SLED Opportunity · KENTUCKY · CINCINNATI NORTHERN KENTUCKY INTERNATIONAL AIRPORT
AI Summary
KCAB seeks proposals for supply and delivery of diesel fuel and unleaded gasoline to support CVG airport operations. The contract requires fuel meeting ASTM standards, delivery within 24 hours, and compliance with federal regulations. Minimum qualifications include 5 years experience and proper licensing. Bonds and detailed submission documents are required. Proposals due April 23, 2026.
The Kenton County Airport Board (“KCAB”) will receive proposals for Diesel Fuel and Unleaded Gasoline.
Questions are due at 11:59 pm on Thursday, April 9, 2026 and answers will be posted no later than Thursday, April 16, 2026 at 4:00 pm. Proposals must be received by Thursday, April 23, 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.
KCAB owns and operates the Cincinnati/Northern Kentucky International Airport (CVG). As a critical infrastructure hub and a leading global air cargo center, KCAB maintains an extensive fleet of ground support equipment, shuttle buses, snow removal vehicles, and emergency response units. Reliable fuel supply is essential to maintaining 24/7 airport operations. This ITB seeks a qualified vendor to provide consistent, high-quality diesel fuel and unleaded gasoline delivery to support these mission-critical fleet functions.
Revision to Exhibit A (Sample Agreement): The Sample Agreement originally provided in the bid documents is hereby superseded by the updated version attached to this Addendum. Key revisions include an update to Section 3.D, clarifying that the initial contract term is twenty-four (24) months.
Please use the See What Changed link to view all the changes made by this addendum.
Section 2.15 GOVERNMENT PROVISIONS:
Section removed
Section 2.15 BID CONDITIONS AND PROVISIONS (previously Section 2.16):
Section renumbered due to removal of previous section
The successful bidder ("Contractor") must provide a comprehensive, "turn-key" fuel supply and delivery program. This includes:
1. Bulk Fuel Supply & Specifications
Provision of unbranded fuels meeting or exceeding the most current ASTM D975 (Diesel) and ASTM D4814 (Gasoline) standards, as well as Kentucky Department of Agriculture quality requirements.
Diesel Fuel, Ultra-Low Sulfur Clear #2: Estimated 75,000 gal/year.
Diesel Fuel, Ultra-Low Sulfur Dyed #2 (Off-Road): Estimated 50,000 gal/year.
Unleaded Gasoline (87 Octane): Combined estimated 400,000 gal/year (KCAB & Shuttle Bus Service).
2. Logistics, Transport & Delivery
Maintenance of a dedicated supply chain to ensure 100% fuel availability. All deliveries are F.O.B. Destination and must be made within 24 hours of order receipt.
Fleet Maintenance (95 Field Maintenance Drive, Erlanger, KY): Transport delivery to 20,000-gallon underground tanks.
North ARFF (3361 Logan Road, Hebron, KY): Less-than-full transport delivery to 10,000-gallon above-ground tank.
Shuttle Bus Maintenance (2485 Spence Drive, Hebron, KY): Transport delivery to 10,000-gallon above-ground tank.
3. Invoice Price Calculation
A = OPIS price for fuel delivered on day of delivery.
B = Fuel delivered published price on day of delivery.
C = Differential price per gallon.
A + (B-A) + C = Delivered Product Price (Less Taxes)
Each proposal must be accompanied by a bid surety in the form of a bid bond, payable to KCAB in the amount of ten percent (10%) of the proposed annual contract amount. Bonding companies must be rated at least “A” by the latest edition of Best Insurance Reports. Bid surety is forfeited to KCAB if the successful proposer fails to execute a contract within NO VALUE after notification of award of contract.
During the performance of this Contract, the Contractor shall comply with all Federal, state, and local laws respecting discrimination in employment and non-segregation of facilities, including, but not limited to, requirements set out at 41 CFR 60-1.4, 60-300.5(a), 60-741.4, and 60.741.5(a), which equal opportunity clauses are hereby incorporated by reference. These regulations prohibit discrimination against qualified individuals based on their status as protected veterans or individuals with disabilities and prohibit discrimination against all individuals based on their race, color, religion, sex, or national origin. Moreover, these regulations require that covered prime contractors and subcontractors take affirmative action to employ and advance in employment individuals without regard to race, color, religion, sex, national origin, protected veteran status or disability. Notification is hereby given that compliance with these clauses may require you to file annually certain reports (e.g. the EEO-1 Report, and the VETS-100 Report) with the Federal government and may require you to develop written Affirmative Action Programs for Women and Minorities, Covered Veterans and/or Persons with Disabilities.
Bidder must meet the following minimum qualifications:
TBD
The successful proposer shall furnish a performance bond to KCAB by a surety company duly authorized to do business in the Commonwealth of Kentucky in the amount of one hundred percent (100%) of the annual contract amount. The performance bond furnished by the successful proposer must be executed by the owner, a general partner or, if a corporation, the secretary's signature and the seal of the corporation must be affixed. This bond must remain in effect for the length of the agreement. The agent of the surety must exhibit certificate or license showing legal rights of the surety to do business in the Commonwealth of Kentucky.
Diesel Fuel and Unleaded Gasoline must be available to deliver Monday through Friday, between the hours of 7:00 a.m. and 4:30 p.m. ET. Deliveries are required at the following three (3) distinct locations:
Lead time for delivery of Diesel Fuel and Unleaded Gasoline must be no more than 24 hours from receipt of order.
In all its activities within the scope of its airport program, the Contractor agrees to comply with pertinent statutes, Executive Orders and such rules as identified in Title VI List of Pertinent Nondiscrimination Acts and Authorities to ensure that no person shall, on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance.
This provision is in addition to that required of Title VI of the Civil Rights Act of 1964.
This provision binds the contractors from the bid solicitation period through the completion of the contract.
If the Contractor transfers its obligation to another, the transferee is obligated in the same manner as the Contractor.
The above provision obligates the Contractor for the period during which the property is owned, used or possessed by the Contractor and the airport remains obligated to the Federal Aviation Administration.
Compliance with Nondiscrimination Requirements:
During the performance of this contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows:
a. Withholding of payments to the contractor under the contract until the Contractor complies, and/or
b. Cancelling, terminating, or suspending a contract, in whole or in part.
6. Incorporation of Provisions. The Contractor will include the provisions of paragraphs 1 through 6 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The Contractor will take action with respect to any subcontract or procurement as the Sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the Contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the Contractor may request the Sponsor to enter into any litigation to protect the interests of the Sponsor. In addition, the Contractor may request the United States to enter into the litigation to protect the interests of the United States.
Title VI Clauses for Construction/Use/Access to Real Property Acquired Under the Activity, Facility, or Program
The following clauses will be included in deeds, licenses, permits, or similar instruments/agreements entered into by the Kenton County Airport Board pursuant to the provisions of the Airport Improvement Program grant assurances.
Title VI List of Pertinent Nondiscrimination Acts and Authorities
During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “Contractor”) agrees to comply with the following non-discrimination statutes and authorities; including but not limited to:
General Requirements: The Contractor must provide all labor, materials, equipment, and transportation necessary for the bulk delivery of Ultra-Low Sulfur Diesel (Clear and Dyed) and 87 Octane Unleaded Gasoline.
Fuel Quality: All fuels must meet or exceed ASTM and Kentucky state quality standards. KCAB reserves the right to request a Certificate of Analysis (COA) for any delivery.
Pricing Formula: Invoicing must follow the Floating Index + Fixed Differential model. The Index shall be the Daily OPIS Cincinnati, OH Rack Average on the date of delivery (lifting).
Spill Prevention: Contractor is solely responsible for the immediate containment and cleanup of any spills occurring during the delivery process in accordance with CVG’s Spill Prevention, Control, and Countermeasure (SPCC) plan.
Emergency Priority: As an airport operator, KCAB requires "Essential Service" status. In the event of a regional fuel shortage or natural disaster, the Contractor must prioritize CVG deliveries to maintain national transportation security.
The successful proposer shall furnish a payment bond to KCAB by a surety company duly authorized to do business in the Commonwealth of Kentucky in the amount of one hundred percent (100%) of the annual contract amount. The payment bond furnished by the successful proposer must be executed by the owner, a general partner or, if a corporation, the secretary's signature and the seal of the corporation must be affixed. This bond must remain in effect for the length of the agreement. The agent of the surety must exhibit certificate or license showing legal rights of the surety to do business in the Commonwealth of Kentucky.
This Contract incorporates by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part time workers. The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor – Wage and Hour Division.
This Contract incorporates by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. Contractor must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The Contractor retains full responsibility to monitor its compliance and their subcontractor’s compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). Contractor must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor – Occupational Safety and Health Administration.
1. Policy. It is the policy of the United States DOT that Disadvantaged Business Enterprises (DBE) as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds. Consequently, the DBE requirements of 49 CFR Part 26 may apply to this Contract.
2. DBE Obligation. The Contractor and its subcontractors, successors and assigns agree to insure that DBEs, as defined in 49 CFR Part 26, have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds. In this regard, the Contractor and its subcontractors, successors and assigns shall take all necessary and reasonable steps in accordance with 49 CFR Part 26 to insure that DBEs have the maximum opportunity to compete for and perform contracts. The Contractor, its subcontractors, successors and assigns, shall not discriminate on the basis of race, color, national origin, gender, physical disability, or veteran's status in the award and performance of DOT assisted contracts.
Per 49 CFR Part 26, the Owner has adopted a DBE Program, incorporated by reference, including overall goals applicable to this Contract. Contractor must comply with the requirements of 49 CFR Part 26, regulations of the U.S. Department of Transportation, and the Owner’s most current DBE Program, including any updates or revisions during the term of the Contract. The DBE Program Goals and Policies can be found in their entirety here: https://www.cvgairport.com/business/business-opportunities/business-diversity/. These regulations impose goals for DBE participation in applicable projects at the Airport. The Owner encourages Contractor to voluntarily include significant involvement with socially and economically disadvantaged business enterprises in operations under its agreements with the Owner. Contractor’s failure to carry out these requirements is a material breach which may result in the termination.
Contractor agrees to negotiate in good faith the incorporation into this Contract any and all statutes, rules and regulations which may now or during the term of this Contract be required by the FAA or other governmental agency as a prerequisite to or a condition of the Board and/or Contractor receiving any federal or state grant or loan or other governmental assistance.
Provide supporting documentation verifying that the firm and assigned staff meet all requirements listed in Section 2.7.4. Please organize documentation by the four categories listed below:
Experience: Minimum of five (5) consecutive years of experience servicing large-scale clients.
IRS Form 637 Registration: Mandatory for all entities involved in the sale, use, or transport of taxable fuels who are authorized to conduct tax-free transactions or claim federal fuel tax credits.
Licensing: Valid Kentucky Wholesale Distributor’s License and active registration with the Kentucky Secretary of State.
Safety Training: Drivers must be certified in HAZMAT handling.
Provide a brief history of your company, including the number of years in the fuel delivery business and the location of the dispatch locations that would service KCAB.
Provide a summary of your delivery fleet (e.g., tank capacities, metered delivery capabilities) to ensure compatibility with our site tanks.
Describe your ability to provide fuel during natural disasters, power outages, or regional shortages. Do you have "First Priority" status with your suppliers?
Provide three (3) current commercial or government client references for whom you have provided services of similar volume and complexity within the past three (3) years. For each reference, include the primary contact’s name, title, direct phone number, and email address.
State in writing all exceptions to this ITB attached. 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”.
State in writing all exceptions to this ITB or sample contract attached. 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”.
Please download the below documents, complete, and upload.
By submitting a bid, the bidder consents to its use and acceptance of electronic signatures to execute any awarded contract and associated agreements. Bidder agrees to be bound by electronic signatures to the same legal effect and extent as if manually signed. KCAB expects the successful bidder will execute any awarded contract using KCAB’s electronic signature service unless the bidder includes an exception with its proposal signifying its desire to sign manually. Included with the bid, bidders must identify the following information regarding the person with full authority to legally bind proposer and sign agreements on its behalf:
Please provide this information in the next questions.
Proposers must identify the following information regarding the person with full authority to legally bind proposer and sign agreements on its behalf:
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Example: one (1) year or two (2) years
If requesting a Contract Amendment, Contract Extension, or Task Order please enter N/A.
If requesting a Contract Amendment, Contract Extension, Task Order, Master Agreement or New Contract please select No below.
Example: two (2) additional one-year terms
Enter yes for 'or equal' language to be included.
10 days
Example: thirty (30) days
Example: once per shipment
Are there minimum qualifications required to perform this service?
Q (Bid Tabs): Would you be able to release past bid tabs please?
A: Previous bid tabulations are available via PlanetBids or a formal Open Records Request. While prior solicitations were similar, they featured different quantities than the current ITB. Quantities provided in this solicitation are estimated annual usage figures based on historical data; bidders should review the current bid schedule thoroughly.
Q (Question #1): Could you please provide details on which product should be delivered to each respective site?
A: 95 Field Maintenance Drive - All Products (Unleaded, On-Road Diesel, Off-Road Diesel) NARFF (North Airfield Rescue and Fire Fighting) - On-Road Diesel Bus Garage - Unleaded
Q (Question #2): Could you please provide information regarding the product volumes for each site?
A: The 95 Field Maintenance site serves as the primary storage hub, featuring a dedicated 5,000-gallon tank for Off-Road Diesel, alongside larger 20,000-gallon tanks for Unleaded, On-Road, and Off-Road fuel. Both the Shuttle Operations (Bus Garage) and the NARFF (North Airfield Rescue and Fire Fighting) facilities are equipped with 10,000-gallon tanks to support their respective requirements.
Q (No subject): What is the requested ethanol gasoline grade? E10?
A: Yes, the fuel requirement for unleaded gasoline at all specified locations is for 87 Octane containing a maximum of 10% Ethanol (E10).
Q (No subject): Do bidders need to include a pump charge for the above ground tanks or is their an onsite pump?
A: Bidders are required to provide their own pumping equipment for delivery, as there is no onsite pump available.
Q (No subject): Are the renewal terms mutual or unilateral?
A: The renewal options for this solicitation are mutual/bilateral.
Q (No subject): Is there a need for a winter additive? If yes, what are the designated winter months?
A: The successful proposer must provide a winter additive upon request, which will be ordered on a per-load basis as conditions necessitate rather than during a predetermined set of months.
Q (No subject): Is the requested OPIS Index Gross or Net?
A: The OPIS index used for this solicitation is Gross.
Q (No subject): As this bid is for 24 months as a base contract, does KCAB allow for an annual adjustment to prices due to product price or freight costs, with sufficient justification?
A: No. The fixed differential (including freight, overhead, and profit) must remain firm for the 24-month base term. However, any fluctuations in the product price itself are accounted for through the daily OPIS Daily Average index as specified in the solicitation.
Q (No subject): Please provide a Bill of Lading.
A: A sample Bill of Lading will be provided to the successful proposer at the time of the contract award.
Q (No subject): Please confirm there are no bonding requirements.
A: Confirmed. There are no bid, performance, or payment bonding requirements for this solicitation.
Q (No subject): What is a typical delivery load at North Arff? Will split deliveries be accepted?
A: Typical deliveries to the North ARFF are approximately 3,500 gallons and are generally handled as split loads with the remaining balance delivered to Field Maintenance; a delivery truck equipped with an integrated pump is required for the North ARFF location.
Q (No subject): How many tanks are located at the Fleet Maintenance site?
A: There are four (4) tanks.
Q (No subject): How will the local business preference be calcuated?
A: Preference for Kentucky resident bidders will be applied in accordance with Kentucky law (specifically KRS 45A.490 to 45A.494), which provides for a reciprocal preference against bidders from states that give preference to their own resident bidders.
Q (No subject): What percentage preference is given to local Kentucky bidder’s?
A: Kentucky follows a Reciprocal Preference model under KRS 45A.494. The percentage given to a Kentucky bidder is exactly equal to the preference that an out-of-state bidder's home state gives to its own residents.
Q (No subject): On the price sheet what price do you want us to put in the "Estimated Differential Total?" Would it be our Fixed Differential per gallon multipled by the Quantity?
A: Yes, that is correct. To calculate the Estimated Differential Total, you would multiply your Fixed Differential per gallon by the Estimated Quantity provided for that line item. This should include all your add-on costs that you want to remain firm for the base term. Calculation: Fixed Differential x Estimated Quantity = Estimated Differential Total
Q (No subject): Will the Airport Authority allow Fuel Surcharges to be itemized separately on invoices as a pass-through cost? Given the current volatility in the global fuel market due to the conflict with Iran, may freight-related fuel surcharge adjustments be applied independently of the submitted bid price, which already includes standard freight charges?
A: No. Fuel surcharges may not be itemized as a pass-through cost. All delivery-related expenses, including freight and any associated surcharges, must be included in your Fixed Differential, which remains firm for the 24-month base term. Since this solicitation utilizes an OPIS-indexed pricing model, the fluctuating cost of the product itself is already captured and adjusted weekly.
Q (No subject): Are we able to use third party common carriers for the delivery of fuel?
A: The use of third-party common carriers for fuel delivery would be acceptable.
Q (No subject): What is the basis of award for this bid?
A: See Section 2.10. of the bid.
Q (No subject): Are the renewal year options unilateral or bilateral?
A: The renewal options for this solicitation are bilateral.
Q (No subject): Can you please provide a list of what taxes the CVG Airport Authority is exempt from?
A: KCAB is a tax-exempt entity of the Commonwealth of Kentucky. As such, it is exempt from federal excise taxes and Kentucky state sales and use taxes on direct purchases. This exemption applies only to direct purchases made by KCAB and does not extend to purchases made by contractors or vendors.
Q (No subject): Is the CVG Airport Authority exempt from any taxes?
A: Yes.
Q (No subject): Are all locations accessible for delivery via a transport truck?
A: All delivery locations are fully accessible by transport truck.
Q (No subject): What products does the Bus Maintenance Facility located at 2485 Spence Drive, Hebron KY currently receive?
A: Unleaded
Q (No subject): What product does the North ARFF located at 3361 Logan Road, Hebron, KY current receive?
A: On-Road Diesel
Q (Airfield Mainteance Faiclity ): What product does the Airfield Mainteance Faiclity located at 951 Field Maintenance, Drive, Erlanger, KY currently receive?
A: Unleaded, On-Road Diesel, and Off-Road Diesel
Q (Average Delivery Size ): What is the average delivery size for each product and delivery site?
A: The average delivery sizes per load are approximately 8,500 gallons of unleaded and 7,500 gallons of on-road and off-road diesel for Field Maintenance, while Shuttle Ops typically receives 8,000 gallons of unleaded.
Q (Award Date ): What is the anticipated award date of this contract?
A: As outlined in the solicitation, the anticipated contract commencement date is June 25, 2026.
Q (Current Supplier ): Who is your current fuel supplier?
A: The information regarding the current fuel supplier will not be disclosed during the solicitation process; however, this information can be shared with the successful proposer upon contract award or provided in response to a formal Open Records Request.
Q (No subject): I’d like to request the bid tabulation and awarded contract documents for the previous solicitation for 26-019-ITB-commodities Diesel Fuel and Unleaded Gasoline
A: To obtain the bid tabulation and the final awarded contract documents, please submit a formal Open Records Request. These documents are part of the public record and are made available through our formal disclosure process rather than through OpenGov's RFP portal. You may file your request through the following channel: https://www.cvgairport.com/business/about/notices/open-records/
Q (Licensing): Is CVG Federal Excise Tax Exempt? If so, is this the only tax exemption?
A: KCAB is a tax-exempt entity of the Commonwealth of Kentucky. As such, it is exempt from federal excise taxes and Kentucky state sales and use taxes on direct purchases. This exemption applies only to direct purchases made by KCAB and does not extend to purchases made by contractors or vendors.
Q (No subject): Will DBE policy requirements listed in the bid be added to the contract?
A: The Government Provisions section has been removed. Please reference the Government Provisions shown as Exhibit B on the Proposed Agreement under the Attachments tab. Please see Addendum 2.
Q (No subject): Will government provisions (executive orders 12898, 13166) listed as required in the bid be added to the contract?
A: The Government Provisions section has been removed. Please reference the Government Provisions shown as Exhibit B on the Proposed Agreement under the Attachments tab. Please see Addendum 2.
Q (No subject): We would like to confirm that no addenda have been released yet as we have not seen any posted as of the time of asking this question.
A: An Addenda was released this afternoon, addressing the initial term in section 3.D.
Q (Award timeline): When will the award be announced and when will the bid tabulations be released?
A: The award will be announced once an agreement has been reached with the successful proposer. Bid tabulations will be available following the award announcement and may be requested via a formal Open Records Request.
Q (No subject): Are there an additional invoicing requirements other the ones described in the bid?
A: There are no additional invoicing requirements beyond what is stated in the bid. One invoice is required per delivery.
Q (No subject): The bid requested Daily OPIS, however the answer for question nine states the product price will be adjusted weekly via the OPIS index. Please confirm the requested OPIS index is same day delivery OPIS Avg. and not weekly OPIS avg.
A: The product price must be based on the OPIS Daily Average for the date of delivery. The reference to a weekly adjustment in Question No. 9 was in error; the price will fluctuate daily in accordance with the OPIS index.
Q (No subject): Per page 1, 3.D. of the provided contract," The base price payable by KCAB may be adjusted by KCAB upon review and renegotiation with the Contractor after the first year and succeeding years thereafter. Any adjustment made pursuant to the review and negotiation shall be based upon the change of the Consumer Price Index published quarterly for the Cincinnati/Northern Kentucky metropolitan area by the United States Department of Labor, Bureau of Labor Statistics. Such review, if applicable, will be based upon the Index at the end of the preceding twelve months." However the provided answer to question No. 9 states the fixed differential must remain firm for the 24-month base term. Please clarify which of the two conflicting statements will be in the actual Fuel Contract.
A: The fixed differential remains firm for the 24-month base term. Please refer to Addendum 1 for the updated contract language.
Q (No subject): Will KCAB consider exceptions submitted with Bidder's proposal to the Government Clauses section of the proposed contract? There is a need to take exception to many of the listed provisions.
A: KCAB will not accept exceptions to the Government Clauses section of the contract. These provisions are mandatory requirements of federal and state law and must be incorporated into the final agreement without modification.
Q (No subject): For the pricing schedule, when they are asking for the fixed differential total, are they asking for the gallons times the fixed diff, or is something else going in that column. For the “no bid” is that only for if we elect not to bid on that line item?
A: 1. Fixed Differential Total: Yes. This column should reflect the calculation of the Estimated Annual Gallons multiplied by the Fixed Differential bid per gallon. 2. No Bid: Correct. The "No Bid" designation should only be used for specific line items for which the vendor is choosing not to submit a proposal.
Q (No subject): Do all three sites have the ability to split a truckload with all of the other sites?
A: Yes. All three sites are physically accessible by standard transport vehicles. However, please note that there are two (2) separate departments responsible for ordering. Orders are placed independently and are not combined for the purposes of delivery or invoicing.
Q (No subject): The North ARFF site is noted as less-than-truckload - can you clarify if a full transport (FTL) truck can physically access and allow delivery to this site?
A: A full transport (FTL) truck can physically access the North ARFF site. However, the storage tanks at this location do not have the capacity to accept a full transport load in a single drop. Therefore, this site must be serviced as a Less-Than-Truckload (LTL) delivery, which may be split between the North ARFF and Field sites.
Q (No subject): Would CVG be open to vendor-installed tank monitoring, with the vendor managing inventory to maintain levels above a 50% threshold?
A: KCAB is open to reviewing proposals for vendor-installed tank monitoring and vendor-managed inventory as a value-added service; however, the cost of any such equipment and its maintenance must be included in the Fixed Differential. KCAB reserves the right to maintain final authority over order quantities to ensure operational readiness.
Q (No subject): What months are winter additives required?
A: Additives are requested on a per-load basis as weather conditions necessitate, rather than during a predetermined set of months. However, they are typically requested November through March.
Q (No subject): Is CVG open to vendors line-iteming a winter additive charge?
A: No. KCAB requires a firm, all-inclusive Fixed Differential. Any anticipated costs for winter additives must be factored into the Fixed Differential bid for the applicable fuel types.
Q (Preferred Method of Payment): What is your preferred method of payment (check, EFT, ACH, other)?
A: KCAB’s preferred method of payment is Check. However, payment via ACH (Electronic Funds Transfer) may also be available.
Q (Biodiesel): Is biodiesel acceptable or forbidden?
A: Biodiesel is not acceptable. All diesel fuel provided under this contract must be Ultra-Low Sulfur Diesel (ULSD), meeting the latest ASTM D975 specifications. KCAB does not currently authorize the use of biodiesel blends (e.g., B5, B20).
Q (Cetane): Is there a diesel cetane minimum?
A: Yes. All diesel fuel delivered must meet a minimum Cetane Index of 40, in accordance with ASTM D975 standards for Ultra-Low Sulfur Diesel (ULSD). Bidders are responsible for ensuring that fuel meets or exceeds this rating at the time of delivery.
Q (Special Fittings): Other than a truck pump, will any tanks require any other special fittings for delivery?
A: No, other than the pump noted for N. ARFF, no other special fitting is required.
Q (All or Nothing): Does CVG intend to award to one vendor? Or multiple vendors?
A: Per Section 2.10 of the ITB, KCAB reserves the right to make a single award or multiple awards based on the evaluation of best value. A final decision will be reached after all bids have been received and evaluated.
Q (Start Date): When is the anticipated start date for this contract?
A: Per Section 2.1 SCHEDULE OF EVENTS, the anticipated contract implementation date is June 25, 2026.
Q (Bid Opening): Will there be an opportunity to listen to the bid opening live via Teams, Zoom, conference call, YouTube, etc.?
A: No. KCAB does not conduct live bid openings. Bids are submitted electronically via the OpenGov portal. Following the evaluation of all submissions and the successful execution of a contract, a summary of the award will be posted to the portal for all participating vendors to view.
Q (OPIS Report): Will an OPIS report be required to be submitted with the invoices?
A: Yes. Bidders must include a copy of the applicable OPIS Daily Average report for the date of delivery with each invoice to verify the base product cost.
Q (Subcontracting / Common Carriers): Regarding question 3 for the proposal submission (Equipment and Fleet), if a bidder is using common carriers to deliver the fuel, will you need their delivery fleet information? Or will a list of intended carriers to use fulfill this answer?
A: If a bidder intends to use common carriers, a list of the intended carriers must be provided. While the fleet paperwork for individual deliveries must state the product being delivered, the proposal requires a list of carriers to ensure they meet KCAB’s operational and security standards.
Q (5,000-gallon tank for Off-Road Diesel): Regarding this statement "The 95 Field Maintenance site serves as the primary storage hub, featuring a dedicated 5,000-gallon tank for Off-Road Diesel" - is this 5,000-gallon tank above or below ground? What is the average delivery size to this tank?
A: The 5,000-gallon Off-Road Diesel tank is an Underground Storage Tank (UST) that is typically topped off during a combined 7,500-gallon delivery cycle shared with the adjacent 20,000-gallon tank to maximize efficiency.
Q (Date Confirmation): To confirm, the award date AND start date of this contract is the same date of 6/25/26?
A: No. The Award Date is determined by when a final agreement is reached with the successful proposer(s). The Contract Implementation Date (Start Date) is anticipated to be June 25, 2026, as outlined in the project timeline below. Release Project Date: April 2, 2026 Deadline for Questions: April 9, 2026 Answers to Questions Issued: April 16, 2026 Proposals Due: April 23, 2026, 2:00 PM Anticipated Contract Implementation: June 25, 2026
Q (Annual Volume): Can you please break down the annual volume by location and fuel type?
A: Historical Annual Fuel Volume (2022–2025) • Gasoline, Unleaded (87 Octane) - Note: Combined totals for Fleet and Bus operations. o 2022: 202,205 gal o 2023: 285,114 gal o 2024: 259,592 gal o 2025: 268,983 gal • Diesel, #2 On-Road (Clear) o 2022: 40,727 gal o 2023: 30,025 gal o 2024: 29,915 gal o 2025: 52,521 gal • Diesel, #2 Off-Road (Dyed) o 2022: 26,819 gal o 2023: 19,593 gal o 2024: 16,515 gal o 2025: 37,509 gal Disclaimer: These figures reflect historical usage for Field Maintenance and ARFF. The total contract estimate of 2.7 million gallons includes bulk requirements for the CVG Fuel Farm. Historical data is provided for informational purposes only; KCAB does not guarantee future volumes or minimum purchase requirements based on these numbers.
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.