Active SLED Opportunity · KENTUCKY · CINCINNATI NORTHERN KENTUCKY INTERNATIONAL AIRPORT

    Tank Inspections & Repairs & On-Call Services

    Issued by Cincinnati Northern Kentucky International Airport
    localITBCincinnati Northern Kentucky International AirportSol. 259455
    Open · 8d remaining
    DAYS TO CLOSE
    8
    due May 21, 2026
    PUBLISHED
    Apr 30, 2026
    Posting date
    JURISDICTION
    Cincinnati Northern
    local
    NAICS CODE
    237310
    AI-classified industry

    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.

    Opportunity details

    Solicitation No.
    259455
    Type / RFx
    ITB
    Status
    open
    Level
    local
    Published Date
    April 30, 2026
    Due Date
    May 21, 2026
    NAICS Code
    237310AI guide
    Agency
    Cincinnati Northern Kentucky International Airport

    Description

    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.

     

    Background

    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 NameCapacity (gal)TypeConstructed MaterialBuild Date FrequencyNext Inspection DateNotes
    2 Million Gallon Tank2,000,000Above Ground Prestressed Concrete20013 Years2026Inspected by Manufacturer in 2024. See Attachment A1 & A4.
    3 Million Gallon North Tank 13,000,000IngroundPrestressed Concrete20083 Years2027Inspected by Manufacturer in 2024. See Attachment A2 & A4.
    3 Million Gallon South Tank 23,000,000IngroundPrestressed Concrete20083 Years2027Inspected by Manufacturer in 2024. See Attachment A3 & A4.
    Twin 125,000  Tanks125,000/tankIngroundConcrete Vaults19923 Years2028Inspected by 3rd Party in 2018 & On-Call Contractor in 2023.  See Attachment B1.
    Digester Tank # 11,500,000Above GroundPrestressed Concrete20043 Years2026Inspected by On-Call Contractor.  See Attachment B2.
    Digester Tank # 21,500,000Above GroundPrestressed Concrete20043 Years2026

    Inspected by On-Call Contractor.  See Attachment B2.

    Sludge Holding Tank 1,500,000Above GroundPrestressed Concrete20043 Years2027Inspected by On-Call Contractor.  See Attachment B3.

    Project Details

    • Reference ID: 26-031-ITB
    • Department: Environmental Operations
    • Department Head: Scott Thacker (Senior Manager)

    Important Dates

    • Questions Due: 2026-05-12T03:59:00.000Z
    • Answers Posted By: 2026-05-15T03:59:00.000Z

    Evaluation Criteria

    • Bid Bond

      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.

    • Minimum Qualifications

      Bidder must demonstrate experience with concrete tank repair and protective coating systems for industrial or environmental applications.

      • Minimum 3-5 years' experience in concrete repair and coating installation.
      • Successful completion of at least three similar projects involving concrete tanks, containment structures, or industrial facilities.
      • Experience with coating systems in immersion or high moisture environments.
    • Performance Bond

      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.

    • CIVIL RIGHTS – GENERAL CIVIL RIGHTS PROVISIONS AND CONTRACTUAL REQUIREMENTS

      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.

    • Scope of Services

      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.

    • Payment Bond

      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.

    • Condition Verification Inspection

      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

      • Exterior and Interior concrete surfaces
      • Tank floor and wall interfaces
      • Roof Structures

      Prestressing-Related Components (visual only)

      • Tendon anchorage areas, including anchor pockets or other protective systems
      • Visible signs of corrosion, distress, or moisture intrusion

      Distress and Deficiencies

      • Cracking
      • Spalling
      • Delamination
      • Leakage

      Joints and Penetrations

      • Sealant condition
      • Pipe penetrations
      • Construction joints

      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.

    • CIVIL RIGHTS – TITLE VI ASSURANCE

      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:

       

      1. Compliance with Regulations.  The Contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this Contract.

       

      1. Nondiscrimination.  The Contractor, with regard to the work performed by it during the Contract, will not discriminate on the grounds of race, color, national origin, creed, sex, age, or disability in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor will not participate either directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the Contract covers any activity, project, or program set forth in Appendix B of the 49 CFR part 21 including amendments thereto.

       

      1. Solicitations for Subcontracts, including procurements of Materials and Equipment.  In all solicitations either by competitive bidding or negotiation made by Contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier will be notified by Contractor of contractor’s obligations under this Contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin.

       

      1. Information and Reports.  The Contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by KCAB or the FAA to be pertinent to ascertain compliance with such Nondiscrimination Acts and Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor will so certify to KCAB or the FAA, as appropriate, and will set forth what efforts it has made to obtain the information.

       

      1. Sanctions for Noncompliance.  In the event of the Contractor's noncompliance with the nondiscrimination provisions of this contract, the Sponsor will impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to:

      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:

      • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin);
        • 49 CFR part 21 (Non-discrimination In Federally-Assisted Programs of The Department of Transportation—Effectuation of Title VI of The Civil Rights Act of 1964) including amendments thereto;
        • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects);
        • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR part 27 (Nondiscrimination on the Basis of Disability in Programs or Activities Receiving Federal Financial Assistance);
        • The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age);
        • Airport and Airway Improvement Act of 1982, (49 U.S.C. § 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex);
        • The Civil Rights Restoration Act of 1987, (P.L. 100-259) (broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not);
        • Titles II and III of the Americans with Disabilities Act of 1990 (42 U.S.C. § 12101, et seq) (prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities) as implemented by Department of Transportation regulations at 49 CFR Parts 37 and 38; • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. § 1681 et seq).

       

    • Federal Fair Labor Standards Act (Federal Minimum Wage)

      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.

    • Repair Work

      Repairs must address deficiencies identified in:

      • 2024 Type 2 Inspection
      • The condition verification inspection
      • Direction provided by owner or the Owner's designated representative 

      Repairs must be performed in accordance with manufacturer recommendations and industry standards for prestressed concrete tanks.  Repairs may include but are not limited to:

      • Concrete Rehabilitation
        • Removal of deteriorated concrete
        • Cleaning and treatment of exposed reinforcement
        • Installation of compatible repair mortars
      • Crack Repair
        • Epoxy injection for structural cracks
        • Polyurethane injection for active leaks
        • Surface crack sealing
      • Prestressed System Protection (Non-structural)
        • Cleaning and sealing of tendon anchorage areas (including anchor pockets and caps)
        • Replacement or repair of anchor caps where deteriorations is observed shall be limited ot non-structural surface protection, sealing, and coating and shall not impact tendon anchorage components; any conditions affecting the structural integrity must be reported to the Owner and work suspended pending further direction  
        • Corrosion mitigation measures for exposed components
      • Joint and Sealant Replacement
        • Removal of deteriorated sealants
        • Installation of chemical resistant sealants
      • Protective Coatings
        • Surface preparation
        • Protective coating system must be a high-build elastomeric or chemically resistant lining designed for immersion service compatible with repaired concrete substrates.  The coating material must be resistant to:
          • Glycol exposure
          • Freeze/thaw cycling
          • Hydrocarbons
        • Personnel performing coating work must meet all manufacturer's requirements.
        • All coating work must be performed under the direction and approval from KCAB or designated inspector, with engineering support provided as needed.

      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.

    • Occupational Safety and Health Act of 1970

      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.

    • General Requirements

      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:

      • Repair methods and procedures
      • Product data for all materials
      • Work schedule
      • Safety plan

      Work Area:

        • Install adequate lighting, provide positive ventilation, apparatus and scaffolding in the tank interior to facilitate floor, wall and dome inspection.
        • Provide temporary restrooms in the quantity required for personnel
          • Maintain the restrooms in a sanitary condition
          • Ensure they are secured to prevent tipping during high winds
          • Coordinate location with KCAB 
        • Furnish and post “NO SMOKING” signs around and within the work areas in accordance with fire regulations. 
        • Take the proper precautions to prevent fires while other fire-hazardous work is being performed. 
        • Gasoline and other flammable liquids shall be kept in approved safety cans at all times.
        • Provide temporary fire extinguishers as required by Federal, state and local occupational safety and health regulations for construction.
        • Obtain a “Burn Permit” from KCAB prior to performing work involving cutting, welding, or open flames, if applicable.
        • Conduct construction operations such as to protect the surrounding CVG grounds.
        • Control fumes and dust to prevent any harmful or undesirable effects in the surrounding areas.
        • All portions of the existing structure, all utilities and all other building contents not part of the Work which are damaged, moved or altered in any way during construction must be replaced or repaired to KCAB’s satisfaction at the Contractor’s expense.
        • The Contractor and each subcontractor, upon completion of their work must collect and remove all rubbish, surplus material, tools and scaffolding pertaining to their work, and must keep the work area neat and orderly by periodic removal and cleanup. Crates and cartons in which materials or equipment are received must be removed daily.  Coordinate with KCAB for location of waste container.
          • Dispose of surplus materials, packing materials, rubbish and any other waste in strict accordance with regulatory requirements. Do not dispose of materials on CVG property. Do not dispose of materials in airport waste containers.
          • Do not burn waste materials on site or bury debris or excess materials on CVG property or discharge volatile or other harmful or dangerous materials into drainage systems. Remove waste materials from CVG property and dispose of in a lawful manner.
        • Store prepackaged materials on pallets keeping material off of ground. Cover with tarps to protect from rain and moisture. Do not store on supported structure except for the quantity expected to be used in a single day.
        • Contractor must see that no mud or dirt is carried onto the adjacent roadways or streets by any vehicle working under this Contract. Any mud or dirt carried onto the streets by these vehicles must be cleaned up immediately by the Contractor.

       

      Safety Requirements:

      All parties must comply with the following:

      • OSHA regulations
        • Confined space entry requirements
        • Fall Protection standards
        • Lock/Out Tagout procedures
      • Contractor's safety policies and procedures

       

      Post-Repair Deliverables:

      • Manufacturer’s data on all manufactured products including preparation, installation, application, finishing and curing procedures, and temperature limitations.  Submit detailed surface preparation method and procedure complying with manufacturer’s recommendations.
      • Description of repairs performed
      • Photographic documentation
      • Coating inspection reports
    • Incorporation of Regulations

      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.

    Submission Requirements

    • Minimum Requirements (required)

      Provide evidence that your firm meets the Minimum Qualifications listed in Section 2.8.

    • Provide a copy of your Certificate of Insurance (required)
    • Exceptions (required)

      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”.

    • Resident & Non Resident Status Forms (required)

      Please download the below documents, complete, and upload.

    • Confirmation (required)

      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:

      1. Full Name;
      2. Position Title; and
      3. Email Address.

      Please provide this information in the next questions.

    • Provide the following: (required)

      Proposers must identify the following information regarding the person with full authority to legally bind proposer and sign agreements on its behalf:

      1. Full Name;
      2. Position Title; and
      3. Email Address.
    • Performance Bond (REPLACE FILE) (required)

      Please download the below documents, complete, and upload.

    • Proposal Bond (REPLACE FILE) (required)

      Please download the below documents, complete, and upload.

    • Surety Bond Affidavit (REPLACE FILE) (required)

      Please download the below documents, complete, and upload.

    • Provide name of services: (required)
    • Are you awarding via Purchase Order? (required)
    • The term of the agreement will be for ________. (required)

      Example: one (1) year or two (2) years 

      If requesting a Contract Amendment, Contract Extension, or Task Order please enter N/A.

    • Will there be renewals? (required)

      If requesting a Contract Amendment, Contract Extension, Task Order, Master Agreement or New Contract please select No below.

    • with an option to renew for____________. (required)

      Example: two (2) additional one-year terms

    • Will surety be needed? (required)
    • Bid surety is forfeited to KCAB if the successful proposer fails to execute a contract within ________ after notification of award of contract. (required)

      Example: thirty (30) days

    • Please select the which of the following you will be using: (required)
    • The successful proposer shall issue an invoice __________ for work performed along with supporting data. (required)

      Example: on a monthly basis

    • Additional comments:
    • Minimum Qualifications (required)

      Are there minimum qualifications required to perform this service?

    • List the minimum qualifications required (required)

    Key dates

    1. April 30, 2026Published
    2. May 21, 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.