while proper calibration is being achieved prior to the actual F3 out-put test?

    A: To be answered by Addendum.


    Q (No subject): 101-1.5 Quantities: This states that approximately 18,600 gallons of testing liquids will be generated during one round of testing. Please clarify if each truck being transitioned constitutes one round? How many rounds are you anticipating?

    A: To be answered by Addendum.


    Q (No subject): Can the dedicated safety officer on site for the duration also be a part of the technical F3 transition crew?

    A: To be answered by Addendum.


    Q (No subject): Item 200-2.5-4 Waste Management and Disposal: You mention using the landfill in Emelle, AL. For other disposal, “what is the definition of approved equal”

    A: To be answered by Addendum.


    Q (Output Testing): In Section C.10, the RFP mentions that the surrogate foam for the ARFF output testing will be provided by LCPA. Based on our understanding of the Part 139 requirements, there are no approved surrogate foams that can be used for the output testing. Please clarify if the surrogate foam should be used for output testing, as the SFFF will likely be required to meet the Part 139 requirements.

    A: To be answered by Addendum.


    Q (Output Testing): Will an FAA Airport Certification Safety Inspector (ACSI) need to present to witness the Output Testing? Will LCPA handle the coordination with the FAA, or will that be the responsibility of the Bidder? If the ACSI is not going to be present on-site, will the Bidder be responsible for preparing any reports/documents for submittal to the ACSI, and what would you like those documents entail?

    A: To be answered by Addendum.


    Q (SFFF Filling): Following the flushing and cleaning of the ARFF vehicles, is it the responsibility of the Bidder to fill the new SFFF into the ARFF vehicles/systems? Typically, this task is completed by the Airport/Fire Department, as they are responsible for managing the fleet/system.

    A: To be answered by Addendum.


    Q (On Board Foam Tank Fill Pump Replacements): If technical bulletins are not available, please list the specific ARFF vehicle model numbers for which the onboard foam tank fill pumps need to be replaced.

    A: To be answered by Addendum.


    Key dates

    1. March 20, 2026Published
    2. April 21, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.