Active SLED Opportunity · FLORIDA · TAMPA INTERNATIONAL AIRPORT
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.
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).
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.
| Event | Date | Location |
|---|---|---|
| Contract presented to Authority’s Board for award | 2026-11-05T14:00:00.000Z | Authority Boardroom - SkyCenter, which is located on the fourth floor of the SkyCenter One Office Building at 5411 SkyCenter Dr, Tampa, FL 33607 |
| Minimum Qualifications Meeting | 2026-06-30T14:00:00.000Z | In-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 Meeting | 2026-07-21T13:00:00.000Z | In-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 Board | 2026-09-03T13:00:00.000Z | Authority Boardroom - SkyCenter |
| Technical Evaluation Committee Meeting | 2026-07-20T13:00:00.000Z | In-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 Meeting | 2026-07-24T13:00:00.000Z | In-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 |
Key Personnel
Support Personnel
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.
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.
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.
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 |
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.
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:
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.
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®
Upload a screenshot or picture of the Respondent's proof of registration at www.sunbiz.org.
No documentation from Respondent is required. The Authority will verify the status.
No documentation from Respondent is required. The Authority will verify the status.
No documentation from Respondent is required. The Authority will verify the status.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
(limit four (4) pages excluding Appendix B)
Please download the below documents, complete, and upload.
(11x17 format is acceptable)
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
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.
(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.
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.
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.
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.
(limit three (3) pages)
(limit fourteen (14) pages for Items 8.1, 8.2, 8.3, and 8.4 below)
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.
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.
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.
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.