SLED Opportunity · KENTUCKY · CINCINNATI NORTHERN KENTUCKY INTERNATIONAL AIRPORT
AI Summary
Invitation to bid for on-call pump repair and replacement services at Cincinnati/Northern Kentucky International Airport, with proposals due April 2, 2026.
The Kenton County Airport Board (“KCAB”) will receive proposals for On-Call As-Needed Pump Repair & Replacement Services for the environmental systems at the Cincinnati/Northern Kentucky International Airport ("CVG"). Questions are due at 11:59 pm on Tuesday, March 24, 2026 and answers will be posted no later than Thursday, March 26, 2026 at 11:59 pm. Bids must be received by Thursday, April 2, 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.
The Environmental Operations Department operates and maintains the environmental systems at CVG. As part of the environmental system, there are numerous pumpstations designed to convey glycol laden stormwater captured from storm drains on the pavement and drains in the grassy islands to a Stormwater Treatment Plant (“SWTP”). In addition to glycol laden stormwater, Spent Aircraft Deicing Fluid ("SADF") from aircraft deicing activities are also captured at deice pads. The SADF that is captured on the deice pads are conveyed to storage tanks prior to being sent to the SWTP. From time to time, the pumps need to be repaired or replaced due to failure of internal components. The pump stations mentioned above utilize various sizes and models pumps. Most of the pumps in the environmental system are Flygt pumps, however, Environmental Operations does use a few Ebara pumps. The pumps range in size from 3 hp up to 150 hp.
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.
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.
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.
Bidder must meet the following minimum qualifications:
TBD
KCAB is soliciting bids for a contractor to provide on-call pump repair services for the pumps that are utilized in the environmental systems at CVG. SADF is captured at various deice pads and conveyed to storage tanks via various pump stations. Storm drains convey SADF not captured at the deice pads to various storm pump stations and then convey the contaminated water directly to the SWTP. There are times when the pumps need to be repaired or replaced due to failure of internal components. The SWTP pump stations utilize various sizes and models of Flygt and Ebara pumps. These pumps range in size from 3 hp up to 150 hp. Photos of the pumps and pump stations are attached as Attachment A.
The Successful Bidder (“Contractor”) must be able to provide the following services:
1) Repair or replacement of pumps on an as needed basis.
2) Provide on-site and/or classroom training for KCAB personnel on the operation, maintenance, troubleshooting of pumps at CVG. Training may include:
Manufacturer Experience
Safety & Regulatory Compliance
Parts & Technical Capability
Field Capabilities:
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.
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:
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 one through 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 nondiscrimination
statutes and authorities; including but not limited to:
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 from this requirement directly with the U.S. Department of Labor – Wage and Hour Division.
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.
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.
Provide documentation of the following:
Please download the below Safety Forms - Attachment B, complete as well as provide the additional information required, and upload. Also provide proof of Safety Program which should include:
a, Evidence of a Safety Manual
b. Confined space entry plan and permit
c. Control of Hazardous Energy Plan
d. Training records for employees
Provide warranty documentation for parts and labor.
Provide a copy of your Certificate of Insurance that meets the requirements of this ITB and attached sample agreement.
State in writing all exceptions to this RFP or sample agreement attached as Attachment C. 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”.
Please download the below documents, complete, and upload.
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:
Please provide this information in the next questions.
Proposers must identify the following information regarding the person with full authority to legally bind proposer and sign agreements on its behalf:
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Example: one (1) year or two (2) years
If requesting a Contract Amendment, Contract Extension, or Task Order please enter N/A.
If requesting a Contract Amendment, Contract Extension, Task Order, Master Agreement or New Contract please select No below.
Example: two (2) additional one-year terms
Example: thirty (30) days
Example: on a monthly basis
Are there minimum qualifications required to perform this service?
Q (No subject): Is this going to be PW or Davis Backon?
A: No, this bid does not use prevailing wage or Davis-Bacon Wage Rates.
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.