Active SLED Opportunity · FLORIDA · TAMPA INTERNATIONAL AIRPORT

    Concessions Space Redevelopment and Airline Club Space Development

    Issued by Tampa International Airport
    localRequest for QualificationsTampa International AirportSol. 246221
    Open · 34d remaining
    DAYS TO CLOSE
    34
    due Jun 17, 2026
    PUBLISHED
    Apr 30, 2026
    Posting date
    JURISDICTION
    Tampa International
    local
    NAICS CODE
    236220
    AI-classified industry

    AI Summary

    Tampa International Airport seeks Design-Build firms for professional design and construction services to redevelop concessions space and develop airline club spaces. The project includes improving passenger experience and revenue generation. Submissions require detailed qualifications, experience, and compliance with specified criteria. Important dates and meetings are scheduled through 2026.

    Opportunity details

    Solicitation No.
    246221
    Type / RFx
    Request for Qualifications
    Status
    open
    Level
    local
    Published Date
    April 30, 2026
    Due Date
    June 17, 2026
    NAICS Code
    236220AI guide
    State
    Florida
    Agency
    Tampa International Airport

    Description

    The Hillsborough County Aviation Authority (Authority) invites interested Design-Build firms (Respondent) to submit qualifications to provide professional design and construction services in accordance with Florida Statute Section 287.055 for the design and construction of the Concessions Space Redevelopment and Airline Club Space Development (Projects) at Tampa International Airport (TPA).

    Background

    Tampa International Airport’s (TPA) current concessions leases are set to expire between 2029 and 2031, with most ending in 2031. To prepare for future redevelopment, the Authority completed a Terminal Concessions Modification Feasibility Study (Study), attached hereto as Exhibit A. The Study identified opportunities to repurpose, expand, and create new concession areas in the Main Terminal and Airsides A, C, D, E & F. The Projects will revamp concession spaces to improve the passenger experience, wayfinding, and revenue generation throughout TPA and develop new club spaces at Airsides A and C.

    Project Details

    • Reference ID: 8660 27 & 8665 27
    • Department: Planning and Development
    • Department Head: Jeff Siddle (Vice President of Planning and Development)

    Important Dates

    • Questions Due: 2026-06-03T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-05-13T14:00:00.000Z — In-Person: Authority Boardroom - SkyCenter, which is located on the fourth floor of the SkyCenter One Office Building at 5411 SkyCenter Dr, Tampa, FL 33607 Parking Instructions: Parking for the public to access SkyCenter is in the parking garage directly next to SkyCenter. The gate arm of the parking garage will be in the raised position. Respondent will park on Level 5 or 6 of the parking garage. Respondents will not park in front of the SkyCenter building or the cell phone lot. OR Microsoft Teams ® Call-In: 1 813-694-2596 Conference ID: 765 088 150# Click here to join the Microsoft Teams Meeting: https://teams.microsoft.com/meet/28605013526011?p=mRSY9GnPvpLE9fe0L5

    Meetings & Milestones

    EventDateLocation
    Contract presented to Authority’s Board for award2026-11-05T14:00:00.000ZAuthority Boardroom - SkyCenter, which is located on the fourth floor of the SkyCenter One Office Building at 5411 SkyCenter Dr, Tampa, FL 33607
    Minimum Qualifications Meeting2026-06-30T14:00:00.000ZIn-Person: Conference Room SC4-C3 - SkyCenter, which is located on the fourth floor of the SkyCenter One Office Building at 5411 SkyCenter Dr, Tampa, FL 33607 OR Microsoft Teams ® Call-In: 1 813-694-2596 Conference ID: 544 285 017# Click here to join the Microsoft Teams Meeting: https://teams.microsoft.com/meet/22099427308924?p=GrRHqY7HrYUEavuczo
    Technical Evaluation Committee Meeting2026-07-21T13:00:00.000ZIn-Person: Conference Room SC4-C3 - SkyCenter, which is located on the fourth floor of the SkyCenter One Office Building at 5411 SkyCenter Dr, Tampa, FL 33607 OR Microsoft Teams ® Call-In: 1 813-694-2596 Conference ID: 759 146 217# Click here to join the Microsoft Teams Meeting: https://teams.microsoft.com/meet/26160267960240?p=dup8EjpwDLFDaigSc3
    Selection by Authority’s Board2026-09-03T13:00:00.000ZAuthority Boardroom - SkyCenter
    Technical Evaluation Committee Meeting2026-07-20T13:00:00.000ZIn-Person: Conference Room SC4-C3 - SkyCenter, which is located on the fourth floor of the SkyCenter One Office Building at 5411 SkyCenter Dr, Tampa, FL 33607 OR Microsoft Teams ® Call-In: 1 813-694-2596 Conference ID: 983 280 275# Click here to join the Microsoft Teams Meeting: https://teams.microsoft.com/meet/21610735233106?p=P01htruBIyp86amSkd
    Final Technical Evaluation Committee Meeting2026-07-24T13:00:00.000ZIn-Person: Conference Room SC4-C3 - SkyCenter, which is located on the fourth floor of the SkyCenter One Office Building at 5411 SkyCenter Dr, Tampa, FL 33607 OR Microsoft Teams ® Call-In: 1 813-694-2596 Conference ID: 458 497 889# Click here to join the Microsoft Teams Meeting: https://teams.microsoft.com/meet/28354045626075?p=tZG8TQaVMo7SU1cszD

    Evaluation Criteria

    • Respondent's Organizational Structure (limit four (4) pages excluding Appendix B) (5 pts)
      1. Fully complete and submit Appendix B, entitled Respondent’s Team By Discipline Data Form. Submit the name of the firm(s) that will perform each discipline and indicate whether firm(s) is a SBE. If more than one firm is listed for a discipline, then label which firm is the “Lead” firm for that discipline. Firms may perform more than one discipline.
      2. Submit an organizational diagram clearly identifying key and support personnel in Appendix C, entitled Key and Support Personnel Data Form, as well as the firms listed in Appendix B. For those individuals listed in Appendix C, include each individual’s name, title, firm and their functional relationship to each other. Individuals may serve in more than one role. (11x17 format is acceptable)
      3. Provide a written response clearly defining the responsibilities, contractual relationships, and roles of all firms listed in Appendix B. If a SBE firm is to be used and is not listed in Appendix B, explain the relationship, responsibilities, and roles of that SBE firm. If there are two or more firms of the same discipline listed in Appendix B, clearly explain the relationship, responsibilities, and roles of each firm in detail.
    • Key & Support Personnel Staffing (19 pts)
      1. Fully complete and submit Appendix C. Include only those key and support personnel and their respective firm names listed on the form. Individuals may serve in more than one role.
      2. Fully complete and submit Appendix D, entitled Key and Support Personnel Project References, for each key and support personnel listed in Appendix C. Provide three project references for projects completed since January 1, 2016.
      3. Fully complete and submit Appendices E.1 - E.3, entitled Key & Support Personnel Resumes, for each of the key and support personnel listed in Appendix C. List previous work by key and support personnel in which they had an identifiable, responsible role for projects completed since January 1, 2016, or projects that are underway, whether or not with their current firm. List no more than three assignments for any key personnel and no more than two projects for any support personnel listed in Appendix C. Complete Appendix E.2 for each assignment submitted. These pages may be duplicated as many times as necessary.
      4. The following are the Key and Support Personnel listed in Appendix C. The definitions for the Key and Support Personnel are not all-inclusive of their responsibilities.

      Key Personnel

          • Project Director: Serves as the single lead for the selected Respondent and acts as the primary point of contact with the Authority. Responsible for the overall management and delivery of the Projects.
          • Project Manager for Design: Responsible for design team management and oversight of the design of the Projects.
          • Project Manager for Construction: Responsible for preconstruction services and the management and oversight of all construction aspects of the Projects.
          • Lead Architect: Responsible for developing and designing the overall aesthetics, functional space allocation, and development of design documents of the Projects.
          • General Superintendent for Construction: Responsible for coordinating all construction activities of the Projects.

      Support Personnel

       

          • Support Architect: Responsible for supporting the Lead Architect for the development and design of the overall aesthetics, functional space allocation, and development of design documents of the Projects.
          • Interior Designer: Responsible for developing and delivering the overall design of the material finish and furniture selection in the Projects.
          • Mechanical Engineer: Responsible for designing all mechanical systems in the Projects.
          • Electrical Engineer: Responsible for designing all electrical systems in the Projects.
    • Respondent's and Lead Architectural Firm's Experience in Work of Comparable Scope and Complexity (limit six (6) pages, excluding Appendices F.1 and F.2) (19 pts)

      For purposes of responding to this Section, emphasis should be placed on experience in the design and construction of comparable projects of similar scope and complexity.

      Fully complete and submit Appendix F.1, entitled Respondent’s Experience in Work of Comparable Scope and Complexity. List no more than a total of two projects of comparable scope and complexity that have been completed by the Respondent as the prime contract holder for the projects. List only projects which have been completed since January 1, 2016, or projects that are underway. Projects must have been completed by the Respondent and not by one of the Respondent’s team members. For purposes of this Section, the Respondent may submit projects which were completed by its parent, subsidiary, affiliate, sister company, or a firm that was acquired by the Respondent, and should notate such in Appendix F.1. Representative photographs and exhibits supporting the listed projects are permitted.

       

      Fully complete and submit Appendix F.2, entitled Lead Architectural Firm’s Experience in Work of Comparable Scope and Complexity. List no more than two projects of comparable scope and complexity which have been completed by the Lead Architectural Firm as the designer of record for the projects. Such projects shall be different than those submitted by the Respondent in Appendix F.1. List only projects which have been completed since January 1, 2016, or projects that are underway. For purposes of this Section, the Lead Architectural Firm may submit projects which were completed by its parent, subsidiary, affiliate, or sister company. Representative photographs and exhibits supporting the listed projects are permitted.

    • Location (5 pts)

      Fully complete and submit Appendix G, entitled Location, for the key and support personnel listed in Appendix C. Include addresses of the proposed daily working office during design and proposed daily working office during construction.

      Provide a narrative describing how the Respondent will manage personnel in multiple locations, if applicable

      The Authority will evaluate this criterion to determine how the Respondent’s key and support personnel’s locations will provide the best value to the Projects.

    • Estimating and Cost Control (limit three (3) pages) (5 pts)
      1. It is the Authority’s intent to contract for the design and construction of this work on a cost-of-work basis with a not-to-exceed limit. Describe how the Respondent will develop and control design and construction costs for the Projects.
      2. Describe how the Respondent will meet the Authority's intent to receive and evaluate competitive bids in the preparation of the GMP. 
    • Approach to the Projects (limit fourteen (14) pages for Items A, B, C, and D below) (19 pts)
      1. Describe in detail the Respondent’s approach to the design, permitting, phasing, scheduling, and construction of the Concessions Space Redevelopment Project. The Respondent should take into consideration the operational needs of all TPA stakeholders during the construction of such Project. The Respondent should describe its innovative methods for designing solutions that reduce Project time and costs, as well as innovative technologies used during construction to monitor progress, milestones, and accuracy. The Respondent should draw upon previous similar experiences of the Respondent’s team and elaborate on how such experience may be applied to such Project.
      2. Describe in detail the Respondent’s approach to the design and construction of the Airline Club Space Development Project. The Respondent should draw upon previous similar experiences of the Respondent’s team and elaborate on how such experience may be applied to such Project.
      3. Describe in detail the Respondent’s approach to providing quality control services throughout the design and construction phases of the Projects.
      4. As consideration of the Respondent’s recent, current, and projected workloads, the Respondent must state the commitment and availability of all key and support personnel listed in Appendix C by providing a signed letter of commitment.
    • Interviews (20 pts)

      The Authority may require each Respondent to participate in an interview with the technical evaluation committee. Participation is subject to the shortlisting process detailed in Section 10.0, Technical Evaluation. The interview will address the Respondent’s qualifications, approach to the Projects, ability to furnish the required services, and any other questions arising from the technical evaluation committee meeting(s). The person identified in Appendix C as the Respondent’s Project Director must attend and will be expected to lead the interview for the Respondent.  Other key members of the Respondent’s team may be invited to attend by the Respondent’s Project Director, and their contributions will be included in the evaluation scoring. Interviews will also include up to a 20-minute presentation, with an additional 40 minutes for questions from the technical evaluation committee. Copies of presentations, whether hard or electronic, must be furnished to the Authority at the time of the interview. Equipment is available for PowerPoint presentations.

    • Volume of Work Previously Awarded (5 pts)

      The Authority will evaluate the volume of work previously awarded by the Authority to each Respondent, with the objective being to affect an equitable distribution of work among qualified firms. The volume of work previously awarded shall be defined as all payments received by the Respondent from the Authority over the previous five years from the date this Solicitation was posted. Acquisitions and name changes of firms will be considered when evaluating work previously awarded. The volume of work will not include payments for subcontracted work.  The maximum point value a Respondent can receive for this criterion is five.

      Each Respondent must submit Appendix M, Volume of Work, identifying the total amount of payments received by the Respondent from the Authority over the previous five years from the date this Solicitation was posted.  Appendix M, Volume of Work, will be included in this tabbed Section 9.9. The Procurement Agent will review Appendix M and compare it to the payment amounts recorded by the Authority. If there are any discrepancies between the two amounts, the Procurement Agent will make the final determination regarding the total volume of work. The Procurement Agent will provide the volume of work score for each Respondent after the technical evaluation committee’s evaluation and add it to the technical evaluation scoring matrix.

      To determine the scoring for this criterion, the Authority will establish a scale based on the payments received over the previous five years from the date this Solicitation was posted. The Respondent that received the largest sum of payments will score zero (0) points.

      EXAMPLE:

      Scenario: The following firms (A, B, C, D, and E) have received the following payments from the Authority over the previous five years from the date this Solicitation was posted:

      Firm

      2024

      2023

      2022

      2021

      2020

      Total

      A

      $1,000,000

      $1,200,000

      $1,250,000

      $1,275,000

      $1,675,000

      $6,400,000

      B

      $0

      $0

      $0

      $0

      $0

      $0

      C

      $4,000,000

      $1,500,000

      $2,750,000

      $2,200,000

      $750,000

      $11,200,000

      D

      $0

      $0

      $220,000

      $0

      $0

      $220,000

      E

      $0

      $0

      $0

      $400,000

      $2,000,000

      $2,400,000

       

      Takeaways: Firm C received the largest sum of payments from the Authority, totaling $11,200,000, thereby earning zero points and establishing the scale for other firms to be evaluated against.

      Scale Increment Calculation: Firm C’s total of $11,200,000 will be divided by five (5) to establish the standard increments of the scale. 

      ($11,200,000 / 5) = $2,240,000

      Scale Distribution:  The scale has been established as follows, beginning with the standard increment less one dollar ($2,240,000 - $1 = $2,239,999):

      Scale

      Increments

      $0-$2,239,999

      $2,240,000-$4,479,999

      $4,480,000-$6,719,999

      $6,720,000-$8,959,999

      $8,960,000-$11,199,999

      ≥$11,200,000

      Volume of Work Score

      5

      4

      3

      2

      1

      0

       

      Points Awarded: Points will be awarded based on the scale above:

      Firm

      Total

      VOW Score

      A

      $6,400,000

      3

      B

      $0

      5

      C

      $11,200,000

      0

      D

      $220,000

      5

      E

      $2,400,000

      4

    • Respondent Certification as a Minority Business Enterprise (MBE) (3 pts)

      If the Respondent is a certified minority business enterprise as defined by the Florida Small and Minority Business Act, the Respondent must submit certification documentation. Respondents that are a certified minority business enterprise will receive the maximum score for the MBE category. Respondents that are not certified will receive a score of zero. Respondent must confirm if the Respondent is a certified MBE and provide MBE certification documentation.

    Submission Requirements

    • Minimum Qualifications

      The following minimum qualifications, as specified in the Authority’s e-Procurement Portal, have been established as a basis for determining the eligibility of the Respondent. Respondents will demonstrate that they meet the minimum qualifications below by completing the Respondent Questionnaire Section in the Authority’s e-Procurement Portal. A response will be considered non-responsive and will not be evaluated unless sufficient documentation is provided to determine whether the Respondent meets the following minimum qualifications:

    • A. Fully complete and submit Appendix A.2, Minimum Qualifications Form. Provide detailed documentation of one completed Design-Build or CM@Risk project as the Prime Contractor, which included the rehabilitation, expansion, or construction of a medium or large hub airport terminal building, with a minimum construction value of $50,000,000, since January 1, 2016. (required)

      For purposes of this Section, the Respondent may submit a project that was completed by its parent, subsidiary, affiliate, sister company, or a firm that was acquired by the Respondent.

      Please download the below documents, complete, and upload.

    • Respondent had a representative sign-in and attend the Mandatory Pre-Solicitation Conference or had a representative attend the Mandatory Pre-Solicitation Conference on-line via Microsoft Teams®. (required)

      NOTE: To be considered as attending the Mandatory Pre-Solicitation Conference, the prospective Respondent must have signed in on a sign-in sheet prior to the start of the Mandatory Pre-Solicitation Conference or signed in to Microsoft Teams® and be identified by the Procurement Agent at the start of the Mandatory Pre-Solicitation Conference.

      Provide the name of Respondent’s representative who attended the mandatory Pre-Solicitation Conference in-person or via Microsoft Teams®

    • Respondent is required to confirm that, if awarded by the Board, Respondent will register with PaymentWorks and select one of the Authority's electronic payment methods. (required)
    • Respondent must be registered with the Florida Department of State, Division of Corporations to do business in the State of Florida prior to submitting a Response. (required)

      Upload a screenshot or picture of the Respondent's proof of registration at www.sunbiz.org.

    • Respondent must not be on the Florida Department of Management Services, Convicted Vendor List, as defined in Section 287.133(3)(d), Florida Statutes. (www.dms.myflorida.com). No documentation from Respondent is required. The Authority will verify the status. (required)
    • Respondent confirms that it has the ability to obtain the insurance coverages and limits as required in Appendix L. (required)
    • Respondent must not be on the Federal Convicted Vendor list. (www.sam.gov). (required)

      No documentation from Respondent is required. The Authority will verify the status.

    • Respondent must not be on the Florida Department of Transportation Contractor Suspension List. https://www.fdot.gov/construction/legal/newsuspension.shtm). (required)

      No documentation from Respondent is required. The Authority will verify the status.

    • Respondent must not be on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, the Scrutinized Companies that Boycott Israel List, be engaged in a boycott of Israel, or have been engaged in business operations in Cuba or Syria, as detailed in Section 9.13. (required)

      No documentation from Respondent is required. The Authority will verify the status.

    • Respondent must meet the Small Business Enterprise (SBE) participation goal requirement as stated in Section 9.10 and submit Appendices H.1, Small Business Enterprise Assurance and Participation and H.2, Small Business Enterprise Letter of Intent (Design), or submit Appendix H.3, Small Business Enterprise Subcontractor Good Faith Effort Worksheet, as required in Section 9.10. (required)

      Please download the below documents, complete, and upload.

    • Required Forms
    • Fully complete and submit Appendix A.1, entitled Respondent's Information. (required)

      Please download the below documents, complete, and upload.

    • The Respondent’s and the Respondent’s team members’ most current GSA Standard Form 330, Part II. (required)
    • A copy of the Respondent’s and the Respondent’s team members’ current Florida professional registration certificate(s) for the services to be furnished. (required)
    • Is Respondent qualified by the Florida Department of Transportation? (required)
    • Respondent must provide a copy of the Respondent’s and Respondent’s team members’ certification(s). (required)
    • Appendix J - Scrutinized Company Certification (required)

      Please download the below documents, complete, and upload.

    • Appendix N, Conflict of Interest Checklist (required)

      Please download the below documents, complete, and upload.

    • Evaluation Criteria - Respondent's Organizational Structure

      (limit four (4) pages excluding Appendix B)

    • Fully complete and submit Appendix B, entitled Respondent’s Team By Discipline Data Form. Submit the name of the firm(s) that will perform each discipline and indicate whether firm(s) is a SBE. If more than one firm is listed for a discipline, then label which firm is the “Lead” firm for that discipline. Firms may perform more than one discipline. (required)

      Please download the below documents, complete, and upload.

    • Submit an organizational diagram clearly identifying key and support personnel in Appendix C, entitled Key and Support Personnel Data Form, as well as the firms listed in Appendix B. For those individuals listed in Appendix C, include each individual’s name, title, firm and their functional relationship to each other. Individuals may serve in more than one role. (required)

      (11x17 format is acceptable)

    • Provide a written response clearly defining the responsibilities, contractual relationships, and roles of all firms listed in Appendix B. If a SBE firm is to be used and is not listed in Appendix B, explain the relationship, responsibilities, and roles of that SBE firm. If there are two or more firms of the same discipline listed in Appendix B, clearly explain the relationship, responsibilities, and roles of each firm in detail. (required)
    • Evaluation Criteria - Key and Support Personnel Staffing
    • Fully complete and submit Appendix C. Include only those key and support personnel and their respective firm names listed on the form. Individuals may serve in more than one role. (required)

      Please download the below documents, complete, and upload.

    • Fully complete and submit Appendix D, entitled Key and Support Personnel Project References, for each key personnel listed in Appendix C. Provide three project references for projects completed since January 1, 2016. (required)

      Please download the below documents, complete, and upload.

    • Fully complete and submit Appendices E.1 - E.3, entitled Key and Support Personnel Resumes, for each of the key and support personnel listed in Appendix C. List previous work by key and support personnel in which they had an identifiable, responsible role for projects completed since January 1, 2016 or projects that are underway, whether or not with their current firm. (required)

      List no more than three projects for any key personnel and no more than two projects for any support personnel listed in Appendix C.

      Complete Appendix E.2 for each assignment submitted. These pages may be duplicated as many times as necessary.

      Please download the below documents, complete, and upload.

    • Evaluation Criteria - Respondent’s and Lead Architectural Firm’s Experience in Work of Comparable Scope and Complexity

      (limit six (6) pages, excluding Appendices F.1 and F.2)

      For purposes of responding to this Section, emphasis should be placed on experience in the design and construction of comparable projects of similar scope and complexity.

    • Fully complete and submit Appendix F.1, entitled Respondent’s Experience in Work of Comparable Scope and Complexity. (required)

      List no more than a total of two projects of comparable scope and complexity that have been completed by the Respondent as the prime contract holder for the projects. List only projects which have been completed since January 1, 2016, or projects that are underway. Projects must have been completed by the Respondent and not by one of the Respondent’s team members. For purposes of this Section, the Respondent may submit projects which were completed by its parent, subsidiary, affiliate, sister company, or a firm that was acquired by the Respondent, and should notate such in Appendix F.1.

      Representative photographs and exhibits supporting the listed projects are permitted. 

      Please download the below documents, complete, and upload.

    • Fully complete and submit Appendix F.2, entitled Lead Architectural Firm’s Experience in Work of Comparable Scope and Complexity. (required)

      List no more than two projects of comparable scope and complexity which have been completed by the Lead Architectural Firm as the designer of record for the projects. Such projects shall be different than those submitted by the Respondent in Appendix F.1. List only projects which have been completed since January 1, 2016, or projects that are underway. For purposes of this Section, the Lead Architectural Firm may submit projects which were completed by its parent, subsidiary, affiliate, or sister company.

      Representative photographs and exhibits supporting the listed projects are permitted. 

      Please download the below documents, complete, and upload.

    • Evaluation Criteria - Location
    • Fully complete and submit Appendix G, entitled Location, for the key and support personnel listed in Appendix C. (required)

      Include addresses of the proposed daily working office during design and the proposed daily working office during construction. The Authority will evaluate this criterion to determine how the Respondent’s key and support personnel’s locations will provide the best value to the Projects.

      Please download the below documents, complete, and upload.

    • Provide a narrative describing how the Respondent will manage personnel in multiple locations, if applicable
    • Evaluation Criteria - Estimating and Cost Control

      (limit three (3) pages)

    • It is the Authority’s intent to contract for the design and construction of this work on a cost-of-work basis with a not-to-exceed limit. Describe how the Respondent will develop and control design and construction costs for the Projects. (required)
    • Describe how the Respondent will meet the Authority’s intent to receive and evaluate competitive bids in the preparation of the GMP. (required)
    • Evaluation Criteria - Approach to the Projects

      (limit fourteen (14) pages for Items 8.1, 8.2, 8.3, and 8.4 below)

    • Describe in detail the Respondent’s approach to the design, permitting, phasing, scheduling, and construction of the Concessions Space Redevelopment Project. (required)

      The Respondent should take into consideration the operational needs of all TPA stakeholders during the construction of the Project. The Respondent should describe its innovative methods for designing solutions that reduce project time and costs, as well as innovative technologies used during construction to monitor progress, milestones, and accuracy. The Respondent should draw upon previous similar experiences of the Respondent’s team and elaborate on how such experience may be applied to the Project. 

    • Describe in detail the Respondent’s approach to the design and construction of the Airline Club Space Development. (required)

      The Respondent should draw upon previous similar experiences of the Respondent’s team and elaborate on how such experience may be applied to the Project.

    • Describe in detail the Respondent’s approach to providing quality control services throughout the design and construction phases of the Projects. (required)
    • As consideration of the Respondent’s recent, current, and projected workloads, the Respondent must state the commitment and availability of all key and support personnel listed in Appendix C by providing a signed letter of commitment. (required)
    • Evaluation Criteria - Volume of Work Previously Awarded
    • Each Respondent must submit Appendix M, Volume of Work, identifying the total amount of payments received by the Respondent from the Authority over the previous five years from the date this Solicitation was posted. Appendix M, Volume of Work, will be included in tabbed Section 9.9 of the Solicitation. (required)

      The Procurement Agent will review Appendix M, Volume of Work Previously Awarded and compare it to the payment amounts recorded by the Authority. If there are any discrepancies between the two amounts, the Procurement Agent will make the final determination regarding the total volume of work previously awarded. The Procurement Agent will provide the volume of work score for each Respondent after the technical evaluation committee’s evaluation and add it to the technical evaluation scoring matrix.

      Please download the below documents, complete, and upload.

    • Evaluation Criteria - Respondent Certification as a Minority Business Enterprise (MBE)
    • Is the Respondent a certified MBE? (required)
    • Provide MBE certification documentation. (required)

    Key dates

    1. April 30, 2026Published
    2. June 17, 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.