Active SLED Opportunity · FLORIDA · TAMPA INTERNATIONAL AIRPORT
AI Summary
Tampa International Airport seeks to pre-qualify companies for staffing services including temporary, temporary-to-permanent, and direct placement over five years. Qualified companies will receive requests for candidates or quotes as needed.
The Authority is issuing this Solicitation for staffing services to pre-qualify eligible Respondents to receive opportunities to provide Services to the Authority on an as-needed basis over a five (5) year period. Qualification of a Respondent does not guarantee any amount of work.
The staffing categories and Staffing Solutions are listed below.
Respondents may qualify for one or more of the staffing categories listed above and may be added to the Qualified Company List anytime throughout the Term of Qualification. A Respondent may submit a Response to be approved as a Qualified Company at any time through February 29, 2028.
Temporary Staffing and Temporary to Permanent Staffing
When the Authority determines a Temporary or Temporary to Permanent staffing need, a Request for Candidates will be sent to the Qualified Companies in the applicable staffing category. The Request for Candidates will specify the staffing category, Staffing Solution, Services, and position requirements. The Qualified Companies will provide their Qualified Candidate(s) to the Authority. The Authority will review the Qualified Candidate(s), conduct interviews, and determine the best fit for the Authority. The Authority will negotiate the Bill Rate with the Qualified Company who submits the Best-Qualified Candidate, as selected by the Authority, to fill the position. If the Authority is unable to negotiate satisfactory rates, the Authority will negotiate with the Qualified Company submitting the next Best-Qualified Candidate, as selected by the Authority, to fill the position. Negotiations will be undertaken in such a sequence until an agreement is reached and the Request for Candidates is awarded or canceled. If cancelled, the Authority may issue a new Request for Candidates or may contact a staffing company not on the Qualified Company List.
Direct Placement/Recruiting
When the Authority determines a Direct Placement or Recruiting need, an Invitation to Quote will be issued through OpenGov to the Qualified Companies. The Authority will select from two or more of the Qualified Companies submitting the lowest Bill Rates.
The Authority was created in 1945 and is an independent special district governed by the Hillsborough County Aviation Authority Act (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.
In the past three (3) years, the following Temporary Staffing, Temporary to Permanent Staffing, and Direct Placement/Recruiting have been utilized:
The background information provided in this Section is intended only to give prospective Respondents a brief familiarization with the Authority and Tampa International Airport (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 members, 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 as detailed in Section 4, Process, Paragraph 4.1, Respondent Services, below.
The Authority mission and vision statements, found on the Authority website at www.TampaAirport.com > Learn about TPA > Airport Business > Airport Administration, will serve as the platform to guide the Qualified Respondent in its provision of Services.
Addendum No. 2
Please use the See What Changed link to view all the changes made by this addendum.
Please use the See What Changed link to view all the changes made by this addendum.
Addendum No. 5
Addendum No. 6
Is a sample of the Staffing Services Contract that will be executed per Engagement if the Staffing Solution provided is either Temporary Staffing or Temporary to Permanent Staffing.
Temporary Staffing and Temporary to Permanent Staffing
Direct Placement/Recruiting and HR Assist
A. Respond to the Request for Quotes.
B. Perform administrative activities, including, but not limited to, payroll processing, unemployment claims handling, and benefits administration, as applicable.
C. Utilize screening methodologies sufficient to determine that a candidate possesses the requisite skills, experience and qualifications to perform the position functions required, prior to submitting candidate to the Authority.
D. Verify the candidate’s educational background and the possession of any required licenses and certifications.
E. Post job, screen resume, conduct candidate vetting to include resume collection and review, screen applicants.
F. Match candidates to positions.
G. Monitor operational and performance related aspects.
Fee paid to the Qualified Company for administrative activities, including, but not limited to, recruitment, payroll processing, unemployment claims handling, and benefits administration.
By submitting a Response to this Solicitation, Qualified Company agrees to remain qualified to provide Services for the Term of Qualification. The Authority reserves the right to remove any Qualified Company from the Qualified Company List, with or without cause, or to cancel the entire Qualified Company List, upon ten (10) days written notice to the Qualified Company(ies).
A Response may be withdrawn by Respondent at any time prior to February 29, 2028 by submitting a request in writing to the Procurement Agent. The submission of a Response will be taken as prima facie evidence that the Respondent has familiarized itself with the contents of this Solicitation in its entirety.
The minimum limits of insurance (inclusive of any amounts provided by an umbrella or excess policy) covering the work performed pursuant to each Contract and/or Purchase Order will be the amounts specified herein. To the extent it is used to meet the minimum limit requirements, any Umbrella or Excess coverage shall follow form to the Employer’s Liability, Commercial General Liability and Business Auto Liability coverages, including all endorsements and additional insured requirements. Any applicable Aggregate Limits in the Umbrella or Excess policy(ies) shall not be shared or diminished by claims unrelated to each Contract and/or Purchase Order.
This Solicitation will in no manner be construed as a commitment on the part of the Authority to award an agreement. The Authority reserves the right to reject any or all Responses; to waive minor irregularities in this Solicitation process or in the Responses thereto; to re-advertise this Solicitation; to postpone or cancel this Solicitation process; to negotiate, select or procure parts of Services; to change or modify the Solicitation schedule at any time; to negotiate an agreement with another Respondent if an agreement cannot be negotiated with the Qualified Company; and to make the award in the best interest of the Authority.
All costs associated with preparing and delivering a Response to this Solicitation will be borne entirely by the Respondent. The Authority will not compensate the Respondent for any expenses incurred by the Respondent as a result of this Solicitation process.
Is a sample of the Authority Terms and Conditions that will be attached to the Purchase Order for Direct Placement/Recruiting and HR Assist services.
A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a response on a contract to provide any goods or services to a public entity; may not submit a response on a contract with a public entity for the construction or repair of a public building or public work; may not submit a response on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Florida Statute Section 287.017, for CATEGORY TWO for a period of thirty six (36) months from the date of being placed on the convicted vendor list.
The Vice President of Procurement or his designee will execute the Contract, a sample of which is attached to this Solicitation as Attachment A, Sample Contract, prior to the start date of the selected candidate for each Engagement.
Invoices submitted by Qualified Company will include a breakdown of the Bill Rate per Contract Employee in the following staffing categories: Salary, Burden Rate and Administrative Fee. Invoices required by this Solicitation will be created and submitted to the Authority Finance Department via email to payables@tampaairport.com in a form acceptable to the Authority and will include, at a minimum, the invoice date, invoice amount, dates of Services, purchase order number, and breakdown of Bill Rate.
Qualified Respondents will respond to Request for Quotes to provide candidates for staffing categories 1 through 5 listed below, as applicable. The referenced sample position descriptions are Attachments B through F and are provided as examples only of positions that may be included within each staffing category and are not intended to be all inclusive.
Category 1 - Information Technology
Category 2 - Clerical/Administrative
Category 3 - Maintenance/Mechanical
Category 4 - Warehouse
Category 5 - Executive
The minimum limits of insurance covering the work performed pursuant to each Contract and/or Purchase Order will be the amounts specified herein. Coverage will be provided for liability resulting out of, or in connection with, ongoing operations performed by, or on behalf of, the Qualified Company under the Contract and/or Purchase Order or the use or occupancy of Authority premises by, or on behalf of, the Qualified Company in connection with the Contract and/or Purchase Order. Coverage shall be provided on a form no more restrictive than ISO Form CG 00 01. Additional insurance coverage shall be provided on a form no more restrictive than ISO Form CG 20 10 10 01 and CG 20 37 10 01.
Engagement Specific
General Aggregate $1,000,000
Each Occurrence $1,000,000
Personal and Advertising Injury Each Occurrence $1,000,000
Products and Completed Operations Aggregate $1,000,000
The minimum limits of insurance are:
Part One: “Statutory”
Part Two:
Each Accident $1,000,000
Disease – Policy Limit $1,000,000
Disease – Each Employee $1,000,000
The Respondent understands and agrees that any resulting contractual relationship is non-exclusive and the Authority reserves the right to contract with more than one Respondent or seek similar or identical Services elsewhere if deemed in the best interest of the Authority.
Candidate selected by Authority Human Resources Department and the Department Hiring Manager based on meeting the minimum job requirements and experience, as well as the phone screening and in-person interview.
Contract Employees requested to fill a Temporary to Permanent position will complete a minimum of 120 business days, based on a forty (40) hour work week, of continuous employment under the engagement. If at any time during the engagement, the Authority wishes to hire any Contract Employee, the Authority may request that the Qualified Respondent release the Contract Employee to allow the Authority to hire the Contract Employee. If the Contract Employee has not completed a minimum of 120 business days, based on a forty (40) hour work week, of continuous employment with the Authority, the Authority will pay the Qualified Respondent a conversion fee as stated in the schedule below:
The Qualified Company will be paid utilizing an automated payment method that will be selected by the Qualified Company and includes ACH, ePayables, or Purchasing Card. Information regarding the payment process for each of these payment methods is available on the Authority website at www.TampaAirport.com/procurement-department > More Information – Electronic Payment Methods.
It is the responsibility of each Respondent to examine carefully this Solicitation and to judge for itself all of the circumstances and conditions which may affect its Response. Any data furnished by the Authority is for informational purposes only. The Respondent’s use of any such information will be at the Respondent’s own risk. Failure on the part of any Respondent to examine, inspect, and be completely knowledgeable of the terms and conditions of this Solicitation, and all its attachments, appendices, exhibits and addenda, the operational conditions, or any other relevant documents or information, will not relieve the Respondent from fully complying with this Solicitation. This Solicitation will be awarded only to a Respondent considered to be capable of performing the Services as required in this Solicitation. Authority may declare any Respondent ineligible at any time during the process of receiving Responses or awarding the Solicitation where developments arise which, in the opinion of the Authority, adversely affect the Respondent’s competency to perform the Services and to discharge its responsibilities under this Solicitation.
Sample descriptions relating to information technology positions. These are not intended to be all inclusive.
More than one Response from the same Respondent under the same or different names will not be considered. Joint Responses will not be accepted. Reasonable grounds for believing that a Respondent is submitting more than one Response will cause the rejection of all Responses in which the Respondent is involved. Responses will be rejected if there is reason for believing that collusion exists among Respondents, and no participant in such collusion will be considered in any future solicitations for a period of six (6) months following February 29, 2028.
When the Authority determines a Direct Placement/Recruiting is needed, an Invitation to Quote will be issued through OpenGov Procurement to the Qualified Companies. The Authority will select from two or more of the Qualified Companies submitting the lowest Bill Rates. Once a candidate is selected, a Purchase Order(s) will be issued. Refer to Attachment B, Purchase Order Terms and Conditions.
Coverage will be provided for all owned, hired and non-owned vehicles. Coverage shall be provided on a form no more restrictive than ISO Form CA 00 01. The minimum limits of insurance covering the work performed pursuant to each Contract and/or Purchase Order are:
Each Occurrence – Bodily Injury and Property Damage Combined $1,000,000
The fixed price paid for Administrative Fee, Burden Rate, and Salary combined for Temporary Staffing or Temporary to Permanent Staffing Services or the percentage of Salary paid for Direct Placement/Recruiting services.
The Authority may request Services for any of the five (5) categories below:
A. Category 1 - Information Technology
B. Category 2 - Clerical/Administrative/Customer Service
C. Category 3 - Maintenance/Mechanical
D. Category 4 - Warehouse
E. Category 5 - Executive
The referenced sample position descriptions in Attachments C through G are provided only as examples of positions that may be included within each staffing category and are not intended to be all inclusive. The Authority reserves the right to revise the sample position descriptions as needed.
The Authority may engage the services of a Qualified Respondent to provide Direct Placement/Recruiting for executive level positions. Once a candidate is placed with the Authority as an employee, if either the employee or Authority terminate the employment relationship for any reason during the first thirty (30) calendar days, an approved replacement for the employee will be provided by the Qualified Respondent at no additional fee, provided that the position remains unchanged in terms of responsibilities, location, and compensation.
Sample descriptions relating to clerical/administrative/customer service positions. These are not intended to be all inclusive.
A. Each Respondent must examine the Solicitation Documents, which incorporates all its addenda, appendices, exhibits and attachments, including Attachment A, Sample Contract and Attachment B, Purchase Order Terms and Conditions, to determine if the requirements are clearly stated.
B. Respondents are required to register for an account via the Authority’s e-Procurement Portal hosted by OpenGov Procurement. Once Respondent has completed their registration, Respondent will receive addenda notifications via email by clicking “Follow” on the Solicitation via the Authority’s e-Procurement Portal, located at https://secure.procurenow.com/portalampaairport. It is the sole responsibility of each Respondent to periodically check the website for any issued addenda at https://secure.procurenow.com/portalampaairport.
C. All questions and clarification requests concerning these Solicitation Documents, such as discrepancies, omissions and exceptions to any term or condition of the Solicitation Documents, which incorporates all its addenda, appendices, exhibits and attachments, must be submitted via the Authority’s e-Procurement Portal, located at https://secure.procurenow.com/portalampaairport. All answers to questions and clarification requests will be posted on the Authority’s e-Procurement Portal. Respondents may also click “Follow” on the Solicitation, via the Authority’s e-Procurement Portal, located at https://secure.procurenow.com/portalampaairport, to receive an email notification when such answers and clarifications are posted. It is the responsibility of the Respondent to check the website for answers to questions and clarification requests.
D. If the Respondent requests modifications to the Solicitation Documents, the Respondent must provide detailed justification for each modification requested. The Authority will determine what changes will be acceptable to the Authority and changes approved by the Authority will be issued in a written addendum as outlined below. No oral interpretation or clarification of the Solicitation Documents will be made to any Respondent. It is the responsibility of the Respondent to verify the Authority received its question, clarification or modification request concerning this Solicitation.
Any issue that may affect the Respondent’s ability to submit a Response or to provide the Services may be submitted to the Procurement Agent. The Authority will determine if the issue affects the Respondent’s ability to submit a Response or provide the Services and, if it substantially does so, the Authority will issue an Addendum addressing the issue.
E. All modifications to this Solicitation, including all its addenda, appendices, exhibits and attachments, including Attachment A, Sample Contract and Attachment B, Purchase Order Terms and Conditions, and any supplemental instructions, will be in the form of written addenda in order that all Respondents will be given the opportunity of proposing to the same specifications. Any issued addenda will be posted on the Authority website with this Solicitation by the date stated in the Timeline.
F. Failure of any Respondent to acknowledge an issued addendum in its Response will not relieve the Respondent from any obligation contained therein.
Such insurance will be provided on a form acceptable to Authority and maintained throughout each Contract and/or Purchase Order and for three years following completion of each Contract and/or Purchase Order. Coverage will include all work of Qualified Company without exclusions unless approved in writing by Authority. The limits of coverage will not be less than:
Each Occurrence $1,000,000
Annual Aggregate $1,000,000
A pass-through obligation such as Federal, State and local payroll taxes, worker's compensation insurance, unemployment insurance, and health benefits, as applicable.
Attachment A, Sample Contract, including all exhibits, schedules, subsequent amendments and attachments thereto, executed by and between the Authority and the Concessionaire.
The minimum limits of Commercial Crime insurance, including coverage for losses to “Clients’ Property”, on a form no more restrictive than ISO form CG 04 01 08 13, covering, but not limited to, loss arising from employee theft, employee dishonesty, forgery or alteration, robbery, burglary, embezzlement, disappearance, destruction, money orders and counterfeit currency, depositors forgery, computer fraud, on-premises and in-transit are:
Each Occurrence $1,000,000
Sample descriptions relating to maintenance/mechanical positions. These are not intended to be all inclusive.
Qualified Company must not remove Recruiter/Account Manager from providing the Services contemplated by this Solicitation; however, the removal of such Recruiter/Account Manager due to their incapacity, voluntary termination, or termination for just cause will not cause removal from the Qualified Company List. Authority will require that, at a minimum, any proposed replacement have equal or greater qualifications and experience as the Recruiter/Account Manager being replaced. Qualified Company will not make any personnel changes of the Recruiter/Account Manager until written notice is made to and approved by the Authority Director of Human Resources.
A. Recruiter/Account Manager Replacement
Qualified Respondent must not remove Recruiter/Account Manager from providing the Services contemplated by this Solicitation; provided, however, that the removal of such Recruiter/Account Manager due to their incapacity, voluntary termination, or termination for just cause will not constitute a breach of this Solicitation. Authority will require that, at a minimum, any proposed replacement have equal or greater qualifications and experience as the Recruiter/Account Manager being replaced. Qualified Respondent will not make any personnel changes of the Recruiter/Account Manager until written notice is made to and approved by the Authority Director of Human Resources.
B. Right to Hire
Authority will not engage or hire, directly or indirectly, a candidate whose resume was submitted by a Qualified Respondent to the Authority as a result of a Request for Quotes but who was not selected by the Authority, for a period of one hundred eighty (180) days following the Authority’s receipt of the resume.
The Respondent warrants that any Response submitted is not made in the interest of or on behalf of any undisclosed party; that the Respondent has not, directly or indirectly, induced any other Respondent to submit a false Response; and that the Respondent has not paid or agreed to pay to any party, either directly or indirectly, any money or other valuable consideration for assistance or aid rendered or to be rendered in attempting to procure award for the privileges granted herein.
Respondents must comply with all Authority, local, State and Federal directives, orders, policies and laws as applicable to this Solicitation.
An employee placed under Authority management and supervision at a facility or in an environment controlled by Authority as result of a Request for Candidates.
Sample description relating to a warehouse position. This is not intended to be all inclusive.
A. Temporary Staffing
There is no minimum period of continuous employment that may be requested by Authority under Temporary Staffing. Once placed, Authority reserves the right to terminate or extend an Engagement based on the needs of Authority.
B. Temporary to Permanent Staffing
Contract Employee requested to fill a Temporary to Permanent staffing position will complete a minimum of 120 business days, based on a forty (40) hour work week, of continuous employment under the Engagement. If at any time during the Engagement the Authority wishes to hire any Contract Employee, the Authority may request that the Qualified Company release the Contract Employee to allow the Authority to hire the Contract Employee. If the Contract Employee has not completed a minimum of 120 business days, based on a forty (40) hour work week, of continuous employment with the Authority, the Authority will pay the Qualified Company a conversion fee as stated in the schedule below:
C. Direct Placement/Recruiting
The Authority may engage the services of a Qualified Company to provide Direct Placement/Recruiting for executive level positions. Once a candidate is placed with the Authority as an employee, if either the employee or Authority terminate the employment relationship for any reason during the first thirty (30) calendar days, an approved replacement for the employee will be provided by the Qualified Company at no additional fee, provided that the position remains unchanged in terms of responsibilities, location, and compensation.
Qualified Company, for itself and on behalf of its insurers, to the fullest extent permitted by law without voiding the insurance required by a Contract and/or Purchase Order, waives all rights against the Authority, members of Authority’s governing body and the Authority’s officers, volunteers, agents, and employees, for damages or loss to the extent covered and paid for by any insurance maintained by the Qualified Company.
There will be no formal Response opening for this Solicitation. Responses will be opened and evaluated as they are submitted.
All Responses and other materials or documents submitted by a Respondent to this Solicitation will become the property of the Authority. The Authority is subject to the open records requirements of Florida Statute Chapter 119, and as such, all materials submitted by the Respondent to the Authority are subject to public disclosure. The Respondent specifically waives any claims against the Authority related to the disclosure of any materials if made under a public records request.
The Qualified Company will promptly notify the Airport Operations Center (AOC) of all incidents involving bodily injury or property damage occurring on Authority-owned property, tenant owned property or third party property.
The Authority reserves the right to request any supplementary information from Respondent it deems necessary to evaluate the Respondent’s Response and clarify or substantiate any information contained in the Respondent’s Response or supplemental information provided by the Respondent as part of the evaluation process.
Supervisor/Manager responsible for the hiring of Temporary Staffing, Temporary to Permanent Staffing, and Direct Placement/Recruitment candidates and providing HR Assist services.
Sample descriptions relating to executive positions. These are not intended to be all inclusive.
Failure to follow Authority Policy P512, Procurement Protests, as set out in the Authority policies, constitutes a waiver of the Respondent’s protest and resulting claims. A copy of Policy P512, Procurement Protests, may be obtained by contacting the Authority via telephone at 813-870-8700 or via mail to Hillsborough County Aviation Authority, Post Office Box 22287, Tampa, Florida 33622. A copy is also available online at www.TampaAirport.com > Learn about TPA > Airport Business > Procurement > Additional Supplier Resources - Procurement Protests Policy. The Authority will post on its website, and make available for public access, any and all formal protest documents received on this Solicitation.
Authority will not engage or hire, directly or indirectly, a candidate whose resume was submitted by a Qualified Company to the Authority as a result of a Request for Candidates, but who was not selected by the Authority, for a period of one hundred eighty (180) days following the Authority’s receipt of the candidate's resume.
Qualified Company may request to be removed from the Qualified Company List at any time by contacting the Authority Procurement Department. The Authority reserves the right to remove any Qualified Company from the Qualified Company List, with or without cause, upon ten (10) days written notice to such Qualified Company.
All electronic files uploaded must be in a common format accessible by software programs the Authority uses. Such common formats are generally described as Microsoft® Word (.doc or .docx), Microsoft® Excel (.xls or .xlsx), Microsoft® Power Point (.ppt or pptx), or Adobe Portable Document Format (.pdf).
Respondent will not secure, password protect or lock uploaded files. The Authority must be able to open and view the contents of uploaded files. Respondent will not disable or restrict the ability of the Authority to print the contents of an uploaded file.
Scanned documents or images must be of sufficient quality, no less than 150 dpi, to allow for reading and interpreting the words, drawings, images or sketches.
It is the Respondent’s responsibility to ensure the files uploaded to the Authority’s software programs are not corrupt.
The Authority may deem any Response that does not meet the criteria stated in this paragraph to be non-responsive.
By submitting a Response, the Respondent acknowledges that it is subject to the Authority Policy P414, Suspension and Debarment of Contractors. A copy of Policy P414, Suspension and Debarment of Contractors, may be obtained by contacting the Authority via telephone at 813-870-8700 or via mail to Hillsborough County Aviation Authority, Post Office Box 22287, Tampa, Florida 33622. The policy is also available on the Authority website: www.TampaAirport.com > Learn about TPA > Airport Business > Procurement > Additional Supplier Resources - Suspension Debarment Policy.
The Recruitment of a candidate that will be hired directly by Authority.
All customer claims, issues, or complaints regarding property damage or bodily injury related to the Qualified Company will be promptly handled, addressed and resolved by the Qualified Company.
The Qualified Company will track all customer claims, issues, and complaints and their status on a Claims Log available for review, as needed, by Authority Risk Management. The Claims Log should include a detailed report of the incident along with the response and/or resolution. Authority Risk Management has the option to monitor all incidents, claims, issues or complaints where the Authority could be held liable for injury or damages.
A. It is the policy of the Authority that woman and minority-owned business enterprises as defined herein will have full and fair opportunities to compete for and participate in the performance of non-federally funded contracts or in the purchase of goods and services procured by the Authority. Business concerns certified as a woman or minority owned business enterprise with Hillsborough County, City of Tampa, or State of Florida Department of Management Services, Office of Supplier Diversity, or as a Disadvantaged Business Enterprise (DBE) under the Florida Unified Certification Program (FLUCP) (collectively, W/MBEs or W/MBE firms) will be eligible to participate on Authority funded contracts as a W/MBE. In advancing this opportunity for W/MBEs, neither the Authority nor those companies doing business with the Authority will discriminate on the basis of race, color, national origin, religion or sex in the award and performance of any Authority contract. Under its W/MBE Policy and Program, the Authority will recognize and encourage W/MBEs to participate as prime contractors or as subcontractors in its construction contracts, architectural and engineering contracts, professional services contracts, and goods and services purchases and contracts.
B. W/MBE Goal
No specific W/MBE participation goal is established for this Solicitation. However, Respondents are encouraged to propose participation by W/MBEs to perform commercially useful functions of the Services required in this Solicitation. To propose W/MBE participation the Respondent must submit a completed W/MBE Assurance and Participation form and attach a Letter of Intent for each W/MBE that is proposed to participate in the Contract and/or Purchase Order issued as a result of this Solicitation at the time the Response is submitted to the Authority. If a Respondent is a W/MBE firm, the Respondent must submit a Letter of Intent for the work the Respondent proposes to self-perform and count toward the W/MBE goal.
C. Eligibility of W/MBEs
To ensure the eligibility of a W/MBE firm proposed to participate in the awarded Qualified Company List, the firm must be certified as a woman or minority owned business by the City of Tampa, Hillsborough County, the State of Florida Department of Management Services, Office of Supplier Diversity, or as a DBE by the FLUCP. Proposed W/MBE firms must be certified at the time Responses are received. A directory of certified DBEs and links to the various agency websites that have directories of certified W/MBEs are available on the Authority website at www.TampaAirport.com > Learn about TPA > Airport Business > Business Diversity.
The insurance maintained by Qualified Company must conform at all times with Authority Standard Procedure S250.06, Contractual Insurance Terms and Conditions, which may be amended from time to time and can be downloaded from Authority website at www.TampaAirport.com > Learn about TPA > Airport Business > Procurement > Supplier Resources > Insurance for Suppliers.
The placement of the Best-Qualified Candidate at the Authority.
The Authority owns all records and documents generated by Qualified Respondent(s) pursuant to the provision of Services and the Qualified Respondent(s) agrees that it will not, without written approval by the Authority, disclose publicly said records and documents.
Recruitment service provided by Qualified Company which includes resume intake, review, and qualification and completion of the initial candidate phone screen. Does not include in-person interviews and short-listing of candidates for the Authority.
Respondent, in responding to this Solicitation, affirms it will hold the Authority harmless from and against all suits, claims, demands, damages, actions and causes of action of any kind or nature in any way arising from this Solicitation process and will pay all expenses in defending any claims made against the Authority.
Pursuant to Florida Statute Section 287.135, as of July 1, 2018, a company that, at the time of bidding or submitting a bid/response for a new contract/agreement or when entering into or renewing a contract/agreement for goods or services, is on the Scrutinized Companies that Boycott Israel List, created pursuant to Florida Statute Section 215.4725, or is engaged in a boycott of Israel, is ineligible for, and may not bid on, submit a proposal/response for, or enter into or renew a contract/agreement with an agency or local governmental entity for goods or services of any amount.
Additionally, as of July 1, 2018, a company that, at the time of bidding or submitting a bid/response for a new contract/agreement or when entering into or renewing a contract/agreement for goods or services, is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to Florida Statute Section 215.473, or has been engaged in business operations in Cuba or Syria, is ineligible for, and may not bid on, submit a proposal/response for, or enter into or renew a contract/agreement with an agency or local governmental entity for goods or services of $1 million or more.
Each Respondent must complete and return the Scrutinized Company Certification Form included in the Required Forms section of OpenGov Procurement for this Solicitation. If the Respondent is found to have submitted a false certification, been placed on the Scrutinized Companies that Boycott Israel List, is engaged in a boycott of Israel, or for any contract for goods or services of $1 million or more, has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or is found to have been engaged in business operations in Cuba or Syria, the Authority may terminate any resulting Purchase Order, Contract, or award.
An invitation issued by the Authority to provide a quote for Direct Placement/Recruiting and HR Assist services.
E-procurement system used by the Authority.
The determination by Authority as to whether a Respondent is eligible for recommendation for award may include an investigation of all information provided in Respondent’s Response. A final ranking will not be made until all investigations are completed through whatever investigative measures the Authority selects and from any sources deemed by the Authority as necessary and prudent. By submitting a Response, Respondent consents to and agrees to cooperate with any such investigation.
An individual qualified for the position being sought by the Authority.
The Hillsborough County Aviation Authority, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all Respondents that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, disadvantaged business enterprises and airport concession disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this Solicitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.
A list of Qualified Companies by category.
Company that has been determined by the Authority to meet the Minimum Qualifications as detailed in this Solicitation.
The individual assigned by the Qualified Company to work with Authority staff to provide the Services.
Process that includes, but is not limited to, analyzing the requirements of a position, attracting employees to that position, screening and selecting applicants, hiring, and integrating a new employee to the Authority.
Request from Authority to Qualified Companies to provide candidates for Temporary Staffing or Temporary to Permanent Staffing in accordance with the specified staffing category, Staffing Solutions, Services, position title, position requirements, estimated time frame (Temporary Staffing only), base pay, candidate work hours, skills required, and character attributes desired. Response will include the name(s) and resume(s) of each proposed candidate, standard and overtime hourly Salary, Burden Rate, Administrative Fee, and available start date.
A fixed amount of money or compensation paid to the Best-Qualified Candidate in return for work performed.
Services listed in Section 4, Process, of this Solicitation.
All documents associated with this Solicitation, including but not limited to, addenda, Sample Contract with all Exhibits, Purchase Order Terms and Conditions, and Sample Position Description(s).
Includes providing Temporary Staffing, Temporary to Permanent Staffing, Direct Placement/Recruiting and/or HR Assist services.
The recruitment of a candidate to perform work under Authority supervision on a temporary basis.
The recruitment of a candidate to perform work under Authority supervision on a temporary basis with the possibility of turning into a permanent position.
March 1, 2023 through February 29, 2028.
Select from the options below:
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Select all that Respondent is applying.
NOTE: Respondent must have the minimum years of experience listed in each section to apply.
If requesting to be added to the Qualified Company List for Information Technology, the Respondent MUST complete Section 10.3.1 below and meet the minimum qualifications listed in Section 10.1.
NOTE: If Respondent is not applying for this category, please move to the next category.
Provide a minimum of three (3) references, including the following:
Company Name
Contact Name
Contact Email Address
Contact Phone Number
Contract Start Date
Contract End Date
Provide a minimum of three (3) references, including the following:
Company Name
Contact Name
Contact Email Address
Contact Phone Number
Contract Start Date
Contract End Date
Recruiter/Account Manager Requirements
If requesting to be added to the Qualified Company List for Clerical/Administrative/Customer Service, the Respondent MUST complete Section 10.4.1 below and meet the minimum qualifications listed in Section 10.1.
NOTE: If Respondent is not applying for this category, please move to the next category.
Provide a minimum of three (3) references, including the following:
Company Name
Contact Name
Contact Email Address
Contact Phone Number
Contract Start Date
Contract End Date
Provide a minimum of three (3) references, including the following:
Company Name
Contact Name
Contact Email Address
Contact Phone Number
Contract Start Date
Contract End Date
If requesting to be added to the Qualified Company List for Maintenance/Mechanical, the Respondent MUST complete Section 10.5.1 below and meet the minimum qualifications listed in Section 10.1.
NOTE: If Respondent is not applying for this category, please move to the next category.
Provide a minimum of three (3) references, including the following:
Company Name
Contact Name
Contact Email Address
Contact Phone Number
Contract Start Date
Contract End Date
Provide a minimum of three (3) references, including the following:
Company Name
Contact Name
Contact Email Address
Contact Phone Number
Contract Start Date
Contract End Date
If requesting to be added to the Qualified Company List for Warehouse, the Respondent MUST complete Section 10.6.1 below and meet the minimum qualifications listed in Section 10.1.
NOTE: If Respondent is not applying for this category, please move to the next category.
Provide a minimum of three (3) references, including the following:
Company Name
Contact Name
Contact Email Address
Contact Phone Number
Contract Start Date
Contract End Date
If requesting to be added to the Qualified Company List for Executive, the Respondent MUST complete Section 10.7.1 below and meet the minimum qualifications listed in Section 10.1.
NOTE: If Respondent is not applying for this category, please move to the next category.
Provide a minimum of three (3) references, including the following:
Company Name
Contact Name
Contact Email Address
Contact Phone Number
Contract Start Date
Contract End Date
Q (Budget ): What is the estimated budget for this project?
A: This question will be answered in an addendum.
Q (Links to forms are not working ): Forms linked in 10.2.1, - Respondent Information Form 10.2.2, - Scrutinized Company Cert. 10.2.3, - WMBE Assurance and Participation are not working within the Staffing_Services.pdf. Can you please provide these forms.
A: You may upload these forms by selecting the links directly in the Respondent Questionnaire section of the OpenGov Procurement portal.
Q (No subject):
A: I wanted to let you know that I think there is a typo in the Staffing Pre-Qualifier posted this week with the due date it reads 2/29/2028, my guess it is a typo and s/b 10/28/2022 which is 2 weeks from today. This is not a typo. This question will be answered in an addendum.
Q (No subject):
A: Is it mandatory to bid all the below mention categories? A. Category 1 - Information Technology B. Category 2 - Clerical/Administrative/Customer Service C. Category 3 - Maintenance/Mechanical D. Category 4 - Warehouse E. Category 5 – Executive This question will be answered in an addendum.
Q (Evaluation Criteria): Please provide evaluation criteria in order to evaluate this RFP.
A: This question will be answered in an addendum.
Q (No subject): Our organization has provided contingent labor and direct placement services for more than 50 years. We have been in the Florida market for 37 years. From January 1, 2022, through October 19, 2022, we made 1,107 direct placements in North America; however, few of our customers are government entities. Will the Authority allow us to provide non-government references for the labor categories that we are interested in bidding?
A: This question will be answered in an addendum.
Q (Anticipated release date of Addenda?): Is there an anticipated date by which vendors should expect release of an Addendum in response to the questions asked to date, as well as an update of any next steps or milestones?
A: An addendum is anticipated this week. The responses received are being reviewed, and a Qualified Company List will be developed with a Term of Qualification of March 1, 2023 through February 29, 2028.
Q (Missing addenda & due date): When can we expect the addenda and what is the due date for this bid
A: Addendum No. 2 was posted today. The due date for this Request for Qualifications remains February 29, 2028 at 5:00 p.m. EST.
Q (Certificate of Insurance): Do we need to provide the actual Certificate of Insurance or will a sample COI suffice?
A: This question will be answered in an addendum.
Q (subcontracting): Is there any subcontracting goal?
A: This question will be answered in an addendum.
Q (Technical Response): Is there a requirement for a technical response? If so, what is the response format?
A: This question will be answered in an addendum.
Q (References): Can we repeat references for the different job categories?
A: This question will be answered in an addendum.
Q (Sample Contract and Purchase Order Terms and Conditions Exceptions/Redlines): Good day Ms. Kimball, in reviewing the Sample Contract and Purchase Order Terms and Conditions documents, our legal department has questioned whether the Authority is open to modifications of those two documents, (based on the respondent's acceptable contractual policies), or whether a respondent is required to accept the terms and conditions outlined in the documents, as they are written? Thank you.
A: This question will be answered in an addendum.
Q (Minimum Qualifications 10.1.1): Question#1: We are registered under State of Delaware, Division of Corporation but as of now not in the Florida Department of State, Could you please clarify is it mandatory for vendor to provide the copy of SOS along with Response, If no? can we provide the copy of SOS once we award with the contract?
A: This question will be answered in an addendum.
Q (10.3. CATEGORY 1 - INFORMATION TECHNOLOGY): Question#2: Could you please clarify, is it mandatory to bid on all the categories? Because we have experience in providing Category 1- Information Technology under the section 10.3.1.
A: This question will be answered in an addendum.
Q (CATEGORY 1 - INFORMATION TECHNOLOGY 10.3.1): Question#3: Could you please clarify, can Authority accept private sector references?
A: This question will be answered in an addendum.
Q (After Submission): I see some changes have been made after we submitted. Specifically the addition of start and end dates for references. Our review has already been initiated given we have heard from some of our references. Am I supposed to resubmit with these changes after the review is in process?
A: Please update your response to add the contract start and end dates on the references provided, as requested.
Q (General): 1. There is no specific subcontracting goal for the solicitation. But, referring to W/MBE Assurance and Participation form, for Respondent NOT proposing W/MBE participation goal, it is mentioned “to make a good faith effort throughout the term of the awarded contract to subcontract. As per our understanding, it is not mandatory to subcontract and vendor doesn’t need to submit good faith effort to Authority. This wouldn’t affect the awards in any way. Please confirm.
A: This question will be answered in an addendum.
Q (No subject): 2. There is no specific subcontracting goal for the solicitation. As per our understanding, Vendor can subcontract for any equivalent amount of the total dollar amount of the awarded Contract as it is convenient to vendor. Please confirm.
A: This question will be answered in an addendum.
Q (No subject): 2. There is no specific subcontracting goal for the solicitation. As per our understanding, Vendor can subcontract for any equivalent amount of the total dollar amount of the awarded Contract as it is convenient to vendor. Please confirm.
A: This question will be answered in an addendum.
Q (No subject): 3. For the vendor, intent to subcontract, Should the subcontracting firm be certified as both WBE and MBE or any one certification would be sufficient. Please confirm.
A: This question will be answered in an addendum.
Q (No subject): 4. For the vendor, intent to subcontract, Should the vendor subcontract with two different firms certified as both WBE and MBE or one firm with both certifications would be allowed as subcontractor Please confirm.
A: This question will be answered in an addendum.
Q (No subject): 5. Referring to References, we have the experience of providing services to government organizations with multi-disciplinary needs i.e., Information Technology, Warehouse, Clerical/Administrative/Customer Services, Maintenance/Mechanical and Executive – all in one project. Please confirm, if we could repeat or use those same references for different job categories.
A: This question will be answered in an addendum.
Q (SunBiz Registration for Out of State Firms): I keep getting an email asking me to register with the FL Dept of Management Services. I've registered at this site that is provided on the dms.myflorida site. You keep emailing me a sunbiz account which is asking me to start a LLC in FL which I don't need to do as I am registered in another state. Are out of state firms not allowed to bid on this solicitation? If so, how can we provide the confirmation from the FL Dept of Management Service site?
A: This question will be answered in an addendum.
Q (Proposal): Can we still submit proposal? How often propsoals will be evaluated ?
A: This question will be answered in an addendum.
Q (Open Record): How can we request copy of the proposals of qualified list companies as a part of open records? Can you please share their pricing?
A: This question will be answered in an addendum.
Q (Once Reviewed Post Submission): I was curious once you review our Staffing Services application post submission. When/how will we be notified it has has been reviewed for final acceptance or decline for staffing services [with reason] and the next steps?
A: This question will be answered in an addendum.
Q (Updated Approved Vendor List): When will an updated vendor list be released? The list reflects a date of March 1st. We uploaded our proposal for staffing on May1st for review.
A: This question will be answered in an addendum.
Q (Next steps after approved vendor): Once you are on the approved vendor list and get notifications of opportunities available, how do you submit your interest and bid pricing? is there a tutorial on how to submit for bidding?
A: This question will be answered in an addendum.
Q (WBE/MBE goal): It is our understanding that there is not any WBE or MBE mandatory goal for this contract, however, could the Authority please confirm if they will favor vendors who use a W/MBE subcontractor?
A: This question will be answered in an addendum.
Q (Section 7.9, point B): Under section 7.9, point B, we are an MBE firm certified by the State of California, could the Authority please confirm if we are required to comply and submit the information requested in point B?
A: This question will be answered in an addendum.
Q (WBE/MBE goal ): Could the Authority please confirm if there is any mandatory WBE or MBE goal for this contract? if yes, could the Authority please confirm if vendors can meet this goal with only one subcontractor?
A: This question will be answered in an addendum.
Q (Section 10.3.1): Under section 10.3.1, could the Authority please clarify if vendors only have to provide the 3 references to respond to this point?
A: This question will be answered in an addendum.
Q (Section 10.3.1): Under section 10.3.1, could the Authority please confirm if vendors are allowed to provide ongoing contracts as references?
A: This question will be answered in an addendum.
Q (Section 10.3.2): Under section 10.3.2, could the Authority please clarify if vendors only have to provide the 3 references to respond to this point?
A: This question will be answered in an addendum.
Q (Sections 10.3.1 and 10.3.2 - References): Could the Authority confirm, under sections 10.3.1 and 10.3.2, whether vendors are allowed to provide identical references for both points, specifically in cases where the vendor has rendered the required services to the same clients?
A: This question will be answered in an addendum.
Q (Respondent Questionnaire): Could the Authority confirm if the response has to be based only on point 10 Respondent Questionnaire?
A: This question will be answered in an addendum.
Q (Pricing Format): Regarding the pricing, could the Authority please confirm if there is a specific format for pricing in the response?
A: This question will be answered in an addendum.
Q (Pricing Format): Could the Authority please provide a format to submit the pricing?
A: This question will be answered in an addendum.
Q (Pricing Format): Could the Authority please clarify how they want vendors to provide the pricing?
A: This question will be answered in an addendum.
Q (Additional Information): Could the Authority please confirm if aside from point 10, and price, vendors are required to provide additional information?
A: This question will be answered in an addendum.
Q (IT Staff Augmentation Services): Could the Authority please clarify if they are looking for vendors to provide IT Staff Augmentation services to recruit the positions once the contract is awarded, or is the Authority looking for a vendor who has In-house personnel to fill the positions required?
A: This question will be answered in an addendum.
Q (Respondent Questionnaire): Can the Authority provide clarification on whether vendors are required to respond only to the category for which they intend to bid in section 10 of the Respondent Questionnaire?
A: This question will be answered in an addendum.
Q (4.4 Staffing Categories): Does the Authority require vendors to provide their catalog or do they have specific job positions designated for Category 1 - Information Technology under the 4.4 Staffing Categories?
A: This question will be answered in an addendum
Q (Pricing Location): Can the Authority provide clarification regarding the specific location within the response where the pricing should be included?
A: This question will be answered in an addendum.
Q (Conducting Business in Florida): Can the Authority provide clarity on the required documentation for submission through the portal, specifically in relation to Question 10.1.1 which mentions that the Respondent is registered with the Florida Department of State, Division of Corporations to conduct business in Florida? Is a statement alone considered sufficient, or are there additional documents required?
A: This question will be answered in an addendum.
Q (Response to RFP Questions): Can the Authority provide clarification regarding whether marking the confirmation check on the portal is sufficient to respond to the questions mentioned in the RFP? If not, where should vendors provide their response to these questions?
A: This question will be answered in an addendum.
Q (Categories - Clarification): Can the Authority provide clarification on whether vendors who are applying to only one category are required to respond solely to the reference question specific to that category?
A: This question will be answered in an addendum.
Q (No subject): My firm is interested in responding to this RFP is it too late to add our company name to the list of responders ?
A: This question will be answered in an addendum.
Q (No subject): We are not based in this state is it ok to respond to this RFP ?
A: This question will be answered in an addendum.
Q (Document download): We are having a problem with the documents as they will not open properly. Is there a technical department we can reach out to?
A: Please open all document links directly from the OpenGov platform rather than any downloaded Word or pdf document.
Q (Tampa determination): When can we expect a determine regarding our proposal?
A: An updated Qualified Company List was posted on May 1, 2024.
Q (No subject): I am not licensed to do business in Florida however I would like to know if I can register as a foreign business ? and would I need a local presence to respond to this RFP
A: Per Section 10.1.1.1., a Respondent needs to be registered with the Florida Department of State, Division of Corporations to do business in the State of Florida (www.sunbiz.org) as part of the Minimum Qualifications.
Q (No subject): How can I add my firm to the qualify bidder's list
A: Interested Respondents need to submit a response in OpenGov for the Staffing Services Pre-Qualification project for review and consideration to be added to the Qualified List of Vendors for Staffing Services.
Q (Next step): Now that my company has made the Qualified Company List, what are the next steps? Will we receive contract documents? How do we receive job requests, etc.?
A: When an opportunity arises, a notification will be sent via an OpenGov email to all vendors on the selected Qualified List. The email will inform you of a new opportunity to provide a quote tied to Staffing Services. Please note, qualification of a Respondent does not guarantee any amount of work.
Q (Due Date): Is this RFP still active? System shows the due date is Feb 2028?
A: This Pre-Qualification is still active/open until February 29, 2028 (Due Date). Respondents are able to submit a response for review and consideration to be added to the Qualified List of Vendors for Staffing Services up until the Due Date.
Q (No subject): Our firm got selected, what would be the next steps.
A: When an opportunity arises, a notification will be sent via an OpenGov email to all vendors on the selected Qualified List. The email will inform you of a new opportunity to provide a quote tied to Staffing Services. Please note, qualification of a Respondent does not guarantee any amount of work.
Q (BG and DT Check): Upon selection of successful candidates, do they need to go through background and Drug Test? If so, what tests are included.
A: Selected respondents are required to verify the candidate’s educational background and the possession of any required licenses and certifications. The Authority will coordinate the background check and drug test screening upon selection of successful candidates.
Q (Holidays): Please share list of holidays.
A: The Authority currently observes the following holiday schedule: - New Year’s Day - Dr. Martin Luther King Day - Memorial Day - Independence Day - Labor Day - Veteran’s Day - Thanksgiving Day - Day after Thanksgiving - Christmas Day
Q (No subject): Could the Authority please clarify and confirm whether workers compensation and/or vehicle liability insurances are required for Information Technology and Executive placements?
A: The Qualified Company will be required to provide and maintain the insurance coverage and limits as outlined in Section 8, Insurance Requirements, throughout each Engagement with the Authority.
Q (Insurance Documentation): Could you please confirm if all insurances have to be included with our proposal submission or if we have to provide those documents once we enter into a contract engagement with the Authority? Respondent Questionnaire states: "Respondent confirms it has the ability to obtain the insurance coverage and limits as required in Section 8, Insurance Requirements, of this Solicitation for each Engagement.*" Please kindly provide clarification. Thank you.
A: Insurances do not have to be included with the quote submittals unless asked to provide so at time of submission. The insurance documents will need to be provided as part of the contract process when entering into a contract engagement with the Authority.
Q (No subject): Is this opportunity still available to bid on? Is this a rolling master bidder list?
A: This Pre-Qualification is still active/open until February 29, 2028 (Due Date). Respondents are able to submit a response for review and consideration to be added to the Qualified List of Vendors for Staffing Services up until the Due Date. When a Staffing Services opportunity arises, a notification will be sent via an OpenGov email to all vendors on the selected Qualified List. The email will inform the pre-qualified vendors of a new opportunity to provide a quote tied to Staffing Services. Please note, qualification of a Respondent does not guarantee any amount of work.
Q (New repondents selection time-frame): When will new respondents know if they are added to the list of vendors that provide Staffing Services? I get that we have up until February 29,2028 to apply, But when do we do if we are selected?
A: Respondednts & followers of this opportunity will be notified via email each time an updated Qualified List of Vendors for Staffing Services is posted. It can be downloaded to view all the qualified vendors listed under each category.
Q (No subject): When will October 2024, updated list will be issued??
A: An updated Qualified List of Vendors for Staffing Services will be posted by the end of October.
Q (No Prior Government Experience ): 1- Can I submit my proposal beside no prior government experience? I have developed a strong foundation in IT staffing, Professional and Executive services. I am excited about the opportunity to take on new challenges and grow professionally. 2-Could you kindly provide further details on the visa categories that would be most appropriate for candidates applying for this role?
A: You're able to submit a reponse with no prior government experience; however, the reponse will be disqualified. It will be disqualified for not meeting the experience requirements in Sections 10.3 through 10.7 pertaining to providing Staffing Services to goverment agencies.
Q (Mandatory Documentation Submission): 1) Could you kindly provide a list of the mandatory documentation required for submission to ensure compliance with this solicitation? Specifically, we would like to confirm: 2) Are there any prerequisites or forms that firms new to airport authority agreements must include? What documentation is required to demonstrate past performance with government and educational institutions, such as our engagements with the City of New York and the University of Arizona (awarded for September 2024)? 3) Are there specific templates or formats to be used for submitting pricing, qualifications, and service offerings?
A: 1) All items listed under 10.1, Minimum Qualifications, are required. 2) All prerequisites and forms to be completed and submitted are listed under Section 10, Respondent Questionnaire. Reference contact information, agency (Company) name, and contract start/end date are the data points that need to be entered to demonstrate past performance with government agencies. Keep in mind, we require it to be a minimum of three (3) years of experience, within the five (5) years of your submission so a contract that started in 2024 would not qualify. 3) At this time, we're only looking for the information requested in the Staffing Services Pre-Qualification in order to be considered for addition to the pre-qualified list of vendors.
Q (Number of contract staff used ): Do the levels below reflect the number of temp staff used continuously/CURRENTLY or is this the TOTAL number of temps used over the last 3 years? Background The Authority was created in 1945 and is an independent special district governed by the Hillsborough County Aviation Authority Act (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. In the past three (3) years, the following Temporary Staffing, Temporary to Permanent Staffing, and Direct Placement/Recruiting have been utilized: Seven (7) Temporary employees Three (3) Temporary to Permanent employees Five (5) Direct Placement/Recruiting employees
A: Those levels reflect the total historical figures of the past three years at the time this Pre-Qualification opportunity was posted in 2022.
Q (Reference): We have served public sector agencies through Private Sector firms. Can we provide references for each category for all listed areas?
A: Please include information (agency name, contact information, etc.) for the public sector agencies served in your references.
Q (Reference): Can we provide same reference for multiple categories?
A: Respondents may include the same references for multiple categories if the experience with the respective category is demonstrated.
Q (No subject): What specific screening methodologies are considered acceptable to determine a candidate’s skills, experience, and qualifications?
A: The screening methodolgies will be discussed and agreed upon after Respondent has been awarded a Direct Placement or Temporary Staffing Services opportunity.
Q (Florida State Registration): Good morning Ms. Kimball, Our company is registered under the State of New Jersey but is not currently registered with the Florida Department of State. Could you please confirm if it is mandatory for vendors to provide a copy of the Florida Secretary of State (SOS) registration along with the response? If Florida SOS registration is not mandatory, could you clarify the essential documents or certifications that must be included with the submission? Sincerely, Sai Challa
A: Yes, it is mandatory that you be registered with the State of Florida to do business. Any forms or certifications required will need to be coordinated with www.sunbiz.org.
Q (References for Labor Categories:): Good morning Ms. Kimball, Our organization has been providing contingent labor and direct placement services for over 25 years, with 1,000+ placements in Temporary IT Staffing, Contract-to-Hire, and Full-Time IT roles across North America. Some of our key clients include the City of New York and the University of Arizona (awarded IT Augmentation Services in September 2024), along with various private-sector engagements. Will the Authority accept non-Airport Authority references for the labor categories we intend to bid on? Sincerely, Sai Challa
A: Yes, however they do still need to be government agencies.
Q (2025 updated qualified list of vendors): We applied a while back, when will the updated qualified list of vendors be posted in 2025? Thanks!
A: I will look into this.
Q (RFP Submitted ): How long does the process take once submitting the RFP to be a vendor?
A: Around 30 days.
Q (Vendor Approval ): How long from completion of RFP, do you have to wait to get on the approved vendor list?
A: Around 30 days.
Q (Drug/Alcohol Testing): Will Drug and Alcohol Testing services be needed for this staff hire?
A: The airport will handle drug and alcohol testing services.
Q (Clarification on Foreign Entity Registration Requirement for Bid Submission – Staffing Services): Good morning. We are a New Jersey-registered firm, legally authorized to conduct business across the United States. While we are not currently registered as a foreign entity in the State of Florida, we understand that such registration and any required licensing would be completed prior to contract execution, if awarded. Could you please confirm: 1) Is foreign entity registration with the Florida Department of State, Division of Corporations mandatory at the time of bid submission for this Staffing Services opportunity? 2) Would our current lack of Florida registration disqualify us from being considered for this bid? We appreciate your clarification and thank you for your time and guidance. Sincerely, Sai Challa
A: 1) Yes 2) Yes
Q (Regarding Submission): We submitted our proposal on 31st March but we are yet to hear from the agency. Please provide an update for the same if the response is under consideration or not.
A: I will look into this.
Q (Temporary Staffing Services - Project 7265 24 Award): Notice has been published that the above project was awarded to Sunshine Enterprise USA LLC. Can you provide the winning Admin Fee and Burden Rate percentages or the combined percentage. Thank you!
A: This solicitation is not awarded to one vendor, it is a pre-qualified list of vendors.
Q (WMBE Assurance and participation form): In WMBE Assurance and participation form if any respondent chose to go with the option "No". Please suggest, in that case would "NA" be the appropriate answer for Part 2 and LOI instruction checklist.
A: Yes
Q (No subject): What was the spend in last couple of years with each awarded vendor?
A: This has be minimal as the airport does not utilize these services often.
Q (No subject): Is Tampa International Airport currently accepting more proposals to add qualified vendors to the Staffing Services contract?
A: Yes
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.