SLED Opportunity · KENTUCKY · CINCINNATI NORTHERN KENTUCKY INTERNATIONAL AIRPORT

    Airport Security Access and IDMS Replacement Consultant

    Issued by Cincinnati Northern Kentucky International Airport
    localRFICincinnati Northern Kentucky International AirportSol. 238108
    Closed
    STATUS
    Closed
    due Apr 9, 2026
    PUBLISHED
    Feb 26, 2026
    Posting date
    JURISDICTION
    Cincinnati Northern
    local
    NAICS CODE
    541330
    AI-classified industry

    AI Summary

    Kenton County Airport Board seeks a consultant for Airport Security Access and IDMS Replacement. Key dates include a pre-proposal meeting on March 5, 2026, and proposal deadline April 9, 2026. Proposals must be submitted on time; no late submissions accepted without extension.

    Opportunity details

    Solicitation No.
    238108
    Type / RFx
    RFI
    Status
    open
    Level
    local
    Published Date
    February 26, 2026
    Due Date
    April 9, 2026
    NAICS Code
    541330AI guide
    Agency
    Cincinnati Northern Kentucky International Airport

    Description

    The Kenton County Airport Board (“KCAB”) will receive proposals for Airport Security Access and IDMS Replacement Consultant. A pre-proposal meeting will be held on Thursday, March 5, 2026 at 1:00 pm at CVG Centre, Admin Offices, 77 Comair Blvd., Erlanger, KY 41018 and Microsoft Teams. Questions are due at 11:59 pm on Thursday, March 26, 2026 and answers will be posted no later than Monday, March 30, 2026 at 11:59 pm. Proposals must be received by Thursday, April 9, 2026 at 2:00 pm. No proposals will be accepted after that time unless such date or time is extended pursuant to an addendum issued by KCAB.

    Background

    KCAB is issuing this Request for Qualifications (RFQ) to select a consultant to develop a comprehensive Request for Proposal (RFP) for Design Build contractors to replace the airport’s aging Security Access Control System and Identity Management System (IDMS). The current access control system is Matrix, installed in 1994, spans forty-two buildings across the 7,500 acres campus, and supports more than six hundred secure access points. No IDMS currently exists and the ID Department manages over 15,000 badges. These legacy platforms have exceeded their useful service life and no longer meet modern performance, integration, or flexibility expected in today’s aviation security environment. To advance this initiative, KCAB is issuing this RFQ to select a highly qualified Consultant for a Design Build RFP development. The firm selected will be responsible for developing a comprehensive, technically sound, and procurement ready RFP to solicit Design Build contractors. This RFP will define the functional, technical, regulatory, and operational requirements needed to guide the replacement of the airport’s access control and implement an IDMS system. This project is a secondary phase of the prior Security Access Controls Upgrades OR Replacement Project bid solicitation (25-021-ITB) which had been posted in 2025, and all bids were rejected.

    Project Details

    • Reference ID: 26-010-RFQ
    • Department: Planning & Development
    • Department Head: Bill Siemer (Vice President)

    Important Dates

    • Questions Due: 2026-03-27T03:59:00.000Z
    • Answers Posted By: 2026-03-31T03:59:00.000Z
    • Pre-Proposal Meeting: 2026-03-05T18:00:00.000Z — CVG Centre, Admin Offices, 77 Comair Blvd., Erlanger, KY 41018 and Microsoft Teams

    Addenda

    • Official Notice #1: Pre-Submittal Meeting (released 2026-03-04T14:08:51.408Z) —

      The Pre-Submittal Meeting Agenda with the Microsoft Teams link has been uploaded to Attachments.

    • Official Notice #2: Pre-Submittal Meeting (released 2026-03-06T00:34:01.893Z) —

      The Pre-Submittal Meeting Sign-In/Attendance Sheets have been uploaded to Attachments.

    Evaluation Criteria

    • Firm's Experience (30 pts)

      Firms must demonstrate airport specific experience implementing security access control system replacement and Identity Management System (IDMS) projects. Submissions must include relevant projects completed within the last eight (8) years, for airports with a minimum of six hundred access points and processing at least 10,000 bags daily. For each project, provide specific experience.

      • Brief project description
      • Airport size and operational complexity. (Number of badges, security access control points, and bags processed daily)
      • Project value and delivery method
      • Role of the firm and key outcomes

    • Project Team Experience (25 pts)

      Respondents shall provide a clear and complete organizational chart identifying the proposed project team members, their roles, and reporting structure. Submittals must include:

      • Demonstrated experience implementing  airport security access control and IDMS programs.
      • Availability and commitment of key staff for the duration of the project
      • Resumes highlighting relevant technical, security, design, and procurement experience.
    • Project Approach (20 pts)

      Firms must describe their methodology for developing a comprehensive RFP for Design‑Build contractor procurement. The project approach should address:

      • System assessment and requirements development
      • Integration, cybersecurity, and regulatory considerations
      • RFP document structure and technical specification development
      • Schedule management, risk mitigation, and quality assurance processes
    • Stakeholder Coordination (15 pts)

      Respondents must outline their approach to stakeholder engagement and coordination across diverse airport departments and external partners. Submittals should demonstrate:

      • Experience managing multi‑disciplinary airport stakeholders.
      • Methods for obtaining input, resolving conflicts, and achieving consensus.
      • Communication tools and strategies for ensuring transparency and alignment.

       

    • Firm's Differentiate from Competitors (10 pts)

      Firms must provide a concise statement describing what differentiates the organization from other respondents. This may include but is not limited to:

      • Specialized expertise or unique capabilities
      • Proven methodologies or tools
      • Relevant airport security innovations
      • Demonstrated success on similar projects.
      • Key attributes that position to the firm as the most qualified partner

       

    Submission Requirements

    • Minimum Qualifications (required)

      Provide a brief (1) page summary demonstrating the minimum qualifications of airport specific experience implementing security access control system replacement and Identity Management System (IDMS) projects, having completed similar projects within the last eight (8) years for airports with a minimum of six hundred access points and processing at least 10,000 badges daily.  More detailed information regarding this requirement is asked for in the Firm Experience Requirement question.

    • Cover Letter (Limit 1 page) (required)

      Include a cover letter which serves to introduce the firm or team and highlights the overall approach philosophy. This should include the name, address, email address, and telephone number of the primary representative(s) to be contacted regarding your response. The letter should be signed by a person who is authorized to negotiate terms, render decisions, and commit the firm/individual resources. The cover letter may not exceed 1 page and does not count toward the page limit.

    • Firm's Experience (Limit 4 Pages) (required)

      Firms must demonstrate airport specific experience implementing security access control system replacement and Identity Management System (IDMS) projects. Submissions must include relevant projects completed within the last eight (8) years for airports with a minimum of six hundred access points and processing at least 10,000 badges daily. For each project, provide specific experience.

      • Brief project description
      • Airport size and operational complexity. (Number of badges, security access control points, and badges processed daily)
      • Project value and delivery method
      • Role of the firm and key outcomes
    • Project Team and Experience (Limit 3 pages) (required)

      Respondents must provide a clear and complete organizational chart identifying the proposed project team members, their roles, and reporting structure. Submittals must include:

      • Demonstrated experience implementing airport security access control and IDMS programs.
      • Availability and commitment of key staff for the duration of the project
      • Resumes highlighting relevant technical, security, design, and procurement experience.
    • Project Approach (Limit 5 pages) (required)

      Firms must describe their methodology for developing a comprehensive RFP for Design‑Build contractor procurement. The project approach should address:

      • System assessment and requirements development
      • Integration, cybersecurity, and regulatory considerations
      • RFP document structure and technical specification development
      • Schedule management, risk mitigation, and quality assurance processes
    • Stakeholder Coordination (Limit 1 page) (required)

      Respondents must outline their approach to stakeholder engagement and coordination across diverse airport departments and external partners. Submittals should demonstrate:

      • Experience managing multi‑disciplinary airport stakeholders.
      • Methods for obtaining input, resolving conflicts, and achieving consensus.
      • Communication tools and strategies for ensuring transparency and alignment.
    • Firm's Differentiate from Competitors (Limit 2 pages) (required)

      Firms must provide a concise statement describing what differentiates their organization from other respondents. This may include but is not limited to:

      • Specialized expertise or unique capabilities
      • Proven methodologies or tools
      • Relevant airport security innovations
      • Demonstrated success on similar projects.
      • Key attributes that position to the firm as the most qualified partner
    • Certification Forms (required)

      Please download the below documents, complete, and upload.

    • Exceptions (required)

      State in writing all exceptions to this RFQ or attached Proposed Agreement.  Exceptions should list referencing page and paragraph numbers. If no exceptions are taken, the proposal must include a statement that the bidder takes “No Exceptions”.  Does not count towards page count.

    • Provide a copy of your Certificate of Insurance (required)
    • Resident & Non Resident Status Forms (required)

      Please download the below documents, complete, and upload.

    • Confirmation (required)

      By submitting a proposal, the proposer consents to its use and acceptance of electronic signatures to execute any awarded contract and associated agreements. Proposer agrees to be bound by electronic signatures to the same legal effect and extent as if manually signed. KCAB expects the successful proposer will execute any awarded contract using KCAB’s electronic signature service unless the proposer includes an exception with its proposal signifying its desire to sign manually. Included with the proposal, proposers must identify the following information regarding the person with full authority to legally bind proposer and sign agreements on its behalf:

      1. Full Name;
      2. Position Title; and
      3. Email Address.

      Please provide this information in the next questions.

    • Provide the following: (required)

      Proposers must identify the following information regarding the person with full authority to legally bind proposer and sign agreements on its behalf:

      1. Full Name;
      2. Position Title; and
      3. Email Address.
    • Provide type of services: (required)
    • Is this RFQ federally funded? (required)
    • The term of the agreement will be for ________. (required)

      Example: one (1) year or two (2) years 

      If requesting a Contract Amendment, Contract Extension, or Task Order please enter N/A.

    • Will there be renewals? (required)

      If requesting a Contract Amendment, Contract Extension, Task Order, Master Agreement or New Contract please select No below.

    • with an option to renew for____________. (required)

      Example: two (2) additional one-year terms

    • Will you be using the following? (required)

      For Construction-An Line Item Table is REQUIRED

      If requesting a Contract Amendment, Contract Extension, Task Order, Master Agreement or New Contract please select None below.

    • Who are the evaluation team members? (required)
    • Would you like to include weights with your evaluation criteria? (required)
    • The successful proposer shall issue an invoice __________ for work performed along with supporting data. (required)

      Example: on a monthly basis

    • Additional comments:

    Questions & Answers

    Q (Pre-proposal Meeting): We want to attend the pre-proposal meeting via Microsoft Teams. I registered. Will I receive a link to the meeting?

    A: The Pre-Proposal Meeting Agenda with the Microsoft Teams link will be loaded to the Attachments tab on Wednesday, March 4, 2026.


    Q (RFQ & RFP): If we help with the design assist RFQ, are we still able to bid the RFP?

    A: Since this solicitation is being processed as an RFQ, we asked our ADO, and the answer is no. If the consultant assists with the development of the Design-Build RFP, they are not able to submit a proposal in response to the Design-Build RFP.


    Q (Timeline): Is there any specific timeline for the duration of the project? any specific deadline or target completion date?

    A: Reference #6. Schedule & Preferred Timeline for the Consultant RFQ. Our best understanding of a potential system replacement is (18) months. A more definitive schedule would be expected from the Consultant’s RFP development.


    Q (Integrations): Is there any information about the systems expected to be integrated (Fire Alarm, Mass Notification System, CCTV, Security Management SYstem, etc)?

    A: Additional information can be provided to the awarded Consultant. Basic information consists of: The Fire alarm System is Honeywell; HVAC System is Automated Logic; Mass Notification System is internally CVG developed; CCTV system is Milestone; Security Management System is Matrix / Frontier.


    Q (Scope): Is the replacement of the ACS expected to cover the 42 buildings mentionned in the documentation?

    A: Yes.


    Q (Resources): Are project resources expected to be on a permanent basis working locally at the airport?

    A: It is not a requirement of this Consultant RFQ.


    Q (Resumes): Are the resumes of the proposed Project Team members in 'Section 4 Team and Experience' included in the 3-page limit, or can they be provided in an appendix?

    A: Resumes do not count towards the 3-page limit and may be uploaded as an appendix to this question's response.


    Q (No subject): Does KCAB have published security system standards or specific equipment / manufacturers that must be deployed?

    A: No, KCAB has indicated the systems that must integrate with the security access system that is being replaced. The new system must communicate with our current systems that integrate with the Security Access System.


    Q (No subject): What is the anticipated level of design completion to be delivered by the Security Design Consultant under this RFP, as compared to the level of design completion expected from the Design/Build Contractor to be procured subsequently through the Design Consultant’s RFP process?

    A: The design component is low. The design will be the requirement of the Design / Build contractor that will provide a bid under the RFP. This RFQ is for a consultant to develop an RFP for a Design Build Contractor to replace our security access system.


    Q (No subject): Verify the Security Design Consultant will not be required to prepare security system details, specifications, mounting instructions, etc. which are typically included in Construction Documents.

    A: It is intended the RFQ Consultant will provide KCAB a firm that is familiar with security systems and the replacement of such systems within an airport. The firm must be familiar with security system details, specifications, and requirements necessary to replace the security access system, and include such directives in an RFP.


    Q (No subject): Does KCAB operate a physically separate & independent network for security system devices or is Security configured as a VLAN on the corporate network?

    A: Logically separate via VLAN.


    Q (No subject): Will the security consultant be required to design and/or coordinate network connectivity for security system devices?

    A: No, but they must have knowledge and familiarity of it.


    Q (No subject): Who will be responsible for the procurement and configuration of new network equipment to support the security system program?

    A: KCAB can procure and will configure all required network equipment.


    Key dates

    1. February 26, 2026Published
    2. April 9, 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.