SLED Opportunity · CALIFORNIA · ORANGE COUNTY - CALIFORNIA
AI Summary
Orange County's John Wayne Airport seeks qualified firms for airport planning and programming services via an RFQ. Services include infrastructure planning and capital improvements. Multiple awards possible. SOQs due by April 21, 2026.
As a regional service provider, the County of Orange (County), consisting of 25 departments (and its respective divisions) delivers a broad range of services to the citizens of Orange County. Services provided include public protection, public health, infrastructure maintenance, and community and social services. It is the primary responsibility of the County’s John Wayne Airport department to enrich the community through efficient delivery and maintenance of public works infrastructure, planning, capital improvement, and development services.
John Wayne Airport (JWA) on behalf of the County of Orange requires supplemental professional services to meet workload demands and project scheduling commitments in relation to Planning and Programming services for various projects. To supplement existing resources, County intends to issue “Airport Planning and Programming Services” for use by JWA on an "as-needed" basis.
The County reserves the right, at its sole discretion, to make multiple awards to respondents for services requested in this solicitation.
John Wayne Airport, owned and operated by the County of Orange, is the only commercial airport in Orange County, California. JWA is located approximately 35 miles south of Los Angeles, between the cities of Costa Mesa, Newport Beach, and Irvine. JWA serves a population of approximately three million people in 34 cities and the unincorporated areas of Orange County. JWA is one of five airports providing commercial air transportation services in the Southern California/Los Angeles basin.
Twelve commercial airlines provide commercial passenger service at JWA providing nonstop service to more than 40 destinations in the United States, Canada and Mexico. In 2024, JWA served approximately 11 million passengers. Two all-cargo carriers operate at JWA, carrying approximately 16,231 tons in 2024. The majority of flight operations are generated by privately owned and operated general aviation aircraft. Services offered to the general aviation community range from full-service Fixed Based Operators to specialized service providers.
John Wayne Airport intends to pre-qualify firms to provide Planning and Programming services for various projects. To satisfy this need, it is John Wayne Airport's intent that this RFQ process will enable the County to establish Qualified Vendor Lists (QVL) to provide those services. The QVL is typically renewed at least once every three to five years to give additional firms an opportunity to participate. The County reserves the right, at its sole discretion, to make multiple awards to respondents for services requested in this solicitation.
Section 5. Vendor Responses, Item 2.19 California Department of Justice, Office of Attorney General active registration has been updated to a fillable response field.
* NOTE: RESPONDENTS SUBMITTING EXCEPTIONS TO THE COUNTY MODEL CONTRACT LISTED IN ATTACHMENT A OF THIS RFQ, SHALL RECEIVE A SCORE OF “0” FOR THIS CRITERIA.
Some *required questions might not be applicable to your company. Do not leave any required fields blank. Please indicate "N/A" when necessary. A required field that is left blank will prohibit your response from being submitted.
*indicates that it is required.
All SOQs must be accompanied by a cover letter of introduction and executive summary of the SOQ. The cover letter must be signed by person(s) with authority to bind the Respondent. If the Respondent is a corporation, two (2) signatures are required: one (1) signature by the Chairman of the Board, the President or any Vice President; and one (1) signature by the Secretary, any Assistant Secretary, the Chief Financial Officer or any Assistant Treasurer. The signature of one person alone is sufficient to bind a corporation, as long as he or she holds corporate offices in each of the two categories described above. For County purposes, proof of such dual office holding will be satisfied by having the individual sign the instrument twice, each time indicating his or her office that qualifies under the above described provision. In the alternative, a single corporate signature is acceptable when accompanied by a corporate resolution demonstrating the legal authority of the signatory to bind the corporation. An unsigned or improperly signed SOQ submission is grounds for rejection of the SOQ and disqualification from further participation in this RFQ process. All SOQs shall include in this first section, the Cover Page of this RFQ and any subsequent addenda issued to this RFQ with appropriate signatures as required.
The County requires that all SOQs be valid for at least three hundred sixty-five (365) calendar days. Submissions not valid for at least three hundred sixty-five (365) days will be considered non-responsive. The Respondent shall state the length of time for which the submitted SOQ shall remain valid below:
Please state 365 calendar Days if your SOQ will be valid for that period of time. If your SOQ will be valid for a different period of time please list the appropriate number of calendar days.
The County assumes no responsibility for any understanding or representation made by any of its officers, employees or agents during or prior to the execution of any Contract resulting from this solicitation unless:
Such understanding or representations are expressly stated in the Contract; and
The Contract expressly provides that the County therefore assumes the responsibility.
Representations made but not expressly stated and for which liability is not expressly assumed by the County in the Contract shall be deemed only for the information of the Respondent.
Respondent certifies that such understanding has been considered in this response.
Respondent shall certify that it meets all minimum qualifications and requirements set forth above in this solicitation.
The Respondent shall certify its willingness and ability to provide the required insurance coverage and certificates as set forth in the Model Contract.
The Respondent shall certify its willingness and ability to provide the required W-9/W-8 Requirements as indicated herein.
Effective June 3, 2006, all Contractors, entering into a Contract with County, who are not already established in Countywide Accounting and Personnel System (CAPS) as an Auditor-Controller vendor, will be required to submit to County a federal Form W-9, or form W-8 for foreign vendors. County will inform Contractor, at the time of award, if the Form W-9 or W-8 will be required.
In order to comply with this County requirement, within ten (10) days of notification of selection of award of Contract but prior to official award of Contract, the selected Contractor agrees to furnish to Contract administrator, DPA, or the agency/department deputy purchasing agent the required W-9 or W-8.
You may upload the appropriate form here or comply within the ten (10) days as described above.
The Respondent must complete the following two certification statements. The Respondent must indicate its current status as it relates to tax delinquency and felony conviction by selecting the applicable response. The Respondent agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts.
Respondent must certify and select option 1 or 2 below:
Respondent certifies current/past financial, business or other relationship(s) with the County exist/existed as follows:
Disclose any financial, business or other relationship with the County, any other entity that the County Board of Supervisors governs, or any County Board member, officer or employee, which may have an impact, affect or influence on the outcome of the services you propose to provide. Provide a list of current clients, employees, principals or shareholders (including family members) who may have a financial interest in the outcome of services you propose to provide.
Disclose any financial, business or other relationship within the last three (3) years with any firm or member of any firm who may have a financial interest in the outcome of the work.
2. Respondent certifies that no relationships exist/existed as outlined in item 1 above.
A statement of compliance with all parts of this RFQ or a listing of exceptions and suggested changes must be submitted in response to this RFQ. Respondent must certify either Yes OR No:
Has your firm ever initiated discussions with competing consulting firms about the payment structure of an existing or potential future contract with the County of Orange?
The County of Orange may require that the Respondent, before awarding any subcontract, secure Non-Collusion Declarations from proposed Subcontractors. The County of Orange does not conduct business with Respondents who engage in the act of Collusion. A “Yes” answer may preclude you from moving forward in the RFQ Process.
If not, has your firm participated in any discussions with competing firms in an effort to influence the payment structure for existing or potential County contracts? Respondent must select one (1). A “Yes” answer may preclude you from moving forward in the RFQ Process.
Respondent must certify either Yes or No:
(Yes) Respondent certifies current/past litigation as follows:
Respondent shall provide detailed information regarding litigation (court and case number), liens, or claims involving Respondent, or any company that holds a controlling interest in Respondent, against County of Orange in the past seven (7) years.
Respondent must certify either Yes or No below:
(Yes) Respondent certifies past company name changes and/or ownership changes, for Respondent’s firm and any proposed subcontractor firm, as follows:
Respondent shall provide detailed information regarding any company name changes (including legal business names) in the past seven (7) years.
(No) Respondent certifies that Respondent or any proposed subcontractors have not had any company name change or ownership changes in the past seven (7) years.
The Levine Act compliance is a minimum submittal requirement of this solicitation. A Respondent’s failure to review the attachment “Campaign Contribution Disclosure Information” and provide a completed and signed copy of the attachment will render its SOQ submittal incomplete and nonresponsive.
Please complete and sign attachment “County of Orange Campaign Contribution Disclosure Form” attached hereto.
If subject to the Act, Respondent shall conform to all requirements of the Act. Failure to do so shall constitute a material breach and is grounds for immediate termination of the Contract by County. Respondent shall indemnify and hold harmless County for any and all claims for damages resulting from Respondent’s violation of this Section.
To participate as a SBE, the requirements in the SBE PREFERENCE must be met.
Contractor shall comply with County’s Safety and Loss Prevention Policy and Procedure #306 (“Contractor Safety Responsibilities”) and submit a copy of its Injury and Illness Prevention Program (IIPP) and Contractor Safety-Activity Checklist to the designated County Procurement staff as part of the solicitation and/or contract process. Contractor will notify County Project Manager of any revisions to the Safety-Activity Checklist and will provide a new Safety-Activity Checklist upon County request. The IIPP shall comply with California Code of Regulations, Title 8, Section 1509 or 3203 (whichever applies). Contractor shall submit other safety programs that pertain to the type of job that will be performed on site. County reserves the right to conduct inspections and audits as necessary for the purpose of evaluating any aspect of safety performance under this Contract.
Some *required questions might not be applicable to your company. Do not leave any required fields blank. Please indicate "N/A" when necessary. A required field that is left blank will prohibit your response from being submitted.
*indicates that it is required.
Please upload a printout from SAM.gov to confirm that your company currently has no active exclusions. The printout must be no greater than seven (7) calendar days prior to the due date of this bid.
Enter License Number
(If more than one, include all)
If incorporated, please provide the name, contact number, and email of the person who would provide this signature authority. The Executive Signer Authority comes from the President, Vice-President, or Chairperson of the Board.
If incorporated, please provide the name, contact number, and email of the person who would provide this signature authority. The Financial Signer Authority comes from the Secretary, Assistant Secretary, Chief Financial Officer, or Treasurer.
If not incorporated, please provide the name, contact number, and email of the person who has the binding and signature authority of this contract.
If applicable, the County requires a valid UEI number. If needed, your company may obtain one at no cost at https://sam.gov/entity-registration.
Please upload your active certificate from the California Secretary of State.
CA Sec. of State Verification Link = https://bizfileonline.sos.ca.gov/search/business
Please provide your company's DUNS number.
The County requires a valid D-U-N-S number prior to Contract Award. If needed, your company may obtain one at no cost at www.dnb.com. If you are unable to provide/obtain a D-U-N-S number, please indicate so in lieu of the number.
Please provide your active (registration status is current)
DOJ Verification Link - https://rct.doj.ca.gov/Verification/Web/Search.aspx?facility=Y
Enter License Number
Please include the following information in this response:
Please include the following information in this response:
Please include the following information in this response:
Please include the following information in your response:
To be eligible to respond to this solicitation, the Respondent must demonstrate sufficient capacity, resources, qualifications and experience to provide the professional services in their discipline, as required by the County. SOQ should meet the following minimum requirements and qualifications to proceed to the evaluation and scoring process. Any Respondent that fails to meet all of the minimum qualifications/requirements may be noted as “non-responsive” and their SOQ will not be evaluated. (If answer any question below is “No” or “N/A, please provide reason.
Professionals shall maintain all necessary certifications, licensing or registration required by the State of California to provide services in the State of California and/or be qualified in the specific field. (Note: Some roles/duties associated with Planning and Programming services may not require certifications, license and/or registration.) If No (or N/A), Select No.
Minimum of five (5) years of experience for discipline which Respondent is submitting a SOQ. If No, provide reason for submitting a SOQ with less than required minimum years of experience.
At a minimum, Respondent must provide a minimum of five (5) references to which it has provided services for each proposed discipline. If available, such references should be representatives of California jurisdictions to which the Respondent is currently providing, or has provided, services within the last five (5) years. Only one (1) reference may be used for projects completed for the awarding body of the County of Orange. In addition, it is encouraged that at least three (3) of the references are related to on-going and/or completed Airport related projects. References shall be provided in the format specified in Part 3. If No, provide reason for submitting a SOQ with less than required minimum of references.
Specific Minimum Requirements, if any, as listed in the Introduction and Instructions to Respondents section, "Evaluation Process and Criteria” paragraph. If No, provide reason.
Insurance Requirements, prior to entering into a contract with the County, Respondent must provide insurance requirements as required by the County. Affirm ability to provide appropriate insurance in adequate amounts as listed in the Model Contract, "Insurance” paragraphs. If No, provide reason.
Please download the below documents, complete, and upload.
30 single-sided pages maximum for this response section. No exceptions.
Page count is inclusive of resumes and Section 3.7. Additional Information. Page count does not include County provided forms, cover page, or dividers.
Note: SOQs that exceed the page limit noted above will be disqualified from further consideration.
Some *required questions might not be applicable to your company. Do not leave any required fields blank. Please indicate "N/A" when necessary. A required field that is left blank will prohibit your response from being submitted.
*indicates that it is required.
This section of the SOQ will establish the ability of Respondent to satisfactorily perform the required work by reasons of qualification and experience in performing services of a similar nature, demonstrated competence in the services to be provided, strength and stability of the team, staffing capability, work load, record of meeting schedules on similar projects, and supportive client reference. As part of its response to the following, Respondent should justify how the minimum qualifications/requirements of Scope of Services for particular Discipline have been satisfied.
This section of the SOQ should establish the qualifications of the proposed staff to provide the services noted in the Scope of Work.
Respondent shall use County form provided.
Note: The aggregate money value of the sub-contractors work for any A-E Contract with the County should not constitute more than forty-nine percent (49%) of the total work under the A-E Contract.
This section of the SOQ should demonstrate availability of experienced personnel/resources of the firm’s ability to perform both current and anticipated Services to the County.
This section should include such items as: statement of commitment of ability/availability to perform Services to the County, proposed methods of approaching/completing Services, identification/ acknowledgement of adequate staff, resource allocations, and other solutions by the Respondent to provide/accomplish Services to the County as described in the Scope of Work section.
Respondents submitting exceptions to the County Model Contract of this RFQ, will receive a score of “0” for these criteria.
Provide a minimum of five (5) references of clients to which respondent has provided services for the proposed discipline. If available, such references should be representatives of California jurisdictions to which the Respondent is currently providing, or has provided, services within the last five (5) years. Only one (1) reference may be used for projects completed for the County of Orange. In addition, it is encouraged that at least three (3) of the references are related to on-going and/or completed Airport related projects. Reference information should be provided as listed below. Do NOT provide reference letters at this time.
Any additional information Respondent would like to add related to contract service.
Confirmation that your team is including a 25% goal for certified SBE participation. This may be achieved through sub-consulting the work or through the prime being certified as a SBE. The 25% goal is achieved through overall contract participation and may vary on each task order. If participation is not achieved, Respondent shall submit Good Faith Effort (GFE) demonstrating attempt to achieve participation.
Please download the below documents, complete, and upload.
I have read the FEDERAL AVIATION ADMINISTRATION (FAA) REQUIREMENTS *
How do you want to receive pricing from vendors for this project?
Change the number of years as necessary, but use the same format as shown below.
Do you want vendors to submit a staffing plan for this project?
Q (CA Department of Justice, Office of Attorney General Active Registration): Is it required that every respondent be an active member of this organization? We note that in the portal, the only way to respond to this is to upload evidence of active registration, however, as our firm is not a registered charitable organization or fundraiser, we would like to respond with "N/A" but there is no location to do so.
A: Section 5. Vendor Responses, Item 2.19 California Department of Justice, Office of Attorney General active registration has been updated to a fillable response field, via Official Notice #1.
Q (Key Personnel / Proposed Staffing upload): For the “Key Personnel/ Proposed Staffing”, please confirm that this section should consist only of the completed “RFQ Staffing Plan” document that we downloaded (which does not count against the page limit as a County-provided form), and any resumes we choose to submit (which do count against the 30-page limit). Should these two be combined into one PDF, or do you prefer we upload them as two separate documents (e.g., Staffing Plan as a Word document, and resumes combined into a PDF)?
A: Please see section 3. Respondent's SOQ (PART 3), 3.2. Key Personnel/ Proposed Staffing, items A & B. There is no preference between a Word document or PDF file. There is no preference on uploading these documents as one file or two separate files.
Q (References): For the five references that we are providing, we are asked to include "Date of Project". Are you looking for the project start, or the project completion date?
A: Please list the project start date and the project completion date. An estimated completion date for ongoing projects can be indicated.
Q (Staffing Plan): Page 36 of the RFP indicates that County provided forms do not count toward the page limit. Please confirm if the Staffing Plan located in 5.3.2 B is considered a County provided form and whether or not it counts toward the overall page limit.
A: The document "RFQ Staffing Plan" is a County provided form and does not count towards the page limit.
Q (11 x 17 Sheets): Can 11 x 17 pages be included to show larger graphics (such as an organizational chart)? If so, will they count as 1 or 2 pages?
A: Per section 1.1.4. INSTRUCTIONS TO RESPONDENTS AND PROCEDURES FOR SUBMITTAL, item E. All pages must be submitted on standard 8.5 x 11-inch paper. Please keep in mind responses are reviewed and scored electronically, submitting on a non-standard page size may affect visibility.
Q (SBE and DBE certifications): Will the County of Orange accept a current DBE certificate, currently under review by the State, to indicate a firm is an SBE for purposes of this response?
A: Per Section 1.1.1. Introduction, if a firm wishes to participate as a SBE on a JWA project and has not been certified as a DBE or verified as a SBE by one of the certifying agencies of the California Unified Certification Program (CUCP) within the preceding 12 months, that firm may apply for verification as a SBE by filing an SBE Verification Form and submitting the form along with all required attachments at the time of bid.
Q (Future Design Work): If our firm is selected for this contract, will we be precluded from taking part in future design work related to planning efforts?
A: Depending on the circumstances, if a conflict of interest should arise as it relates to these Services, there is a possibility that your firm may be precluded from future work.
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
AI-powered intelligence for the right opportunities, the right leads, and the right time.