Active SLED Opportunity · KENTUCKY · CINCINNATI NORTHERN KENTUCKY INTERNATIONAL AIRPORT
AI Summary
Invitation to Bid for tank inspections, repairs, and on-call services at Cincinnati Northern Kentucky International Airport. Services include inspection and repair of large prestressed concrete storage tanks used for aircraft deicing fluids. Requires experienced contractors with compliance to safety and civil rights regulations. Bids due May 21, 2026.
The Kenton County Airport Board (“KCAB”) will receive bids for Tank Inspections & Repairs & On-Call Services. Questions are due by 11:59 pm on Monday, May 11, 2026 and answers will be posted no later than Thursday, May 14, 2026 at 11:59 pm. Bids must be received by Thursday, May 21, 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 maintains in-ground and above ground storage tanks. These tanks vary in shape, size, use, and constructed material. The storage tanks hold various liquid products related to deicing. The product contained in these tanks include spent aircraft deicing fluid and mixed liquid suspended solids (sludge) from the glycol treatment process. Tank sizes range from 125,000 gallons to 3 million gallons and are taken out of service on a scheduled basis.
Due to the age and the nature of the products that are being placed into the tanks, degradation of interior concrete surfaces has occurred. Repairs and inspections have been made on these tanks since 2009. There is an on-going need to do internal and external inspections at the frequencies listed below. Based on the inspection results, repairs of the tanks may be required.
The last inspections were performed by the tank manufacturer, Crom, in 2024. These inspections were a Level 2 Tank inspection for the 2 million gallon tank and both 3 million gallon tanks. The Level 2 inspection included an internal and external inspection of the tanks. Inspection reports are attached for review as Attachments A1, A2, A3, and A4. There were several items noted with recommended actions. These recommended actions will be the focus of the scope of work when the tanks are taken out of service as shown below.
Prior to the aforementioned inspection performed by the manufacturer, the balance of tanks on the table below were inspected and repaired by the current on-call tank inspection and repair company and their inspector. These reports are also attached for review as Attachments B1, B2, and B3.
| Tank Name | Capacity (gal) | Type | Constructed Material | Build Date | Frequency | Next Inspection Date | Notes |
| 2 Million Gallon Tank | 2,000,000 | Above Ground | Prestressed Concrete | 2001 | 3 Years | 2026 | Inspected by Manufacturer in 2024. See Attachment A1 & A4. |
| 3 Million Gallon North Tank 1 | 3,000,000 | Inground | Prestressed Concrete | 2008 | 3 Years | 2027 | Inspected by Manufacturer in 2024. See Attachment A2 & A4. |
| 3 Million Gallon South Tank 2 | 3,000,000 | Inground | Prestressed Concrete | 2008 | 3 Years | 2027 | Inspected by Manufacturer in 2024. See Attachment A3 & A4. |
| Twin 125,000 Tanks | 125,000/tank | Inground | Concrete Vaults | 1992 | 3 Years | 2028 | Inspected by 3rd Party in 2018 & On-Call Contractor in 2023. See Attachment B1. |
| Digester Tank # 1 | 1,500,000 | Above Ground | Prestressed Concrete | 2004 | 3 Years | 2026 | Inspected by On-Call Contractor. See Attachment B2. |
| Digester Tank # 2 | 1,500,000 | Above Ground | Prestressed Concrete | 2004 | 3 Years | 2026 | Inspected by On-Call Contractor. See Attachment B2. |
| Sludge Holding Tank | 1,500,000 | Above Ground | Prestressed Concrete | 2004 | 3 Years | 2027 | Inspected by On-Call Contractor. See Attachment B3. |
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.
Bidder must demonstrate experience with concrete tank repair and protective coating systems for industrial or environmental applications.
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.
The successful bidder ("Contractor") must provide inspection, evaluation, and repair services for prestressed concrete tanks used for the collection and storage of spent aircraft deicing fluid (SADF). These tanks are considered critical environmental infrastructure, and all work must be performed using industry best practices applicable to prestressed concrete containment systems. The work must build upon the findings of the 2024 Manufacturer Type 2 Inspection and include verification of current conditions and completion of required repairs. The Contractor must perform all work under the direction, review, and approval of a NACE/AMPP Certified Coating Inspector (Level 2 or higher) for coating, surface preparation, and corrosion control activities.
The Contractor must submit repair methods, materials, and procedures to KCAB staff for approval prior to execution. All work must be performed in accordance with industry standards for prestressed concrete tank repair using materials compatible with glycol-based fluids.
If conditions are encountered involving structural cracking, prestressing components or conditions beyond surface repair, the Contractor must immediately notify KCAB staff and suspend work in those areas. Such conditions will be evaluated by KCAB, and engineering review will be provided on an as-needed basis at KCAB's discretion.
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.
The Contractor must perform a field inspection to verify current tank conditions and confirm deficiencies identified in the 2024 Manufacturer Type 2 Inspection.
Inspection must include:
Structural and concrete Components
Prestressing-Related Components (visual only)
Distress and Deficiencies
Joints and Penetrations
The Contractor must document findings and provide a deficiency verification report with photographs.
If conditions suggest structural distress or impact to prestressing components, the Contractor must notify KCAB staff and suspend work in those areas pending further direction.
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.
Repairs must address deficiencies identified in:
Repairs must be performed in accordance with manufacturer recommendations and industry standards for prestressed concrete tanks. Repairs may include but are not limited to:
The contractor is not required to provide engineering services but must coordinate with KCAB if engineering evaluation is required.
A NACE/AMPP Certified Coating Inspector (Level 2 or higher) will be provided by KCAB for inspection and acceptance of coating work.
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.
The Contractor is responsible to provide the following:
All labor, materials, equipment and supervision necessary to complete the work indicated in this ITB. The Contractor is responsible for means and methods, quality of workmanship and coordination with KCAB and designated inspector. The Contractor must provide access for inspection. The Contractor must review the as-built drawings and past inspection reports with KCAB staff and designated inspector. The Contractor must submit the following for review and approval prior to any repairs being made:
Work Area:
Safety Requirements:
All parties must comply with the following:
Post-Repair Deliverables:
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 evidence that your firm meets the Minimum Qualifications listed in Section 2.8.
State in writing all exceptions to this RFP or proposed 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?
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.