SLED Opportunity · FLORIDA · TAMPA INTERNATIONAL AIRPORT
AI Summary
Request for Qualifications for General Planning Consultant and Master Plan Update services at Tampa International and other regional airports in Florida.
The Hillsborough County Aviation Authority (Authority), an independent special district, issues this Request for Qualifications (Solicitation) for General Planning Consultant and Master Plan Update for Tampa International, Peter O. Knight, Plant City, and Tampa Executive Airports in accordance with Florida Statute Section 287.055. The Authority welcomes responses to this Solicitation (Response) from all national, regional, and Florida firms.
The Authority was created in 1945 and is an independent special district governed by the Hillsborough County Aviation Authority Act, Chapter 2022-252, Laws of Florida. This Act provides that the Authority will have exclusive jurisdiction, control, supervision, and management over all publicly owned airports in Hillsborough County.
The Authority retains the services of five separate general consultants: two for continuing general consultant services (engineering/architecture), one for environmental services, one for planning, and one for structural engineering services. Additionally, the Authority retains the services of an Automated Transit System (ATS) Design Professional. The selected Respondent will be required to coordinate their services on occasion with the Authority’s current general consultants and the ATS Design Professional.
| Event | Date | Location |
|---|---|---|
| Contract presented to Authority’s Board for award | 2026-08-06T13:00:42.205Z | Authority Boardroom - SkyCenter |
| Final Technical Evaluation Committee Meeting | 2026-05-08T13:30:36.541Z | In-Person: Authority Boardroom - SkyCenter OR Microsoft Teams ® Meeting ID: 254 786 695 157 83 Passcode: ob75YV2A Click here to join the Microsoft Teams Meeting: https://teams.microsoft.com/l/meetup-join/19%3ameeting_MWRjMGI1N2YtOTNiNy00YTlkLWIyOGQtZTBkNmQ1YTYyYzUz%40thread.v2/0?context=%7b%22Tid%22%3a%22a167a14b-a6cc-4d14-802d-3de615710e8b%22%2c%22Oid%22%3a%22f5f46a19-79d3-4b3d-ba9d-d8fd6a15077f%22%7d |
| Selection by Authority’s Board | 2026-06-04T13:00:09.524Z | Authority Boardroom - SkyCenter |
| Minimum Qualifications Meeting | 2026-04-16T14:00:21.692Z | In-Person: Conference Room SC4-C3 - SkyCenter OR Microsoft Teams ® Meeting ID: 268 616 203 647 80 Passcode: WU7dG7Cj Click here to join the Microsoft Teams Meeting: https://teams.microsoft.com/l/meetup-join/19%3ameeting_NjdkNDJmMDMtZTJhNy00Y2VhLWEyNzItMTEwZjk2YWJkMGY2%40thread.v2/0?context=%7b%22Tid%22%3a%22a167a14b-a6cc-4d14-802d-3de615710e8b%22%2c%22Oid%22%3a%22f5f46a19-79d3-4b3d-ba9d-d8fd6a15077f%22%7d |
| Technical Evaluation Committee Meeting | 2026-05-04T13:30:56.395Z | In-Person: Conference Room SC4-C3 - SkyCenter OR Microsoft Teams ® Meeting ID: 296 357 748 239 19 Passcode: M2UY3gB9 Click here to join the Microsoft Teams Meeting: https://teams.microsoft.com/l/meetup-join/19%3ameeting_OTkyMjc4MTItZDk0Ni00NDVlLTk3N2MtNmRhNGY1MWJmYTEw%40thread.v2/0?context=%7b%22Tid%22%3a%22a167a14b-a6cc-4d14-802d-3de615710e8b%22%2c%22Oid%22%3a%22f5f46a19-79d3-4b3d-ba9d-d8fd6a15077f%22%7d |
| Technical Evaluation Committee Meeting | 2026-05-05T13:30:37.030Z | In-Person: Conference Room SC4-C3 - SkyCenter OR Microsoft Teams ® Meeting ID: 218 249 969 093 72 Passcode: Mv9Er9Jo Click here to join the Microsoft Teams Meeting: https://teams.microsoft.com/l/meetup-join/19%3ameeting_MjVlY2RkOGYtZWI2Mi00Nzk2LWEyMzgtNmM0MzUxZTY3NDg5%40thread.v2/0?context=%7b%22Tid%22%3a%22a167a14b-a6cc-4d14-802d-3de615710e8b%22%2c%22Oid%22%3a%22f5f46a19-79d3-4b3d-ba9d-d8fd6a15077f%22%7d |
Complete Appendix E.2 for each assignment submitted. These pages may be duplicated as many times as necessary.
For purposes of responding to this Section, emphasis should be placed on experience of comparable planning assignments of similar scope and complexity at U.S. airports.
Fully complete and submit Appendix F, entitled Respondent’s Experience in Work of Comparable Scope and Complexity. List no more than a total of three (3) planning assignments of comparable scope and complexity that have been completed by the Respondent working with some or all of the various key and support personnel. Indicate by checking the box which key and support personnel listed in Appendix C were part of the three (3) planning assignments listed. List only those assignments which have been completed since January 1, 2016, or projects that are underway.
Representative photographs and exhibits supporting the above assignments are permitted as an attachment to this section.
Fully complete and submit Appendix G, entitled Location, for the key and support personnel listed in Appendix C. Include a one-page narrative describing how the Respondent will manage personnel in multiple locations, if applicable.
It is the Authority’s intent to contract for planning assignments on a cost of work basis with a not-to-exceed limit. Describe how the Respondent will develop and control costs for planning assignments and the Master Plan Update.
The Authority will require each Respondent to participate in an interview with the technical evaluation committee. Participation is subject to the short-listing process detailed in Section 10.0, Technical Evaluation. The interview will address the Respondent’s qualifications, approach, ability to furnish the required services, and any other questions arising from the technical evaluation committee meetings. The person identified in Appendix C as the Respondent’s Project Manager must attend and will be expected to lead the interview for the Respondent. Other key members of the Respondent’s Team may be invited to attend by the Respondent’s Project Manager, and their contributions will be included in the evaluation scoring. Interviews will include a twenty (20) minute presentation, with an additional forty (40) minutes for questions from the technical evaluation committee. Copies of presentations, whether hard or electronic, must be furnished to the Authority at the time of the interview. Equipment is available for PowerPoint presentations.
The Authority will evaluate the volume of work previously awarded by the Authority to each Respondent, with the objective being to affect an equitable distribution of work among qualified firms. The volume of work previously awarded shall be defined as all payments received by the Respondent from the Authority over the previous five years from the date this Solicitation was posted. Acquisitions and name changes of firms will be considered when evaluating work previously awarded. The volume of work will not include payments for subcontracted work. The maximum point value a Respondent can receive for this criterion is five.
Each Respondent must submit Appendix M, Volume of Work Previously Awarded, identifying the total amount of payments received by the Respondent from the Authority over the previous five years from the date this Solicitation was posted. Appendix M, Volume of Work Previously Awarded, will be included in this tabbed Section 9.9. The Procurement Agent will review Appendix M and compare it to the payment amounts recorded by the Authority. If there are any discrepancies between the two amounts, the Procurement Agent will make the final determination regarding the total volume of work. The Procurement Agent will provide the volume of work score for each Respondent after the technical evaluation committee’s evaluation and add it to the technical evaluation scoring matrix.
To determine the scoring for this criterion, the Authority will establish a scale based on the payments received over the previous five years from the date this Solicitation was posted. The Respondent that received the largest sum of payments will score zero (0) points.
EXAMPLE:
Scenario: The following firms (A, B, C, D, and E) have received the following payments from the Authority over the previous five years from the date this Solicitation was posted:
Firm | 2024 | 2023 | 2022 | 2021 | 2020 | Total |
A | $1,000,000 | $1,200,000 | $1,250,000 | $1,275,000 | $1,675,000 | $6,400,000 |
B | $0 | $0 | $0 | $0 | $0 | $0 |
C | $4,000,000 | $1,500,000 | $2,750,000 | $2,200,000 | $750,000 | $11,200,000 |
D | $0 | $0 | $220,000 | $0 | $0 | $220,000 |
E | $0 | $0 | $0 | $400,000 | $2,000,000 | $2,400,000 |
Takeaways: Firm C received the largest sum of payments from the Authority, totaling $11,200,000, thereby earning zero points and establishing the scale for other firms to be evaluated against.
Scale Increment Calculation: Firm C’s total of $11,200,000 will be divided by five (5) to establish the standard increments of the scale.
($11,200,000 / 5) = $2,240,000
Scale Distribution: The scale has been established as follows, beginning with the standard increment less one dollar ($2,240,000 - $1 = $2,239,999):
Scale Increments | $0-$2,239,999 | $2,240,000-$4,479,999 | $4,480,000-$6,719,999 | $6,720,000-$8,959,999 | $8,960,000-$11,199,999 | ≥$11,200,000 |
Volume of Work Score | 5 | 4 | 3 | 2 | 1 | 0 |
Points Awarded: Points will be awarded based on the scale above:
Firm | Total | VOW Score |
A | $6,400,000 | 3 |
B | $0 | 5 |
C | $11,200,000 | 0 |
D | $220,000 | 5 |
E | $2,400,000 | 4 |
If the Respondent is a certified minority business enterprise as defined by the Florida Small and Minority Business Act, the Respondent must submit certification documentation. Respondents that are a certified minority business enterprise will receive the maximum score for the MBE category. Respondents who are not certified will receive a score of zero. Respondent must confirm if the Respondent is a certified MBE and provide MBE certification documentation.
The following minimum qualifications have been established as a basis for determining the eligibility of the Respondent. A Response will be considered non-responsive and will not be evaluated unless sufficient documentation is provided to determine whether the Respondent meets the following minimum qualifications:
Please download the below documents, complete, and upload.
NOTE: To be considered as attending the Mandatory Pre-Solicitation Conference, the prospective Respondent must have signed in on a sign-in sheet prior to the start of the Mandatory Pre-Solicitation Conference or signed in to Microsoft Teams® and be identified by the Procurement Agent at the start of the Mandatory Pre-Solicitation Conference.
Provide the name of Respondent’s representative who attended the mandatory Pre-Solicitation Conference in-person or via Microsoft Teams®
Upload a screenshot or picture of the Respondent's proof of registration at www.sunbiz.org.
No documentation from Respondent is required. The Authority will verify the status.
No documentation from Respondent is required. The Authority will verify the status.
No documentation from Respondent is required. The Authority will verify the status.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
(11x17 format is acceptable)
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Complete Appendix E.2 for each assignment submitted. These pages may be duplicated as many times as necessary.
Please download the below documents, complete, and upload.
(limit eight (8) pages, excluding Appendix F forms and representative photographs and exhibits)
For purposes of responding to this Section, emphasis should be placed on experience of comparable planning assignments of similar scope and complexity at U.S. airports/
Fully complete and submit Appendix F, entitled Respondent’s Experience in Work of Comparable Scope and Complexity. List no more than a total of three (3) planning assignments of comparable scope and complexity that have been completed by the Respondent working with some or all of the various key and support personnel. Indicate by checking the box which key and support personnel listed in Appendix C were part of the three (3) planning assignments listed. List only those assignments which have been completed since January 1, 2016, or projects that are underway.
Representative photographs or exhibits supporting the above contracts are permitted as an attachment to this Section.
Please download the below documents, complete, and upload.
(limit two (2) pages, including Appendix G)
Please download the below documents, complete, and upload.
(limit three (3) pages)
(limit ten (10) pages)
The Respondent should draw upon their previous similar experience and elaborate on how such experience may be applied to this Solicitation.
Please download the below documents, complete, and upload.
Q (SBE Letters of Certification): Where do the SBE Letters of Certification get attached in the OpenGov Response Questionnaire? As a separate attachment in 1.10 along with Appendix H?
A: The Authority is in receipt of this question, and it will be addressed in a future Addendum.
Q (Drag and Drop Box for 3.3): For 3.3 in the OpenGov Response Questionnaire, could you please include a drag and drop box (for PDF, Word, etc.) similar to 3.2?
A: The Authority is in receipt of this question, and it will be addressed in a future Addendum.
Q (Drag and Drop box for 8.1 and 8.4): For 8.1 and 8.4 in the OpenGov Response Questionnaire, could you please include a drag and drop box (for PDF, Word, etc.) similar to 8.2 and 8.3?
A: The Authority is in receipt of this question, and it will be addressed in a future Addendum.
Q (No subject): Considering the breadth of services outlined in Sections 3.0 and 4.0, does the Authority intend to select one or multiple firms under this contract to ensure responsiveness and specialized expertise across assignments?
A: The Authority is in receipt of this question, and it will be addressed in a future Addendum.
Q (Preclusion from future projects): If a firm is selected and awarded the General Planning Consultant and Master Plan Update contract, either as the prime consultant or as a subconsultant to the awarded firm, would that firm be precluded from pursuing or participating in future design or engineering procurements with the Hillsborough County Aviation Authority?
A: The Authority is in receipt of this question, and it will be addressed in a future Addendum.
Q (No subject): As part of the Master Plan Update, does the Authority anticipate identifying future projects where operational readiness and activation considerations should be incorporated early in planning? Thank you
A: The Authority is in receipt of this question, and it will be addressed in a future Addendum.
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.