SLED Opportunity · FLORIDA · LEE COUNTY PORT AUTHORITY

    Non-Public Restroom Remodels at Southwest Florida International Airport (RSW)

    Issued by Lee County Port Authority
    countyRFBLee County Port AuthoritySol. 251347
    Closed
    STATUS
    Closed
    due Apr 23, 2026
    PUBLISHED
    Apr 1, 2026
    Posting date
    JURISDICTION
    Lee County
    county
    NAICS CODE
    238320
    AI-classified industry

    AI Summary

    Lee County Port Authority seeks bids for remodeling twelve non-public restrooms at Southwest Florida International Airport, including epoxy flooring installation and replacement of mirrors and partitions. Mandatory pre-bid meeting on April 7, 2026. Bid due April 23, 2026.

    Opportunity details

    Solicitation No.
    251347
    Type / RFx
    RFB
    Status
    open
    Level
    county
    Published Date
    April 1, 2026
    Due Date
    April 23, 2026
    NAICS Code
    238320AI guide
    State
    Florida
    Agency
    Lee County Port Authority

    Description

    Lee County Port Authority (hereafter “Authority”) requests bids from interested parties qualified to provide the goods and/or perform the services described herein. The Authority reserves the right to extend the date and time the bids are due at the sole discretion of the Authority when deemed to be in the best interest of the Authority.

    The Authority is soliciting competitive bids from interested and qualified Bidders to provide services for this one-time project will include installing Sherwin-Williams Duraflex-brand epoxy using the Dur-A-Flex Poly-Crete SLB application over existing floor tile and cove base tile for twelve (12) non-public restrooms throughout the lower level of the Concourses at Southwest Florida International Airport (RSW). Only Duraflex SLB products will be accepted for this project. The project will also include the removal and replacement of all mirrors and partitions in the non-public restrooms with new ones.

    All services to be provided or performed must be in full accordance with the requirements of the RFB and any agreement entered into with the Authority.

    All questions and/or requests for clarifications for this project are to be submitted through OpenGov. Responses must be submitted in OpenGov, prior to the deadline for submission. Bidders are responsible for taking all necessary steps to ensure that their response is uploaded before the due date and time. The Authority is not responsible for technology and/or any other issues that cause the RFB submission deadline to be missed.

    Background

    This project involves installing Sherwin-Williams Duraflex brand epoxy over the existing tile in non-public concourse restrooms. This process must leave a level, slip-resistant floor with no visible grout lines. This may require multiple coats of product to achieve the desired finish. The epoxy installation will include replacing damaged cove base tiles or profiled with a product to match the contour of the existing cove base. Some cove base tiles have been replaced with flat tiles due to matching tile color availability. These flat cove base tiles must be removed and replaced with a cove base tile that matches the existing profile. (Note: Vendor will supply the replacement tile, as needed. No color is necessary as it will be covered with epoxy.)

    The non-public restrooms will be completed in pairs as identified in the RFB. Each pair of restrooms must be returned to service before another pair is taken out of service.

    Before the epoxy work can begin, the restroom partitions must be fully removed and disposed of off-site. When the epoxy work is complete, the successful Bidder will purchase and install new stainless steel partitions. The new partitions will match the existing stainless steel partitions in the public area of the terminal building.

    Project Details

    • Reference ID: RFB 26-0041LB
    • Department: Maintenance Contracts
    • Department Head: Brandon Sealy (Manager)

    Important Dates

    • Questions Due: 2026-04-13T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-07T14:00:00.000Z — A MANDATORY PRE-BID MEETING with MANDATORY PROJECT SITE TOUR has been scheduled for Tuesday, April 7, 2026 at 10:00 a.m., local time. This pre-bid meeting will be conducted in person at Lee County Port Authority located at Southwest Florida International Airport, 11000 Terminal Access Road, 3rd floor, Fort Myers, FL 33913 in the Wright Brothers Conference Room. Potential Bidders are encouraged to attend the Pre-Bid Meeting. Attendees must have the ability to communicate with the Authority at this meeting and must provide a company and representative name for the attendance register and to also be able to ask questions or request clarifications. Bidders must have a representative from their firm attend the Mandatory Pre-Bid Meeting in its entirety, including the project site tour that will follow the mandatory pre-bid meeting, in order to have their bid response be accepted. Bidders that submit a response to this RFB that did not attend the Mandatory Pre-Bid Meeting in its entirety, including the mandatory project site tour, will be disqualified.

    Addenda

    • Official Notice #1: How to Access 3rd Floor for the Mandatory Pre-Bid Meeting and Mandatory Project Site Tour. (released 2026-04-01T15:58:10.928Z) —

      In order to have your response to this RFB accepted, Bidders must attend the in-person mandatory pre-bid meeting and mandatory project site tour. The mandatory pre-bid meeting will be held on the 3rd floor of the terminal building.

      To access the 3rd floor:

      • Please park on the 3rd floor of the parking garage on the west side (closest to the construction of the new concourse).
      • Take the garage elevator to the 1st floor and walk to the Terminal Building. Above the entrance door, you will see a number in a circle - that references the door number. You should be entering Door #5.
      • Once inside, find an escalator to come up to the 2nd floor.,
      • On the 2nd floor, look for Door #4.
      • Across from Door #4, you will see the Delta Airline Ticket Counter and the Spirit Ticket Counter
      • Between these two ticket counters, you will see an entrance hallway.
      • Once at the elevator, please press the call button for the receptionist. Inform the receptionist you are here for the Mandatory Pre-Bid Meeting.
      • The receptionist will send down the elevator for you.
      • Once on the 3rd floor go to the receptionist desk for further information.
      • Also, remember to bring your parking ticket to be validated by the receptionist.

       

      A staff member of LCPA will be near the ticket counters to assist you.

    • Addendum #1 (released 2026-04-07T17:28:17.709Z) —

      Addendum 1 with attachments

    • Addendum #2 (released 2026-04-08T18:41:38.772Z) —

      Addendum 2 - Notice of Additional Pre-Bid Meeting & Project Site Tour

    • Addendum #3 (released 2026-04-13T17:17:00.997Z) —

      Addendum 3 with attachments

    • Addendum #4 (released 2026-04-15T15:35:28.076Z) —

      Addendum 4 addressing questions received via OpenGov. 

    Evaluation Criteria

    • Important Instructions for Electronic Submittals

      The Lee County Port Authority is accepting electronic bid submissions. Bidders shall create a FREE account with OpenGov Procurement by signing up at https://procurement.opengov.com/signup. Once you have completed account registration, browse back to this page, click on "Draft Response", and follow the instructions to submit the electronic bid.

    • Summary

      Lee County Port Authority (hereafter “Authority”) requests bids from interested parties qualified to provide the goods and/or perform the services described herein. The Authority reserves the right to extend the date and time the bids are due at the sole discretion of the Authority when deemed to be in the best interest of the Authority.

      The Authority is soliciting competitive bids from interested and qualified Bidders to provide services for this one-time project will include installing Sherwin-Williams Duraflex-brand epoxy using the Dur-A-Flex Poly-Crete SLB application over existing floor tile and cove base tile for twelve (12) non-public restrooms throughout the lower level of the Concourses at Southwest Florida International Airport (RSW). Only Duraflex SLB products will be accepted for this project. The project will also include the removal and replacement of all mirrors and partitions in the non-public restrooms with new ones.

      All services to be provided or performed must be in full accordance with the requirements of the RFB and any agreement entered into with the Authority.

      All questions and/or requests for clarifications for this project are to be submitted through OpenGov. Responses must be submitted in OpenGov, prior to the deadline for submission. Bidders are responsible for taking all necessary steps to ensure that their response is uploaded before the due date and time. The Authority is not responsible for technology and/or any other issues that cause the RFB submission deadline to be missed.

    • Scope of Work or Project Details

      Please see the Attachments section for specifications and attachments.

    • Timeline
      Release Project Date:April 1, 2026
      Pre-Proposal Meeting (Mandatory):April 7, 2026, 10:00am

      A MANDATORY PRE-BID MEETING with MANDATORY PROJECT SITE TOUR has been scheduled for Tuesday, April 7, 2026 at 10:00 a.m., local time.
      This pre-bid meeting will be conducted in person at Lee County Port Authority located at Southwest Florida International Airport, 11000 Terminal Access Road, 3rd floor, Fort Myers, FL 33913 in the Wright Brothers Conference Room. Potential Bidders are encouraged to attend the Pre-Bid Meeting. Attendees must have the ability to communicate with the Authority at this meeting and must provide a company and representative name for the attendance register and to also be able to ask questions or request clarifications.
      Bidders must have a representative from their firm attend the Mandatory Pre-Bid Meeting in its entirety, including the project site tour that will follow the mandatory pre-bid meeting, in order to have their bid response be accepted. Bidders that submit a response to this RFB that did not attend the Mandatory Pre-Bid Meeting in its entirety, including the mandatory project site tour, will be disqualified.

      Question Submission Deadline:April 13, 2026, 5:00pm
      Response Submission Deadline:April 23, 2026, 2:00pm

      Bids must be received electronically in OpenGov before 2:00 p.m., local time, Thursday, April 23, 2026.
      The Authority will unseal the electronic submissions at the bid opening, which may be viewed or heard remotely through Google Meets by using this link:
      https://meet.google.com/suw-cbue-exq
      or by phone: ‪(US) 1 720-443-4597‬ PIN: 573 301 463#‬.

    • Project Contact

      Larene Brubaker

      Sr. Procurement Agent

      11000 Terminal Access Road, Suite 8671

      Fort Myers, FL 33913

      Email: lebrubaker@flylcpa.com

      Phone: (239) 590-4614

    • Procurement Contact

      Larene Brubaker

      Sr. Procurement Agent

      11000 Terminal Access Road, Suite 8671

      Fort Myers, FL 33913

      Email: lebrubaker@flylcpa.com

      Phone: (239) 590-4614

    Submission Requirements

    • Separate Cost Proposal (required)

      Confirm that your fee proposal is not attached in your Proposal and is attached separately here.

    • I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this response on behalf of my company. (required)
    • Bidders must have a representative from their firm attend the Mandatory Pre-Bid Meeting in its entirety, including the mandatory project site tour following the meeting in order to have their bid response be accepted. (required)

      Please acknowledge Bidder understands that the if the Bidder submits a response to this RFB and did not attend the Mandatory Pre-Bid Meeting in its entirety, including the mandatory project site tour, their bid will be disqualified. 

    • Bidders (the company or its key personnel) must have prior successful experience performing work on projects similar in scope for more than three (3) years. The project referenced must include epoxy over tile work (required)

      Please acknowledge Bidder understands to demonstrate this minimum qualification has been met, Bidder must provide appropriate project information. In addition, the Bidder must provide project contact information including representative name, email and telephone number and provide start and end dates of the referenced projects and their value. 

    • PART B.01: MINIMUM QUALIFICATION (required)

      Please acknowledge Bidder has reviewed and acknowledged the MINIMUM QUALIFICATIONS as stated in Part B in the RFB.

    • PART B: SPECIAL INSTRUCTIONS AND REQUIREMENTS (required)

      Please acknowledge Bidder has reviewed and acknowledged the SPECIAL INSTRUCTIONS AND REQUIREMENTS as stated in Part B in the RFB.

    • PART C: SCOPE OF WORK (required)

      Please acknowledge Bidder has reviewed and acknowledged the SCOPE OF WORK as stated in Part C in the RFB.

    • PART E: INSURANCE, INDEMNIFICATION AND BOND REQUIREMENTS (required)

      Please acknowledge Bidder has reviewed and acknowledged the INSURANCE, INDEMNIFICATION AND BOND REQUIREMENTS as stated in Part E in the RFB.

    • BID GUARANTY AND BOND REQUIREMENTS (required)

      Please acknowledge Bidder has reviewed and acknowledged the BID GUARANTY AND BOND REQUIREMENTS as stated in Part E in the RFB.

    • BID BOND (required)

      Please acknowledge Bidder has reviewed and acknowledged the BID BOND REQUIREMENTS as stated in Part E in the RFB to which the Bidder understands the Bidder is to upload a copy of the bid bond, certified check or cashier’s check as part of their bid submission AND then deliver the original, signed and sealed bid bond or check within five (5) calendar days from the bid submission due date.

    • PERFORMANCE & PAYMENT BOND REQUIREMENTS (required)

      Please acknowledge Bidder has reviewed and acknowledged the PERFORMANCE & PAYMENT BOND REQUIREMENTS as stated in Part E in the RFB.

    • PROOF OF INSURANCE AND INSURANCE REQUIREMENTS

      Although not a requirement to include with your response, Bidders can upload a copy of COI or a statement from the Bidder’s insurance company verifying the Bidder’s ability to obtain the insurance coverage as stated herein, should be submitted with the bid.
      A certificate of insurance will be required prior to the start of any work.

    • Bidders contracting in a corporate capacity must be registered with the Florida Department of State Division of Corporations as a Florida corporation or other Florida-recognized legal business entity in good standing and authorized to conduct business in the State of Florida. (required)

      The Bidder must provide documentation of registration status or legal justification of statutory exemption; however, the Authority reserves the right to verify registration or exemption status.

    • The successful Bidder must have prior experience installing epoxy over existing tile. All Bidders must provide pictures of previous work references. (required)

      Bidder is to provide pictures of previous work references installing epoxy over existing tile.

    • RFB 26-0041LB FORM 1 - BIDDER’S CERTIFICATION (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0041LB FORM 2 - BID SUMMARY (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0041LB FORM 3 - REFERENCE FORM (2-page form) (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0041LB FORM 4 - LOBBYING AFFIDAVIT (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0041LB FORM 5 - PUBLIC ENTITY CRIMES CERTIFICATION (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0041LB FORM 6 - SCRUTINIZED COMPANIES CERTIFICATION (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0041LB FORM 7 - LOCAL PREFERENCE AFFIDAVIT (2-page form) (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0041LB FORM 8 - BID BOND (required)

      Please download the below documents, complete, and upload.

    • BID BOND - Copy of Bid Bond (required)

      Bidder is to upload a copy of the bid bond, certified check or cashier’s check as part of their bid submission.

    • RFB 26-0041LB FORM 9 - CERTIFICATION OF COMPLIANCE WITH FLORIDA STATUTE - PUBLIC WORKS PROJECTS IRON AND STEEL REQUIREMENT (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0041LB FORM 10 - CERTIFICATION OF COMPLIANCE WITH FAA BUY AMERICAN PREFERENCE – CONSTRUCTION PROJECTS (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0041LB FORM 11 - TRADE RESTRICTION CERTIFICATION (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0041LB FORM 12 - CERTIFICATION OF BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0041LB FORM 13 - AFFIDAVIT OF COMPLIANCE WITH SECTIONS 287.138 (FOREIGN ENTITIES OF CONCERN) and 787.06 (HUMAN TRAFFICKING), FLORIDA STATUTES (required)

      Please download the below documents, complete, and upload.

    • How would you prefer to receive vendor pricing? (required)
    • Evaluation Committee? (required)

      Will there be an evaluation committee to review the proposals and score them based on weights and multiple criteria?

    • Procurement and/or Project Contact

      Select the information you would like display.

    Questions & Answers

    Q (Work hours): Can the Authority confirm permitted working hours for this project?

    A: See Addendum 4 for answer.


    Q (Security Requirements): Can the Authority clarify security requirements for contractor personnel, including badging, escorting, background checks, and any access limitations that may impact productivity?

    A: See Addendum 4 for answer.


    Q (Surface Prep Expectation): Can the Authority clarify the required level of surface preparation for installation of the Dur-A-Flex Poly-Crete SLB system, including expected ICRI CSP profile and whether mechanical grinding or shot blasting is anticipated?

    A: See Addendum 4 for answer.


    Q (Temporary Protection / Dust Control): Are there specific requirements for dust control, odor control, and protection of adjacent operational areas during surface preparation and installation?

    A: See Addendum 4 for answer.


    Q (Storage / Staging Areas): Will the Authority provide designated staging or material storage areas on-site, or should contractors include off-site logistics in their pricing?

    A: See Addendum 4 for answer.


    Q (Payment Terms): Can the Authority confirm the anticipated payment schedule and typical processing time for pay applications under this contract given that only 2 bathrooms can be worked on at a time?

    A: See Addendum 4 for answer.


    Q (Surface Preparation): Given the existing conditions shown during the site tour, including cracked, loose, mismatched, and uneven tile, as well as damaged grout and varying tile profiles, please clarify the following: Should bidders include full substrate preparation in the base bid to achieve a uniform, level surface suitable for the specified Dur-A-Flex Poly-Crete SLB system, including removal and replacement of loose or non-adhered tile, crack/spall repairs, and leveling as required? If existing conditions exceed typical preparation assumptions, will such additional work be handled via change order?

    A: See Addendum 4 for answer.


    Q (Moisture Testing): Are bidders expected to include moisture testing and any required moisture mitigation systems in the base bid, or will unforeseen moisture conditions be addressed as a change order?

    A: See Addendum 4 for answer.


    Q (Access inefficiency): Should bidders assume any productivity loss due to airport security, escorting, or restricted access is included in the base bid?

    A: See Addendum 4 for answer.


    Q (Inspections): Can the Authority clarify the inspection and approval process for the Dur-A-Flex installation, including whether each phase of the system, surface preparation, priming, basecoat/broadcast, and topcoat, will require inspection and approval before proceeding to the next step?

    A: See Addendum 4 for answer.


    Q (Elevation / Drain): Given the additional thickness of the specified Dur-A-Flex Poly-Crete SLB system over existing tile, can the Authority clarify how floor elevations and slopes to existing drains should be addressed? Specifically, are contractors expected to maintain existing drainage performance without modifying drains? Will adjustment or replacement of floor drains be required or considered part of the base scope? If existing slopes are insufficient after installation, how should contractors handle transitions or corrections?

    A: See Addendum 4 for answer.


    Q (Transition (Hallway to Bathroom)): Can the Authority clarify the required transition detail at restroom doorways where the new Dur-A-Flex system meets the adjacent hallway flooring? Specifically, Should contractors remove and replace existing metal transition strips to accommodate the new floor elevation? Is there a standard transition profile or detail the Authority expects at these locations? Are contractors responsible for modifying or tying into the adjacent hallway flooring, or should transitions terminate at the restroom threshold?

    A: See Addendum 4 for answer.


    Q (Accessories Attached to Stall): Regarding the replacement of restroom partitions, can the Authority clarify whether all accessories currently attached to the partitions, such as toilet paper dispensers, sanitary napkin disposal units, hooks, and related items, are to be removed and reinstalled, replaced with new units at the contractors expense, or provided by others? Additionally, if new accessories are required, should bidders include them in the base bid, and are there specific standards or approved products to be followed?

    A: See Addendum 4 for answer.


    Q (Stalls (Existing Stainless Steel Separators)): Regarding the partition replacement scope, can the Authority clarify whether the work includes all restroom partitions, including urinal dividers and separators, or only the toilet stall partitions? Additionally, if existing stainless steel urinal partitions are already in place, should those remain, or are they also to be removed and replaced to match the new installation?

    A: See Addendum 4 for answer.


    Q (Bid Documents): Are there any available plans available for measurements?

    A: See Addendum 4 for answer.


    Q (Toilet Partitions): Can you please provide the dimensions for the stalls to be installed?

    A: See Addendum 4 for answer.


    Q (Floor Drains): Since the new flooring is being installed the existing tile, should we include raising the floor drains in our price in order to keep the floor drains flush with finished floor?

    A: See Addendum 4 for answer.


    Q (Epoxy Base): I believe the intent is for the epoxy base to be installed over the existing tile base. There are some restrooms where wall tile above tile base is flush. Meaning installing epoxy base over the tile base will cause the epoxy base to stick out from the wall tile above. Is this acceptable? Or should the tile base be removed and then the epoxy base installed?

    A: See Addendum 4 for answer.


    Q (Door Transitions ): Installing the new flooring over the existing tile will raise the flooring and it will not be flush with existing flooring on the other side of doors. Do we need to include new transitions at the doorways?

    A: See Addendum 4 for answer.


    Q (Partition Removal): Upon removal of the existing partitions, holes and voids will remain in the existing wall tile. As the new partitions are anticipated to be installed in different locations, please advise whether replacement or repair of the wall tiles at the former partition locations is required.

    A: See Addendum 4 for answer.


    Q (Staging Area): Please advise if there is a designated area for material staging and a dumpster for waste disposal.

    A: See Addendum 4 for answer.


    Key dates

    1. April 1, 2026Published
    2. April 23, 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.