SLED Opportunity · KENTUCKY · CINCINNATI NORTHERN KENTUCKY INTERNATIONAL AIRPORT

    EMS Supplies

    Issued by Cincinnati Northern Kentucky International Airport
    localITBCincinnati Northern Kentucky International AirportSol. 243493
    Closed
    STATUS
    Closed
    due Apr 9, 2026
    PUBLISHED
    Mar 19, 2026
    Posting date
    JURISDICTION
    Cincinnati Northern
    local
    NAICS CODE
    423450
    AI-classified industry

    AI Summary

    KCAB seeks bids for EMS supplies to support its Aircraft Rescue and Firefighting Department at Cincinnati Northern Kentucky International Airport. Bids due April 9, 2026. Requirements include online ordering, emergency resupply capability, and bonding. Compliance with civil rights and safety regulations is mandatory.

    Opportunity details

    Solicitation No.
    243493
    Type / RFx
    ITB
    Status
    open
    Level
    local
    Published Date
    March 19, 2026
    Due Date
    April 9, 2026
    NAICS Code
    423450AI guide
    Agency
    Cincinnati Northern Kentucky International Airport

    Description

    The Kenton County Airport Board (“KCAB”) will receive bids for EMS Supplies.

    The deadline for questions is Wednesday, April 8, 2026, at 11:59 pm, and answers to those questions will be posted no later than Monday, April 13, 2026, at 11:59 pm. Bids must be received by Thursday, April 16, 2026, at 2:00 pm. No bids will be accepted after that time unless such date or time is extended pursuant to an addendum issued by KCAB.

    Background

    The Kenton County Airport Board ("KCAB") is seeking bids for a contractor to supply EMS Supplies for its Aircraft Rescue and Firefighting (ARFF) Department to ensure continuous operational readiness in responding to emergencies at KCAB.

    Project Details

    • Reference ID: 26-017-ITB -Commodities
    • Department: Aircraft Rescue and Firefighting (ARFF)
    • Department Head: Ray Dabbelt (Chief)

    Important Dates

    • Questions Due: 2026-04-09T03:59:00.000Z
    • Answers Posted By: 2026-04-14T03:59:00.000Z

    Addenda

    • Addendum #1 (released 2026-03-19T13:52:03.296Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #2 (released 2026-04-02T19:29:14.981Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #3 (released 2026-04-02T19:55:08.082Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #4 (released 2026-04-13T20:49:04.643Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    Evaluation Criteria

    • Scope of Services

      KCAB is soliciting bids for EMS Supplies that meet the following requirements:

      1. Bidders who demonstrate the ability to supply all of the EMS Supplies listed in Section 3.1, Table 1 will be evaluated more favorably.
      2. Contractor must have existing online ordering capabilities. 
      3. Contractor must designate and maintain at least one (1) representative for questions regarding KCAB orders and in-person product demonstrations and discussions with ARFF personnel, as needed, 
      4. Contractor must have the capability to provide emergency and disaster resupply items within twenty-four (24) hours of a major incident, including 24/7 access to a representative for coordination of supply needs.
      5. Contractor must offer discounted pricing on items not included in the EMS Supplies listed in Section 3.1, Table 1.
    • Bid Bond

      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.

    • Performance Bond

      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.

    • CIVIL RIGHTS – GENERAL CIVIL RIGHTS PROVISIONS AND CONTRACTUAL REQUIREMENTS

      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, creed, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the Contractor and subcontractors from the bid solicitation period through the completion of the contract.

    • Delivery Requirements

      EMS Supplies must be delivered to the Central Warehouse located at 300 Maintenance Court, Hebron, Kentucky 41048 between the hours of 7:00 a.m. and 4:30 p.m. ET Monday through Friday.

      Lead time for delivery of EMS Supplies must be no more than 14 days from receipt of order, unless an alternate delivery timeframe is mutually agreed upon between the Parties for specific items.

    • Minimum Qualifications

      Bidder must meet the following minimum qualifications:

      TBD

    • Payment Bond

      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.

    • CIVIL RIGHTS – TITLE VI ASSURANCE

      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:

       

      1. Compliance with Regulations.  The Contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this Contract.

       

      1. Nondiscrimination.  The Contractor, with regard to the work performed by it during the Contract, will not discriminate on the grounds of race, color, national origin, creed, sex, age, or disability in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor will not participate either directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the Contract covers any activity, project, or program set forth in Appendix B of the 49 CFR part 21 including amendments thereto.

       

      1. Solicitations for Subcontracts, including procurements of Materials and Equipment.  In all solicitations either by competitive bidding or negotiation made by Contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier will be notified by Contractor of contractor’s obligations under this Contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin.

       

      1. Information and Reports.  The Contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by KCAB or the FAA to be pertinent to ascertain compliance with such Nondiscrimination Acts and Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor will so certify to KCAB or the FAA, as appropriate, and will set forth what efforts it has made to obtain the information.

       

      1. Sanctions for Noncompliance.  In the event of Contractor's non-compliance with the non-discrimination provisions of this Contract, KCAB will impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to:

      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 onethrough six in every subcontract, including procurements of materials and leases of equipment, unless exempted by the Acts, the Regulations, and directives issued pursuant thereto. The Contractor will take action with respect to any subcontract or procurement as KCAB or the FAA may direct as a means of enforcing such provisions including sanctions for non-compliance. Provided, that if the Contractor becomes involved in, or is threatened with litigation with a subcontractor or a supplier as a result of such direction, the Contractor may request KCAB to enter into any litigation to protect the interests of KCAB. In addition, Contractor may request the United States to enter into the litigation to protect the interest of the United States.

       

      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:


      •Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibitsdiscrimination on the basis of race, color, national origin);
      •49 CFR part 21 (Non-discrimination In Federally-Assisted Programs of The Departmentof Transportation—Effectuation of Title VI of The Civil Rights Act of 1964) includingamendments thereto;
      •The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970,(42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property hasbeen acquired because of Federal or Federal-aid programs and projects);
      •Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended,(prohibits discrimination on the basis of disability); and 49 CFR part 27(Nondiscrimination on the Basis of Disability in Programs or Activities Receiving FederalFinancial Assistance);
      •The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibitsdiscrimination on the basis of age);
      •Airport and Airway Improvement Act of 1982, (49 U.S.C. § 47123), as amended, (prohibitsdiscrimination based on race, creed, color, national origin, or sex);
      •The Civil Rights Restoration Act of 1987, (P.L. 100-259) (broadened the scope, coverageand applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Actof 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition ofthe terms “programs or activities” to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities areFederally funded or not);
      •Titles II and III of the Americans with Disabilities Act of 1990 (42 U.S.C. § 12101, et seq)(prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities) as implemented by Department of Transportation regulations at 49 CFR Parts 37 and 38; • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. § 1681 et seq).

       

    • Federal Fair Labor Standards Act (Federal Minimum Wage)

      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 fro

    • Occupational Safety and Health Act of 1970

      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.

    • INCORPORATION OF REGULATIONS

      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.

    Submission Requirements

    • Online Ordering (required)

      Briefly describe your company's existing online ordering capabilities and provide the website link where orders can be placed.

    • Designated Representative (required)

      Confirm your company will designate and maintain at least one (1) representative for questions regarding KCAB orders and availability for in-person product demonstrations and discussions with ARFF personnel, as needed.

    • Emergency and Disaster Resupply (required)

      Confirm your company has the capability to provide emergency and disaster resupply items within twenty-four (24) hours of a major incident, including 24/7 access to a representative for coordination of supply needs.

    • Provide a copy of your Certificate of Insurance (required)
    • Exceptions to ITB or Sample Contract (required)

      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”.

    • Product Catalog (required)

      If available, provide an electronic catalog showing all available EMS Supply products.

    • Exceptions to ITB (required)

      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”.

    • Resident & Non Resident Status Forms (required)

      Please download the below documents, complete, and upload.

    • Confirmation (required)

      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:

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

      Please provide this information in the next questions.

    • Provide the following: (required)

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

      1. Full Name;
      2. Position Title; and
      3. Email Address.
    • Performance Bond (REPLACE FILE) (required)

      Please download the below documents, complete, and upload.

    • Proposal Bond (REPLACE FILE) (required)

      Please download the below documents, complete, and upload.

    • Surety Bond Affidavit (REPLACE FILE) (required)

      Please download the below documents, complete, and upload.

    • Provide the name of the requested commodity: (required)
    • Are you awarding via Purchase Order? (required)
    • The term of the agreement will be for ________. (required)

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

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

    • Will there be renewals? (required)

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

    • with an option to renew for____________. (required)

      Example: two (2) additional one-year terms

    • Does your specification include trade or brand names? (required)

      Enter yes for 'or equal' language to be included.

    • What is the maximum lead time that will be accepted? (required)

      10 days

    • Will surety be needed? (required)
    • Bid surety is forfeited to KCAB if the successful proposer fails to execute a contract within ________ after notification of award of contract. (required)

      Example: thirty (30) days

    • Please select the which of the following you will be using: (required)
    • Will the Contractor be required to have badges or keys? (required)
    • The successful proposer shall issue an invoice __________ for work performed along with supporting data. (required)

      Example: once per shipment

    • Additional comments:
    • Minimum Qualifications (required)

      Are there minimum qualifications required to perform this service?

    • List the minimum qualifications required (required)

    Questions & Answers

    Q (Required Mfg. No Subs): You have listed Curaplex as a Required Mfg. No Subs, this is a private label for Distributor Boundtree Medical, it is not a mfg. will you accept an equal or better product where you have listed Curaplex?

    A: See section 2.8 and revised Table 1 in section 3.1 in ITB Addendum #2.


    Q (2.11 Award #9 & 3.1 Pricing Proposal): 2.11 indicates we can change pricing after the 1st 12 months of the 3 year contract, 3.1 states pricing has to be firm/fixed for 3 years? Which is correct. Manufacturers will not hold pricing for even one year at this time due to the uncertainty in the market place right now

    A: See revised language in section 3.1 in ITB Addendum #2.


    Q (BID): May you bid on parts only, or is this an all or none bid?

    A: See revised language in section 2.7.1.A in ITB Addendum #2.


    Q (Signatures): Will DocuSign be acceptable for signatures

    A: Yes


    Q (Award): Do we have to bid all line items to be considered for an award

    A: See revised language in section 2.7.1.A in ITB Addendum #2.


    Q (Product List): We will need the manufacturer item# for all items on the bid in order to properly complete. Most descriptions are too vague to properly identify the item requested.

    A: See revised Table 1 in section 3.1 in ITB Addendum #2. Item descriptions have been revised to provide clarity and manufacturer part numbers provided for specific items.


    Q (Lines 46-48): Are the blades disposable or reusable?

    A: The blades are reusable blades.


    Q (Line 44): Should this be a fiber optic handle to be used with lines 46-48?

    A: Fiber optic.


    Q (Line #127): Laerdal has discontinued the baby no neck collar. Will substitutes be accepted or will this line be removed?

    A: Substitutes will be accepted.


    Q (Exceptions to T&Cs): If there are terms and conditions or insurance requirements Vendor cannot agree to, will KCAB allow Vendor to submit exceptions with the bid submission?

    A: See section 4.1 "Vendor Questionnaire" item #5 "Exceptions to ITB or Sample Contract"


    Q (Award Consideration): Section 2.7.1 Subsection A states that "the successful bidder must be able to provide all of the EMS supplies". Will this bid be awarded as an all or none criteria to only 1 vendor? Can we still submit a bid if we are unable to provide everything?

    A: See revised language in section 2.7.1.A in the ITB Addendum #2.


    Q (Line# 165 ): Please provide the manufacturer # for this line. I do not believe they have a pre-connect system in the pediatric version.

    A: See revised Table 1 in section 3.1 in the ITB Addendum #2.


    Q (Unit of Measure Per Item): Can you clarify the each per unit of measure quantities for all items? For example, Line Item #117 - Bandage, Knuckle, Flexible Fabric states 1 box but not how many are in each box compared to Line Item #107 specifies 12 per box.

    A: See revised Table 1 in section 3.1 in the ITB Addendum #2. Item descriptions have been revised for clarity and manufacturer part numbers provided for specific items.


    Q (Unit of Measure variance across bidders): How will you properly compare prices when one bidder may be offering an item that is BX/10 but another bidder using an item that is BX/25.

    A: See revised Table 1 in section 3.1 in the ITB Addendum #2. Item descriptions have been revised for clarity and manufacturer part numbers provided for specific items.


    Q (2nd Unit of Measure question): How do you want vendors to list the quantity per unit of measure that they're offering for each line item?

    A: Table 1 in section 3.1 includes Quantity and Unit of Measure columns for the quantities/units desired by KCAB. Bidders may use the "Bidder Comment" column in Table 1 to include information related to the offered items for consideration.


    Q (3rd Unit of Measure question): Will you accept items with a different quantity per unit of measure than what is listed for each line?

    A: Bidders may use the "Bidder Comment" column in Table 1 to include information related to the offered items for consideration.


    Q (Line Item 100 - Tourniquet): Please clarify the tourniquet you are requesting for line item 100. North American Rescue is listed as the vendor but they do not make the SAM XT item described.

    A: See revised Table 1 in section 3.1 in the ITB Addendum #2.


    Q (4th Unit of Measure question): Many items especially Pharma aren't sold in an EACH format rather they must be sold as a BX/10 or BX/15 etc. How do you want the price reflected in your file if not able to sell on an EACH format?

    A: See revised Table 1 in section 3.1 in the ITB Addendum #2.


    Q (CPI Price Adjustment): Individual item cost changes will always vary compared to the blanket market CPI calculation. Please allow price changes be consider on individual item price change bases rather than market CPI.

    A: Noted. Also see section 4.1 "Vendor Questionnaire" item #5 "Exceptions to ITB or Sample Contract"


    Q (Price Adjustment 3% cap): Considering volatile geopolitical market conditions on an item by item basis can the 3% cap be removed and Kenton consider price changes on the merit of the request at the annual anniversary?

    A: Noted. Also see section 4.1 "Vendor Questionnaire" item #5 "Exceptions to ITB or Sample Contract"


    Q (Price change frequency): The price change timing would potentially mean prices be held for 14, 15, 16+months. Can the price change consideration simply be at the 1 year anniversary and subsequent 1 year anniversaries. Price change submission request deadline being 30 days prior to each 1 year anniversary?

    A: Noted. Also see section 4.1 "Vendor Questionnaire" item #5 "Exceptions to ITB or Sample Contract"


    Q (Price changes outside of base timeframe allowed): If tariffs or other factors beyond the suppliers control cause cost fluctuation, will Kenton allow price changes outside of the base price change timeframe?

    A: Noted. Also see section 4.1 "Vendor Questionnaire" item #5 "Exceptions to ITB or Sample Contract"


    Q (Line #165): The description says "preconnect" system. Please provide the manufacturer item# for this as I am unable to locate a pediatric electrode with a preconnect

    A: Per revised Table 1 in section 3.1 in ITB Addendum #2, STRYKER P/N 230107


    Q (Line#14): Need to know what size needle.

    A: 25 gauge X 5/8"


    Q (Line #161): P/N is listed as 111500 but there is no manufacturer name listed. Please provide a valid mfg name/item#

    A: Our records indicate the manufacturer for that P/N is LITTLE RAPIDS CORPORATION/GRAHAM MEDICAL


    Q (Part #s for No Substitutions): The item numbers listed for the items listed as NO SUB appear to be a distributors numbers not the actual mfg #. We will need to correct manufacturer # for all lines not a distributor #.

    A: See revised Table 1 in ITB Addendum #4. Item descriptions, manufacturers & manufacturer part numbers have been listed to the extent practicable. Bidders should consider Table 1 in conjunction with the language in section 2.8.


    Q (Line #127): The previous answer indicated that substitutes will be accepted but the updated table still shows NO SUB. Will this be updated?

    A: See revised Table 1 ITB Addendum #4.


    Q (Line# 187): I am unable to locate a 250cc Hypertonic Saline 3%. Please provide the mfg. name/item# or will you accept a 500cc bag?

    A: See revised Table 1 ITB Addendum #4.


    Q (Line #163): Ambu Blue Sensor- please confirm the Ambu item# for the electrode requested. 230025 is not an Ambu item#

    A: See revised Table 1 ITB Addendum #4.


    Key dates

    1. March 19, 2026Published
    2. April 9, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.