Active SLED Opportunity · FLORIDA · TAMPA INTERNATIONAL AIRPORT
AI Summary
Tampa International Airport seeks a primary research provider for market research and insight development to support strategic initiatives. Services include data collection for passenger satisfaction surveys and other research projects. The contract involves qualitative and quantitative research with strict methodology adherence and multiple evaluation criteria.
The Authority is seeking Responses from qualified Respondents to provide market research and insight development. The purpose of this Solicitation is to designate a primary research provider who will conduct various Authority research projects designed to gauge consumer sentiment and provide data-driven insights in support of the Authority’s strategic initiatives. The range of Services required will vary depending on the objective of each individual project and the Awarded Respondent(s) will provide Services on an on-call, as-needed basis.
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 (Act). This Act provides that the Authority will have exclusive jurisdiction, control, supervision and management over all publicly-owned airports in Hillsborough County.
The Airport is a major economic driver for the Tampa Bay region and is the gateway to the west coast of Florida. The Airport is consistently ranked among the world’s most beloved airports, serving more than 25 million annual passengers with routes to more than 100 nonstop destinations. The Airport has received top awards at the state, national, and international level, including being ranked the #1 Large Airport in North America by J.D. Power in 2022 and 2023, as well as the #1 Large Airport in USA Today’s 10Best Readers’ Choice Awards in 2024. The Airport has now completed several projects in the largest construction program in its history with a major Main Terminal renovation, 66 shops and restaurants, a 1.4-mile automated people mover extending to a multi-level rental car facility, award-winning Express Curbsides for faster passenger drop-off and pick-up, a nine-story office complex and numerous new public art installations including a world-famous 21-foot pink flamingo sculpture in the Main Terminal. In late 2024, the Airport broke ground on a new 16-gate terminal, Airside D, which is expected to be completed in 2028.
The Airport is served by more than twenty (20) commercial airlines operating from four (4) Airside Terminals: Airside Terminal A with sixteen (16) gates; Airside Terminal C with sixteen (16) gates; Airside Terminal E with thirteen (13) gates; and Airside Terminal F with thirteen (13) gates. During the Authority Fiscal Year ending September 30, 2025, the Airport served over twenty-five (25) million passengers and generated revenues totaling $483.1 million. The Authority expects to handle 24.5 million passengers in Fiscal Year 2026.
The Authority is a self-supporting organization and generates revenues from Airport users to fund operating expenses and debt service requirements. Capital projects are funded through the use of bonds, short-term financing, passenger facility charges, State and Federal grants and internally generated funds. Although empowered to levy ad valorem property taxes, the Authority has not collected any tax funds since the early 1970s.
Airports Council International’s (ACI) Airport Service Quality (ASQ) program is the globally recognized benchmarking program that measures passengers satisfaction while they are travelling through an airport, capturing their experience while it is still fresh in their minds. The ASQ program provides the research tools and management information to better understand a passenger's views on their experience giving the Authority important information on how they can improve the Airport. Surveys are currently conducted at over 400 airports worldwide with annual awards given to the top performers in their respective categories.
Of the ASQ programs offered by ACI, the Airport participates in the ASQ Departures Survey program which was launched in 2006. The survey is self-completed by departing Passengers and collected using tablets. It is the most established program and the program for which ASQ has the most subscribers. The Authority is looking for a trusted supplier to perform the data collection for the ASQ Departures Survey program in the Airport. ASQ is responsible for providing research tools and management information. As a subscriber, the Authority must collect data while respecting all fieldwork collection rules and guidelines as laid out by ASQ. The Airport’s ability to be considered for an annual award is based on compliance with ASQ’s rules and guidelines for fieldwork collection in order to retain benchmarking integrity.
The background information provided in this Section is intended only to give prospective Respondents a brief familiarization with the Authority and the Airport. All Airport data provided as part of this Solicitation is for informational purposes only and should not be construed as a guarantee of business. The information shown herein has been obtained from sources considered to be reliable. However, the Authority and its Board, officers, employees, agents, and contractors are not liable for the accuracy of the information or for its use by Respondent. Respondent must examine and inspect this Solicitation and all its appendices, attachments, and exhibits to be knowledgeable of the requirements and terms and conditions. Respondent must independently evaluate circumstances and conditions that may affect its Response and its ability to provide the required Services.
The Authority mission and vision statements, found on the Authority website at www.TampaAirport.com > Business & Careers> Business Opportunities > Supplier Resources > Working with Procurement, will serve as the platform to guide the Awarded Respondent(s) in providing Services.
| Event | Date | Location |
|---|---|---|
| Final technical evaluation meeting | 2026-07-16T13:00:00.000Z | In Person: Conference Room SC4-C3 - SkyCenter OR Microsoft Teams ® Call-In: 1 813-694-2596 Conference ID: 323 219 669# Click here to join the Microsoft Teams Meeting: https://teams.microsoft.com/meet/25506753780467?p=T9KoVZ2ylXMWIOHHFJ |
| Minimum qualifications evaluation meeting | 2026-06-11T14:30:00.000Z | In Person: Conference Room SC4-C3 - SkyCenter OR Microsoft Teams ® Call-In: 1 813-694-2596 Conference ID: 200 062 482# Click here to join the Microsoft Teams Meeting: https://teams.microsoft.com/meet/23269407976359?p=avSzJsCwzMnVKRC3J2 |
| Technical evaluation meeting | 2026-06-22T13:00:00.000Z | In Person: Conference Room RCC - Rental Car Center OR Microsoft Teams ® Call-In: 1 813-694-2596 Conference ID: 263 584 962# Click here to join the Microsoft Teams Meeting: https://teams.microsoft.com/meet/29208712004215?p=hU0chNTKjNynOrODoy |
| Technical evaluation meeting | 2026-06-30T13:00:00.000Z | In Person: Conference Room RCC - Rental Car Center OR Microsoft Teams ® Call-In: 1 813-694-2596 Conference ID: 529 587 128# Click here to join the Microsoft Teams Meeting: https://teams.microsoft.com/meet/29592882498582?p=PtLtOCAwAKvlCE2nWO |
| Selection and Award by Authority Board | 2026-09-03T13:00:03.953Z | Authority Boardroom - SkyCenter |
The evaluation of the Respondent includes, at a minimum:
a) Number of years that the Respondent has been in business providing Services;
b) Explanation of the number of years Respondent has been in business providing Services;
c) Organizational structure for performing the Services;
d) Respondent's failure to complete a contract or early termination from any contract prior to the completion of the service;
e) Whether a surety paid for completion or termination of a contract on the Respondent’s behalf;
f) Quality of examples/deliverables of previous work, to include two (2) in-person surveys with details regarding survey purpose, time frame to complete work, responses gathered, and the conclusion of the analysis along with two (2) focus group projects with similar details, similar in size and scope to the Services being contemplated by the Authority;
g) Respondent's relevant experience in the fields necessary to complete the Services;
h) Adherence to schedules, deadlines, and budgets based on previous work examples;
i) Overall experience conducting face-to-face surveys;
j) Experience with ASQ; and
k) Experience conducting a minimum of 1200 surveys.
Additional consideration will be given for:
a) Feedback from client references; and
b) Previous experience, if any, with conducting surveys, research, and fieldwork services for medium or large hub airports.
The evaluation of the Respondent includes, at a minimum:
a) Professional qualification and education of each proposed team member;
b) Description of each team member's relevant prior work experience and the results that came from the work performed;
c) Staffing plan, including schedule and job descriptions for ASQ;
d) Hiring and training process for ASQ surveys;
e) General rules of employee conduct;
f) Turnover rate of salaried and hourly employees; and
g) In-person data collection experience.
Additional consideration will be given for:
a) Feedback from client references; and
b) Each proposed team member's experience, if any, with conducting surveys, research, and fieldwork services for medium or large hub airports.
The evaluation of the Respondent includes, at a minimum:
a) Respondent's ability to meet strict survey methodology requirements, and approach to ensuring deliverables are achieved with inflexible timelines;
b) Quality of relevant sample survey and final report of survey results, including visual appeal, ease of reading, and appropriateness for submission to Authority leadership; and
c) Creativity in development and delivery of superior and effective survey instruments;
d) Effectiveness of the approach to conducting in-person surveys, focus groups and providing reports that include meaningful and actionable feedback;
e) Strategy for assuring team availability and accessibility;
f) Respondent's plans to follow established guidelines by ACI; and
g) Project organization, including tablet availability.
The evaluation of the Respondent includes, at a minimum:
a) Knowledge demonstrated by the Respondent’s representatives who attend the interview; and
b) Creativity of the conceptual ideas and vision for the Services.
Additional consideration will be given for:
a) Creative presentation style and content relevance which includes ability to answer the technical evaluation committee's questions clearly and concisely.
NOTE: Clarification of information submitted in the Response that is provided in the Interview can have an effect on the scores and rankings for other evaluation criteria previously scored.
The fees proposed by the Respondent in the Cost Proposal will be based on a mathematical calculation to obtain scoring for each Response relative to the other Responses received. The focus will be on the Respondent's proposed Qualitative Research Fee as evaluated relative to the other proposed rates.
The revenue proposed by the Respondent in the Cost Proposal will be based on a mathematical calculation to obtain scoring for each Response relative to the other Responses received. The focus will be on the Respondent's <proposed hourly service rates>, as evaluated relative to the other proposed rates.
The fees proposed by the Respondent in the Cost Proposal will be based on a mathematical calculation to obtain scoring for each Response relative to the other Responses received. The focus will be on the Respondent's proposed Quantitative Research Fee as evaluated relative to the other proposed rates.
The fees proposed by the Respondent in the Cost Proposal will be based on a mathematical calculation to obtain scoring for each Response relative to the other Responses received. The focus will be on the Respondent's proposed ASQ Data Collection Fee, as evaluated relative to the other proposed rates.
Minimum qualifications have been established as a basis for determining the eligibility of each submitted Response. A submitted Response will be determined non-responsive and will not be considered unless sufficient documentation is provided to determine whether the Respondent meets the minimum qualifications listed below:
Please download the below documents, complete, and upload.
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®
NOTE: To be considered as attending the Mandatory Site Tour, a prospective Respondent must have signed in on a sign-in sheet prior to the start of the Mandatory Site Tour.
Provide the name of Respondent’s representative who attended the Mandatory Site Tour.
Please attach a copy of the original bank certified or cashier's check or a bid bond.
The original bank certified or cashier's check or bid bond must be mailed to:
Hillsborough County Aviation Authority, Attn: Procurement, P. O. Box 22287, Tampa, Florida 33622
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.
Respondent must complete and submit the information requested below.
Please download the below documents, complete, and upload.
Provide the name, title, office mailing address, phone number and email address for the proposed Project Manager.
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.
Please download the below documents, complete, and upload.
Respondent may use this area to attach miscellaneous pictures, documents, etc. to provide additional background information for this criterion.
NOTE: Submit all resumes in the same format.
Respondent may use this area to attach miscellaneous pictures, documents, etc. to provide additional background information for this criterion.
Respondent may use this area to attach miscellaneous pictures, documents, etc. to provide additional background information for this criterion.
Select the appropriate response.
For example: Interview, Demonstration, Presentation, etc.
i.e., Project Manager, Principal Consultant, etc.
Select from the options below.
(i.e., Company, Concessionaire, Contractor, Airline, etc.)
NOTE: By doing this, if will update throughout your documents and reference the supplier by "Company", "Concessionaire", or whatever other supplier title you type in the box.
The trigger for needing this language is when a supplier will:
Process a credit card or payroll transaction on behalf of HCAA or will store any personally identifiable information (e.g., name, address, social security number or other identifying number or code, telephone number, email address, gender, race birthdate etc.) while performing the work. It may go beyond IT.
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.