Active SLED Opportunity · FLORIDA · LEE COUNTY PORT AUTHORITY

    Overpass Signage Replacement & Modification at Southwest Florida International Airport (RSW)

    Issued by Lee County Port Authority
    countyRFBLee County Port AuthoritySol. 257657
    Open · 19d remaining
    DAYS TO CLOSE
    19
    due Jun 2, 2026
    PUBLISHED
    May 1, 2026
    Posting date
    JURISDICTION
    Lee County
    county
    NAICS CODE
    238190
    AI-classified industry

    AI Summary

    Lee County Port Authority seeks a qualified vendor for demolition, removal, fabrication, installation, electrical work, and painting related to overpass signage replacement at Southwest Florida International Airport. Mandatory pre-bid meeting and site tour required. Bid due June 2, 2026.

    Opportunity details

    Solicitation No.
    257657
    Type / RFx
    RFB
    Status
    open
    Level
    county
    Published Date
    May 1, 2026
    Due Date
    June 2, 2026
    NAICS Code
    238190AI guide
    State
    Florida
    Agency
    Lee County Port Authority

    Description

    The Authority seeks a qualified vendor for the demolition of the existing translucent resin panels and letters, removal of existing conduit and all associated electrical material back to existing junction box filling the holes, scrape, and sand the overpass structure where the sign was removed to a smooth finish matching the existing adjacent structure. Paint existing structure. Fabrication and installation of lettering per the plans, addition of bird deterrence in horizontal elements, electrical work, and painting among other things.

    Background

    The project consists of the demolition of the existing translucent resin panels and associated hardware, existing signage letters, and electrical (in preparation to receive new lighting signage) filling the holes, scraping, and sanding the overpass structure where sign was removed, fabrication and installation of new panels and backlit channel lettering per the plans, addition of bird deterrent in horizontal elements, new electrical work, and painting. All elements for the project should comply with the details as shown in the Architect’s Plans.

    All work must be fully and properly performed in accordance with the requirements of the RFB and any agreement entered into with the Authority.

    Project Details

    • Reference ID: 26-0051LB
    • Department: Development - Engineering & Construction
    • Department Head: Leandro Goicoechea (Department Director)

    Important Dates

    • Questions Due: 2026-05-15T21:00:00.000Z
    • Answers Posted By: 2026-05-22T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-05-11T14:00:00.000Z — This Mandatory 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. The meeting will include a project site tour. Bidders must have a representative from their firm attend the Mandatory Pre-Bid Meeting and the project site tour in its entirety, 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 and project site tour in its entirety, will be disqualified. 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 clarification. Potential bidders planning to attend the Mandatory Pre-Bid Meeting scheduled for this project, should RSVP electronically through OpenGov. RSVP is requested to ensure appropriate transportation arrangements are made for the project site.

    Addenda

    • Official Notice #1: How to Access 3rd Floor for the Mandatory Pre-Bid Meeting (released 2026-05-01T12:04:42.016Z) —
      • Once parked in Short-Term Parking at RSW, follow signs to enter the terminal. 
      • Proceed to the second level (departures) in the Ticketing Hall.
      • Please note, above the outside glass doors, you will see a door number in a circle. That identifies the door number.
      • Head towards Door #4, near 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.

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

      Also, remember to bring your parking ticket to be validated by the receptionist.

    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

      The Authority seeks a qualified vendor for the demolition of the existing translucent resin panels and letters, removal of existing conduit and all associated electrical material back to existing junction box filling the holes, scrape, and sand the overpass structure where the sign was removed to a smooth finish matching the existing adjacent structure. Paint existing structure. Fabrication and installation of lettering per the plans, addition of bird deterrence in horizontal elements, electrical work, and painting among other things.

    • Scope of Work or Project Details

      Please see the Attachments section for specifications and attachments.

    • Timeline
      Release Project Date:May 1, 2026
      Pre-Bid Meeting with Project Site Tour (Mandatory):May 11, 2026, 10:00am

      This Mandatory 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. The meeting will include a project site tour.
      Bidders must have a representative from their firm attend the Mandatory Pre-Bid Meeting and the project site tour in its entirety, 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 and project site tour in its entirety, will be disqualified.
      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 clarification.

      Potential bidders planning to attend the Mandatory Pre-Bid Meeting scheduled for this project, should RSVP electronically through OpenGov. RSVP is requested to ensure appropriate transportation arrangements are made for the project site.

      Question Submission Deadline:May 15, 2026, 5:00pm
      Question Response Deadline:May 22, 2026, 5:00pm
      Response Submission Deadline:June 2, 2026, 2:00pm

      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: meet.google.com/nzk-bpvu-gbt or by phone: ‪(US) +1 574-313-1054‬ PIN: ‪437 786 835#.

      Award Date :To be awarded after Board Approval.
    • 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 five (5) years. (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 QUALIFICATIONS (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 D: CONSTRUCTION DOCUMENTS (required)

      Please acknowledge Bidder has reviewed and acknowledged the CONSTRUCTION DOCUMENTS as stated in Part D in the RFB.

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

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

    • PART E: GRANT REQUIREMENTS (required)

      Please acknowledge Bidder has reviewed and acknowledged the GRANT 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 F in the RFB.

    • BID BOND (required)

      Please acknowledge Bidder has reviewed and acknowledged the BID BOND REQUIREMENTS as stated in Part F 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.

    • RFB 26-0051LB FORM 1 - BIDDER’S CERTIFICATION (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0051LB FORM 2 - BID SUMMARY (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0051LB FORM 3 - REFERENCE FORM (2-page form) (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0051LB FORM 4: LOBBYING AFFIDAVIT (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0051LB FORM 5: PUBLIC ENTITY CRIMES CERTIFICATION (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0051LB FORM 6: SCRUTINIZED COMPANIES CERTIFICATION (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0051LB FORM 7: LOCAL PREFERENCE AFFIDAVIT (2-page form) (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0051LB FORM 8: BID BOND FORM (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 26-0051LB FORM 9: CERTIFICATION OF COMPLIANCE WITH FLORIDA STATUTE 255.0993 - PUBLIC WORKS PROJECTS IRON AND STEEL REQUIREMENT (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0051LB FORM 10: CERTIFICATION OF COMPLIANCE WITH FAA BUY AMERICAN PREFERENCE – CONSTRUCTION PROJECTS (2-page form) (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0051LB FORM 11: TRADE RESTRICTION CERTIFICATION (required)

      Please download the below documents, complete, and upload.

    • FORM 12: CERTIFICATION OF BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS (required)

      Please download the below documents, complete, and upload.

    • RFB 26-0051LB 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.

    Key dates

    1. May 1, 2026Published
    2. June 2, 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.