Active SLED Opportunity · CALIFORNIA · ONTARIO INTERNATIONAL AIRPORT

    Construction Management At Risk (CMAR) Terminal Restroom Modernization and Other Improvements Project

    Issued by Ontario International Airport
    localRFPOntario International AirportSol. 254926
    Open · 27d remaining
    DAYS TO CLOSE
    27
    due May 20, 2026
    PUBLISHED
    Apr 17, 2026
    Posting date
    JURISDICTION
    Ontario International
    local
    NAICS CODE
    236220
    AI-classified industry

    AI Summary

    RFP for Construction Manager at Risk services for Terminal Restroom Modernization and other improvements at Ontario International Airport, CA. Includes design collaboration, preconstruction, and construction in an active airport environment with federally and non-federally funded projects.

    Opportunity details

    Solicitation No.
    254926
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    April 17, 2026
    Due Date
    May 20, 2026
    NAICS Code
    236220AI guide
    Agency
    Ontario International Airport

    Description

    The Authority seeks qualified firms (Proposers) to provide on-call design collaboration, design assist, preconstruction, and construction services as a Construction Manager at Risk (CMAR) for the Terminal Restroom Modernization and Other Improvement Projects (“Program”) at the Ontario International Airport (ONT).

    The Program includes both federally funded/eligible projects and non-federally funded/ineligible projects as specified in the Table 1‑1.

    Table 1‑1 – Program Funding

    Project Name

    Funding

    Terminal Restroom Modernization Project

    Federally Funded /Eligible

    Terminal Hold-Room Enhancement Project

    Non-Federal / Ineligible

    Other Projects

    Non-Federal /Ineligible

     

    The “Program” includes the following projects:

    Restroom Modernization Project

    Replace and upgrade aging facilities and equipment in the central public airside restrooms in Terminals 2 and 4 at ONT. Existing disabled access (ADA) stalls will be widened to comply with current ADA standards. Existing lighting, toilets, fixtures, and equipment will be removed and replaced with new energy-efficient LED lighting, water-efficient flush toilets, fixtures, and other equipment. The improvements will not change the existing number of stalls and fixtures in the restrooms. Prior to construction, temporary restrooms are to be constructed with approximately the same number of fixtures to ensure that the passenger level of service is maintained during construction. 

    Hold-room Enhancements Project

    Modernize hold rooms in Terminals 2 and 4 at ONT. The existing seating will be removed and replaced with new seating, new gate podiums, modernized gate electrical and data infrastructure, new carpet, and new overhead lighting. The hold room seating and podium arrangements will be reorganized to improve passenger flow and line of sight to gates. New seats will be equipped with power outlets to improve passenger experience and level of service.  Seating power will be plugged into new floor outlet infrastructure.

     

    Other Projects

    OIAA has identified the potential to add other future adjacent and/or similar improvement projects on an on-call basis. To assist Proposers in their submittal of this RFP, see below for a representative sample of the types of potential future projects. This list is not to be considered all inclusive. OIAA is not guaranteeing that any of the potential future projects will be approved.

    I. Other Improvement Projects

    a. Paging Systems Replacement
    b. Common Use Terminal Equipment (CUTE)/Common Use Passenger Process (CUPP)
    c. Concession & Office Space Build Out
    d. Other Terminal Improvement Projects

    Work on the Program will be executed within an active airport and terminal environment and is intended to support the Authority’s ongoing terminal improvement and passenger experience initiatives.

    Background

    ONT is one of the fastest-growing airports in the United States. This continued growth, combined 
    with the need to maintain uninterrupted terminal operations, requires a delivery approach that 
    emphasizes early coordination, constructability input, and careful phasing to support both 
    passenger experience and operational continuity. 

    The Program will modernize key passenger facilities while work is performed within an active,
    occupied airport and terminal environment. The Program will require close collaboration between 
    the Authority, its design consultant(s), and the CMAR to develop efficient phasing strategies, 
    manage operational constraints, and mitigate impacts to passengers, tenants, and airport 
    operations.

    Through the CMAR delivery method, the Authority seeks to engage a qualified construction partner
    early in the design process to provide preconstruction services, including cost estimating, 
    constructability reviews, scheduling, logistics planning, and risk identification. This collaborative 
    approach supports informed decision-making, cost certainty through the establishment of one or 
    more CGMPs/GMPs, and successful execution of construction activities.

    The CMAR will be expected to manage a range of work activities associated with the Program,
    including coordination with specialty subcontractors as necessary to address site-specific and 
    operational requirements. 

    Project Details

    • Reference ID: 2026-RFP-080
    • Department: Capital Development
    • Department Head: Karen Kavanagh (Executive Vice President Corp. Strategy & Performance)

    Important Dates

    • Questions Due: 2026-05-06T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-30T17:00:00.000Z — OIAA Administration Building 1923 E. Avion Street 1st Floor - Board Conference Room Ontario, CA 91761

    Meetings & Milestones

    EventDateLocation
    Job Walk/Site Visit2026-04-30T18:00:00.000Z2500 E. Airport Drive Ontario, CA Terminal 2 Meet at the bottom of the escalators of the Security Checkpoint.

    Evaluation Criteria

    • Responsiveness, Admin Requirements, Minimum Requirements Experience (1 pts)
      • Responsiveness to the requirements set forth in RFP.
      • Completeness and compliance with administrative requirements set forth in the 
        RFP.
      • CMAR Minimum Requirements / Minimum Experience 

       

    • Organization, Experience, and Capacity (5 pts)
    • Proposed Team (5 pts)
    • Approach (20 pts)
      • Program/Project
      • Safety/Security
      • Quality
      • Industry Outreach/DBE Participation
    • Schedule and Cost Control (10 pts)
    • Interview (40 pts)
    • Cost Proposal (20 pts)

    Submission Requirements

    • You acknowledge that you have read and understand the OIAA DBE Program Plan including the Small Business Element? * (required)

      The OIAA DBE Program Plan including the Small Business Element is available by clicking here:

      https://www.flyontario.com/business-development/procurement

      Select the icon that applies.

    • Small Business Highlight Form (required)

      Please download the below documents, complete, and upload.

    • Certifications (required)

      Upload any small business certifications (SBE/SB-Micro/SB-PW/SB etc.) that your organization, partners, or subcontractors hold. If not applicable, upload a document stating "N/A".

    • ONT Small Business Takeoff Event (required)

      Please acknowledge that you understand a condition of this solicitation process includes attending the ONT Small Business Takeoff event scheduled on May 29th, 2026.

    • Upload your organizations current W-9 form (required)

      The form must be signed and dated with the last 12 months. The latest tax form can be found here: https://www.irs.gov/forms-instructions

    • Affidavit of Non-Collusion (required)

      This form must be notarized prior to submission. Failure to provide a notarized version may result in disqualification.

      Please download the below document, complete, sign, and upload.

    • Confidentiality and Non-Disclosure Form (required)

      Please download the documents below, complete, and sign.

    • Supplier Information Form (required)

      Please download the below documents, complete, and upload.

    • Conflict of Interest Disclosure

      All persons or organizations seeking contracts or agreements with the OIAA must complete and submit this OIAA Conflict of Interest Disclosure Form along with the bid/proposal.

      NOTE: Failure to comply with this requirement may cause your proposal to be declared nonresponsive.

      Any questions regarding the information required to be disclosed in this form should be directed to OIAA’s General Legal Counsel, especially for any “yes” responses to questions in this form, which may also disqualify your organization from submitting an offer on the bid/proposal.

    • Conflict of Interest Form (required)

      Please download the document below, complete, and sign.

    • Upload Completed Conflict of Interest Form (required)

      Upload completed and signed document here.

    • Small Business & Subcontractor Letter of Intent (LOI) (required)

      Please download the below document, complete, and upload it in this section. 

      This form must be completed for each small business subcontractor included in your proposal. If you are partnering with multiple small businesses, please upload a separate form for each.

       If not applicable, upload a document stating "N/A".

    • Disadvantaged Business Enterprise (DBE) Utilization (required)

      Please download the below document, complete, and upload.

      Please refer to the DBE section of the bid for instructions on how to complete the form.

    • List of Subconsultants (Bidder's List Collection Form) (required)

      Please download the below document, complete, and upload to include the requested information for the prime contractor/consultant(s) and subcontractor(s)/subconsultant(s).

      If the prime contractor is the only bidding entity and there are no subconsultants or subcontractors, please complete and return the form with only the prime bidder’s information.

    • Proposal Submittal Checklist

      Failure to submit the completed checklist and acknowledgment of all addendas will render the bid/proposal non-responsive.

    • Proposal Submittal Checklist Form (required)

      Please download the below documents, complete, and upload.

    • Draft Contract Terms

      Proposers should anticipate entering into an agreement with the OIAA that will be largely similar to that of the draft included in this solicitation.

    • Please download the below documents. (required)
    • By selecting the box below, you confirm that you have read and understood the Draft Contract Terms. (required)

      NOTE: Questions regarding the terms and conditions of the draft contract should be submitted during the open RFI period of this solicitation.

    • Proposal Section (required)

      Submit your proposal solely in this section. Failure to do so may result in the proposal being deemed invalid

    • Cost Proposal (required)

      Submit your cost proposal solely in this section. Failure to do so may result in the proposal being deemed invalid

    • Conditional - Administrative Requirements for successful Proposer

      Administrative Requirements due prior to award of contract:

      • Certification of Insurance
      • Copy of successful Proposer's City of Ontario Business License
    • Certificate of Insurance Requirement

      Please download the document below for the type of insurance required from successful proposer.

    • City of Ontario Business License (required)

      Please confirm that you will provide a copy of your City of Ontario Business License and/or confirmation response prior to Award of Contract and/or Commencement of Work.

    • SIDA Badge Information

      Please download the document below. 

      Any new company performing work at the airport that requires un-escorted access into AOA/SIDA/Sterile areas will require company enrollment into our system. Please see link below for more information regarding company enrollment

      https://www.flyontario.com/company-enrollment-at-ont#/overview

      When a new company has reached the approval stage of submitting insurance verification during company enrollment, they will begin the badging process. The successful completion of a Criminal History Records Check and a Security Threat Assessment is required to obtain security ID access media. Please see fee schedule for badge associated fees.

    • SIDA Badge Info. Acknowledgement (required)

      By selecting the box below, you confirm that you have read and understood the SIDA Badge Info. provided above, as well as the New Company Enrollment information provided in the link above. 

    • Budgetary Information (required)

      Please enter the spend codes for this project:

        • Spend Category
        • Cost Center
        • Activity Code
    • Worktag (required)

      Is there a Worktag associated with this purchase/project?

      • If yes, enter the number below.
      • If not, enter NONE.
    • Approvals (required)

      Has this request been approved by the requesting department head and the Finance department?

    • Project Deliverables or Anticipated Functions (required)

      List and/or describe in detail all the tangible results, products, or services that the project is expected to produce. Be sure to include the number of each item needed if applicable. 

    • Supplier Qualifications (required)

      Please list all qualifications for a supplier to be deemed acceptable. Include any relevant industry standards, product types, manufacturing requirements, quality control regulations, or years of experience required.

    • General Description (required)

      Provide a brief description of the project, including its objectives, purpose, any relevant goals, and expected outcomes.

    • Project Resources (required)

      Identify the work plan required for the project, including equipment, materials, and any external resources.

    • Terms and Conditions (required)

      List any desired contract terms and conditions such as length of contract, options for renewals, and conditions for renewal.

    • Acceptance Criteria (required)

      Please list any product/good/service/software requirements that would deem a proposal acceptable.

    • Specs or Service Requirements (required)

      Please list any measurements, specifications, or dimensions required for this product/good/service.

    Key dates

    1. April 17, 2026Published
    2. May 20, 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.