Active SLED Opportunity · FLORIDA · COUNTY OF FLAGLER

    FIN Taxilane Rehabilitation

    Issued by County of Flagler
    countyIFBCounty of FlaglerSol. 258182
    Open · 13d remaining
    DAYS TO CLOSE
    13
    due May 27, 2026
    PUBLISHED
    Apr 28, 2026
    Posting date
    JURISDICTION
    County of
    county
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    Invitation for Bid for rehabilitation and reconstruction of taxilanes at Flagler Executive Airport, including pavement removal, new asphalt and concrete installation, grading, drainage, and airfield markings. Project includes compliance with federal and local requirements, with a bid due date of May 27, 2026.

    Opportunity details

    Solicitation No.
    258182
    Type / RFx
    IFB
    Status
    open
    Level
    county
    Published Date
    April 28, 2026
    Due Date
    May 27, 2026
    NAICS Code
    237310AI guide
    Jurisdiction
    County of Flagler
    State
    Florida
    Agency
    County of Flagler

    Description

    This project includes rehabilitation/reconstruction of taxilanes serving T-Hangar buildings A, B, and C at the Flagler Executive Airport. Generally, the project includes demolition and removal of existing taxilane pavement sections, demolition and removal of existing concrete parking aprons (which connect the taxilanes to the adjacent hangar facilities), installation of new asphalt pavement sections for the taxilanes, placement of new concrete parking aprons, minor site grading, minor drainage improvements, restoration, and airfield paint markings.

    Background

    Flagler Executive Airport began as a World War II-era U.S. Navy training site known as Naval Outlying Field Bunnell, used to support pilot training operations in northeast Florida; after the war, it was transferred to Flagler County and converted into a public-use airport, later known as Flagler County Airport, serving local aviation needs. In recent decades, significant investment in infrastructure—such as runway upgrades, an air traffic control tower, and expanded facilities—transformed it into a major general aviation hub, leading to its 2015 rebranding as Flagler Executive Airport to reflect its growing role in corporate aviation, with ongoing development, including a new terminal, continuing to modernize and expand its capabilities. As a part of this modernization, airfield pavement improvements continue to be made. The 2024 FDOT Airfield Pavement Management Report reflected the need for reconstruction of the taxilanes which have PCI values ranging between 40 and 56.

    Project Details

    • Reference ID: 26-ITB-013
    • Department: Airport
    • Department Head: Roy Sieger (Director)

    Important Dates

    • Questions Due: 2026-05-15T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-05-08T13:00:00.000Z — 201 Airport Rd, Palm Coast, FL 32164

    Evaluation Criteria

    • Specifications

      See Attachment E, 26-ITB-013 SPECIFICATIONS

    Submission Requirements

    • Bidders Checklist (required)

      Please download the below documents, complete, and upload.

    • Bid Bond
    • Bid Bond (required)

      Please download the below documents, complete, and upload.

    • Forms/Documentation
    • Bid Submittal Form (required)

      Please download the below documents, complete, and upload.

    • Affidavit of Non-Collusion (required)

      Please download the below documents, complete, and upload.

    • Human Trafficking Attestation Pursuant to Section 787.06, Florida Statutes (required)

      Download the attached form, complete, and upload completed form.

    • Certification of Compliance with Florida Trench Safety Act (required)

      Please download the below documents, complete, and upload.

    • Drug-Free Workplace (required)

      Please download the below documents, complete, and upload.

    • E-Verify Acknowledgement (required)

      Please download the below documents, complete, and upload.

    • List of Proposed Subcontractors

      Please download the below documents, complete, and upload.

    • Sworn Statement Pursuant to Section 287.133 FS Public Entity Crimes (required)

      Please download the below documents, complete, and upload.

    • W-9 (required)

      Please attach current W-9 Form

    • Vendor Information Form (required)

      Please download the below documents, complete, and upload.

    • Proof of Insurance (required)

      Please provide Proof of Insurance - evidence of required insurance coverage or proof of insurability in the amounts indicated. If available, a properly completed ACORD Form is preferable. Upon award, final forms must contain the correct solicitation and/or project number and Flagler County contact person.

      Firms that have owner/operators that have filed a "Notice of Election to be Exempt" shall submit a copy with the response

    • Certification of Compliance with FAA Buy American Preference – Construction Projects (required)

      As a matter of bid responsiveness, the bidder or offeror must select one of the options below.  The bidder or offeror must indicate how it intends to comply with 49 U.S.C. § 50101, BABA and other related Made in America Laws, U.S. statutes, guidance, and FAA policies, by selecting one of the following certification statements.  These statements are mutually exclusive.  Bidder must select one or the other (i.e., not both).

      Type 2 Waiver (Nonavailability) - The iron, steel, manufactured goods or construction materials or manufactured goods are not available in sufficient quantity or quality in the United States. The required documentation for the Nonavailability waiver is

      1. Completed Content Percentage Worksheet and Final Assembly Questionnaire
      2. Record of thorough market research, consideration where appropriate of qualifying alternate items, products, or materials including;
      3. A description of the market research activities and methods used to identify domestically manufactured items capable of satisfying the requirement, including the timing of the research and conclusions reached on the availability of sources.

      Type 3 Waiver – The cost of components and subcomponents produced in the United States is more than 60 percent of the cost of all components and subcomponents of the “facility/project.” The required documentation for a Type 3 waiver is:

      1. Completed Content Percentage Worksheet and Final Assembly Questionnaire including;
      2. Listing of all manufactured products that are not comprised of 100 percent U.S. domestic content (excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non-domestic products in their entirety).
      3. Cost of non-domestic components and subcomponents, excluding labor costs associated with final assembly and installation at project location.
      4. Percentage of non-domestic component and subcomponent cost as compared to total “facility” component and subcomponent costs, excluding labor costs associated with final assembly and installation at project location. 

      Type 4 Waiver (Unreasonable Costs) - Applying this provision for iron, steel, manufactured goods or construction materials would increase the cost of the overall project by more than 25 percent. The required documentation for this waiver is:

      1. A completed Content Percentage Worksheet and Final Assembly Questionnaire from
      2. At minimum two comparable equal bids and/or offers;
      3. Receipt or record that demonstrates that supplier scouting called for in Executive Order 14005, indicates that no domestic source exists for the project and/or component;
      4. Completed waiver applications for each comparable bid and/or offer.
    • Tax Delinquency and Felony Convictions (required)

      The applicant must indicate its current status as it relates to tax delinquency and felony conviction by selecting the appropriate response. The applicant agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts.

       

      If an applicant responds in the affirmative to either of the above representations, the applicant is ineligible to receive an award unless the Sponsor has received notification from the agency suspension and debarment official (SDO) that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government’s interests.  The applicant therefore must provide information to the owner about its tax liability or conviction to the Owner, who will then notify the FAA Airports District Office, which will then notify the agency’s SDO to facilitate completion of the required considerations before award decisions are made.

       

      Term Definitions

       

      Felony conviction: Felony conviction means a conviction within the preceding twenty four (24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. Code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 USC § 3559.

       

      Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.

       

    • Acknowlegements
    • Registration on SAM.gov (required)

      For any federally funded project, bidder agrees to register on SAM.gov if awarded a contract under this solicitation.

    • Please provide your UEI# (required)
    • Registration on Sunbiz.org (required)
    • Please provide your Sunbiz.org Document Number (required)
    • Please upload your Sunbiz.org certificate. (required)
    • References

      Provide a minimum of five (5) projects performed by the Firm and completed within the last five (5) years, which are similar in type of scope and complexity.  References from projects that are at substantial completion will be accepted. (A Reference from Flagler County is not acceptable). The contact person provided shall be a person who has personal knowledge of the Bidder’s performance for the specific requirements listed and is aware the County may be contacting them. 

       

    • References Form (required)

      Please download the below documents, complete, and upload.

    • Procurement Type (required)

      This may seem like a redundant question as you have already selected a template. However, to quickly enter the procurement/solicitation type automatically in multiple areas throughout the document without having to do so manually you need to confirm your procurement/solicitation here.

      The selection you make here should be consistent with the selected template or you will need to start a new project/solicitation using the correct template.

    • Pre-Solicitation Meeting? (required)

      Is there a pre-solicitation meeting that will occur?

      If so, is this pre-solicitation meeting mandatory or non-mandatory?

    • Local Preference? (required)

      Does local preference apply to this solicitation/project?

    • Initial Contract Term (required)

      Fill in the blank with length of the initial contract term.

      Examples:

      one (1) year

      two (2) year

      three (3) year

      until project completion

    • Contract Renewals (required)

      Fill in the blank with length of the appropriate renewals.

      Examples:

      one (1) subsequent one (1) year renewal

      two (2) subsequent one (1) year renewals

      three (3) subsequent one (1) year renewals

      four (4) subsequent one (1) year renewals

      No renewals

    • New Material Section? (required)

      Is the "New Material" section in Special Terms and Conditions applicable to this solicitation?

    • Price Redeterminations? (required)

      Do any price redeterminations apply to this solicitation/contract?

    • Wage Redeterminations (required)

      If the county will consider wage redeterminations based on: "Trade, transportation, and utilities" skip this question.

      OR

      If the county will consider wage redeterminations based on something other than "Trade, transportation, and utilities" then enter the category(ies) here.

    • IT Project? (required)

      Is this an IT Project or Software procurement/solicitation?

    • Federal Provisions (required)

      Do Federal Provisions apply to this contract or project?

    • Federal Transit Administration (FTA) Regulations? (required)

      Do Federal Transit Administration (FTA) regulations as indicated in the FTA Master Agreement and Best Practices Procurement applicable to this project?

    • Liquidated Damages? (required)

      Are liquidated damages applicable to this project/contract?

    • Amount of Liquidated Damages (if applicable) (required)

      Enter the amount of liquidated damages per day, using the following format:

      EXAMPLE:

      - Five Thousand Dollars ($5,000) per day

      - One thousand Dollars ($1,000) per day

      For Reference your answer will populate the bold wording below:

      Time is of the essence for this project. Any delays from the dates contained in the Agreement issued to the Contractor shall inconvenience the Public and result in monetary losses and damages to the County. The losses and damages shall be difficult to determine. In the event that the deliverables are not provided by the date set in the resulting Agreement, there shall be deducted, as agreed, fixed liquidated damages from the Agreement price being paid by the County of Flagler. This computed sum shall be: Five Thousand Dollars ($5,000.00) per day, including Saturdays and Sundays.

    • Submittal Bond? (required)

      Is there a submittal bond required for this project?

    • Amount of Submittal Bond (required)

      What is the submittal bond dollar amount required for this project?

      EXAMPLE:

      $5,000

      $10,000

      $15,000

    • Payment and Performance Bond? (required)

      Is a Payment and Performance Bond required for this project?

    • Brand Name or Equal? (required)

      Are "Brand Name or Equals" allowed on this project?

    • Navigable Water? (required)

      Does this project include Navigable Water activities?

    • Insurance Requirements (required)

      Select all that apply for this solicitation/project.

      Commercial General Liability
      Will the commercial general liability policy be provided on a project or location specific basis for the location or project site where the work or services are to be performed under the Agreement? If yes, then select here.

      Garage Liability
      Only select this if Garage Liability is required in the Required Types and Limits of Insurance Chart.

      Garage Keeper's Legal Liability
      Only select this if Garage Liability is required in the Required Types and Limits of Insurance Chart.

      Excess/Umbrella Liability
      Select if Excess/Umbrella Liability is required in the Required Types and Limits of Insurance Chart.

      Motor Vehicle Liability
      Only select this if Automobile Liability is required in the Required Types and Limits of Insurance Chart.

      Professional Liability
      Only select this if Professional Liability is required in the Required Types and Limits of Insurance Chart.

      Installation Floater
      Only select this if Installation Floater is required in the Required Types and Limits of Insurance Chart.

      Builder's Risk Insurance
      Only select this if Builder’s Risk is required in the Required Types and Limits of Insurance Chart.

      Contractor's Pollution Liability
      Only select this if Contractor’s Pollution is required in the Required Types and Limits of Insurance Chart.

      Transportation Pollution Liability
      Only select this if Transportation Pollution Liability is required in the Required Types and Limits of Insurance Chart.

      Pollution Liability
      Only select this if Pollution Liability is required in the Required Types and Limits of Insurance Chart.

      Crime Insurance
      Only select this if Crime Insurance Policy is required in the Required Types and Limits of Insurance Chart.

      Cyber Insurance
      Only select this if Cyber Insurance is required in the Required Types and Limits of Insurance Chart.

      Computer Software and Services (Technology) Errors and Omissions Liability
      Only select this if Computer Software and Services Errors and Omissions Liability is required in the Required Types and Limits of Insurance Chart.

      Protection & Indemnity
      Only select this if Protection & Indemnity is required in the Required Types and Limits of Insurance Chart.

      Marine/Vessel Pollution
      Only select this if Marine/Vessel Pollution is required in the Required Types and Limits of Insurance Chart.

      Aerial Applicator Aviation Insurance
      Only select this if Aerial Applicator Aviation is required in the Required Types and Limits of Insurance Chart.

      Worker's Compensation
      Only select this if Worker's Compensation is required in the Required Types and Limits of Insurance Chart.

      Employer's Liability
      Only select this if Employer's Liability is required in the Required Types and Limits of Insurance Chart.

       

    • Rental Equipment? (required)

      Will the County be renting any equipment for this project?

    • Proposal Acceptance Period (required)

      When/what date should proposals/bids/submittals continue to remain valid until?  Specify a complete date, being sure to note Month, Day Year.

      Example:
      June 30, 2025

    • Indemnification for Grant Funded Projects (required)

      The design professional shall indemnify and hold harmless the County, and its officers and employees, Florida Department of Emergency Management, its employees and/or their contractors (FDEM) and the government of the United States, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professional in the performance of the contract.

      In all claims against FDEM or US, Contractor’s indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or any benefits payable by or for Contractor, or its employees, agents, contractors, or subcontractors.

    Key dates

    1. April 28, 2026Published
    2. May 27, 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.