Active SLED Opportunity · CALIFORNIA · ONTARIO INTERNATIONAL AIRPORT

    Taxilane G Repairs

    Issued by Ontario International Airport
    localIFBOntario International AirportSol. 194256
    Open · 4d remaining
    DAYS TO CLOSE
    4
    due Apr 27, 2026
    PUBLISHED
    Mar 13, 2026
    Posting date
    JURISDICTION
    Ontario International
    local
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    Ontario International Airport seeks bids for repairing a 650-foot section of Taxilane Golf by removing and replacing asphalt pavement to extend its service life. The project involves pavement improvement on a key taxi route serving Amazon ramps.

    Opportunity details

    Solicitation No.
    194256
    Type / RFx
    IFB
    Status
    open
    Level
    local
    Published Date
    March 13, 2026
    Due Date
    April 27, 2026
    NAICS Code
    237310AI guide
    Agency
    Ontario International Airport

    Description

    The north airfield is served by Runway 8L-26R and Taxiway November which is a full length parallel taxiway. Taxiway Golf located approximately 4300-ft east of the FedEx Runway 8L blast pad serves the Amazon Ramp and FIS apron at Ontario International Airport. Taxilane Golf provides a safe pavement route to those aircraft accessing Amazon ramps from Taxiway November. Taxilane Golf received fog seal (surface treatment) in Feb of 2025 when Terminal 1 apron was rehabilitated. There is a Taxilane Golf pavement section approximately 650-ft long that has exceeded the intended design service life of 20-years and the airport authority wants to perform a pavement improvement project to extend the service life of the pavement area, by removing and replacing the existing asphalt pavement section to the compacted subgrade.

    Background

    The Ontario International Airport Authority (OIAA) is a joint-powers authority (JPA) established by the City of Ontario and San Bernardino County, serving as a public agency in Southern California.

    Ontario International Airport (ONT) is a medium hub airport handling over 7 million passengers annually and serving as a key air cargo facility in the region. Spanning 1,741 acres in the City of Ontario, California, ONT is located about 35 miles east of downtown Los Angeles, in the heart of the Inland Empire. The airport offers nonstop commercial jet service to over two dozen major destinations in the U.S., Mexico, and Taiwan, with connecting flights to numerous domestic and international locations. It also serves as the West Coast air and truck hub for UPS Airlines and is a major distribution point for FedEx Express and Amazon Prime.

    ONT features two parallel runways, 8L/26R and 8R/26L, along with two passenger terminals and a dedicated international arrivals facility. Terminal 2 encompasses approximately 265,000 square feet and includes 12 gates (201–212), while Terminal 4 also spans 265,000 square feet with 14 gates (401–414). The International Arrivals Facility houses two arrival-only gates and a U.S. Customs and Border Protection Federal Inspection Service (FIS). International departures operate from the main terminals.

    With a history spanning over 100 years and terminal facilities exceeding 30 years in age, OIAA has recognized the need for redevelopment to accommodate current and future growth. To support increasing passenger and aircraft demand, OIAA is advancing a Capital Improvement Program (CIP), focusing on infrastructure modernization, safety enhancements, and operational efficiency. The program aims to ensure ONT remains a safe, compliant, and high-capacity airport for years to come.

    Project Details

    • Reference ID: 2025-IFB-069
    • Department: Capital Development
    • Department Head: Karen Kavanagh (Executive Vice President Corp. Strategy & Performance)

    Important Dates

    • Questions Due: 2026-04-03T21:00:45.081Z
    • Pre-Proposal Meeting: 2026-03-19T17:00:00.000Z — https://teams.microsoft.com/l/meetup-join/19%3ameeting_NDRhZTdkMzQtOTlhNS00NWIyLWEwZTItNzJkMjJhMTAyODc4%40thread.v2/0?context=%7b%22Tid%22%3a%22726bed49-7011-47d7-8024-49cdc0e9cae8%22%2c%22Oid%22%3a%2235fea434-9e9a-489c-a778-1d0aae90a177%22%7d

    Addenda

    • Official Notice #1: Attendance Sheet & Slide Deck from Pre-Bid Meeting (released 2026-03-20T18:55:20.739Z)
    • Addendum #1 (released 2026-04-15T21:55:08.798Z) —

      1. Remove and replace original Dwg No. C-003, Sheet Number 6 of 41 (from Attachment E - ONT Taxilane G IFB Plans) with the revised drawing attached. 

    Evaluation Criteria

    • Responsiveness (1 pts)

      Responsiveness will be evaluated for general clarity and whether respondents have followed the directions included in the Submission Instructions and Format as well as included the requirements detailed in the Proposal Content Requirements.

    • References (1 pts)

      All references that the respondent include contain the following key information for each project profile:

      • Project title
      • Client contact information:
        • Name, title
        • Telephone number
        • Email address
      • Approximate contract value
      • How the project relates to this OIAA solicitation.
    • Qualifications (20 pts)

      The respondent has clearly presented projects that provide experience directly relevant to this scope of work and that highlight the qualifications of their team members who will be involved in this project for the OIAA.

    • Project Delivery or Work Plan to fulfill SOW (20 pts)

      The respondent has clearly demonstrated their approach to fulfilling the SOW requirements. Including their methodologies, strategies, and tools intend to be used to execute SOW.

    • Overall Competence (40 pts)

      The respondents proposal has demonstrated an overall clear understanding of the SOW outlined in this solicitation.  

    • Cost Proposal (20 pts)

      Cost Proposals will remain unopened until after all ratings and evaluations of the technical and if conducted, interview portions of this proposal are completed. Cost proposals will only be opened and tabulated by procurement staff. Cost Proposal points shall be calculated as follows:

    Submission Requirements

    • Upload any small business certifications (SB/SB-Micro/SB-PW/SB etc.) that your organization, partners, or subcontractor hold. If not applicable, upload a document stating "N/A". (required)
    • Upload your organizations current W-9 form (required)

      The form must be signed and dated with the last 12 months. The latest tax form can be found here: https://www.irs.gov/forms-instructions

    • Affidavit of Non-Collusion (required)

      Please download the document below. Fill out the document completely, sign it.

    • Confidentiality and Non-Disclosure Form (required)

      Please download the documents below, complete, and sign.

    • Supplier Information Form (required)

      Please download the below documents, complete, and upload.

    • Conflict of Interest Disclosure

      All persons or organizations seeking contracts or agreements with the OIAA must complete and submit this OIAA Conflict of Interest Disclosure Form along with the bid/proposal.

      NOTE: Failure to comply with this requirement may cause your proposal to be declared nonresponsive.

      Any questions regarding the information required to be disclosed in this form should be directed to OIAA’s General Legal Counsel, especially for any “yes” responses to questions in this form, which may also disqualify your organization from submitting an offer on the bid/proposal.

    • Conflict of Interest Form (required)

      Please download the document below, complete, and sign.

    • Upload Completed Conflict of Interest Form (required)

      Upload completed and signed document here.

    • Proposal Submittal Checklist

      Failure to submit the completed checklist and acknowledgment of all addendas will render the bid/proposal non-responsive.

    • Proposal Submittal Checklist Form (required)

      Please download the below documents, complete, and upload.

    • Draft Contract Terms

      Proposers should anticipate entering into an agreement with the OIAA that will be largely similar to that of the draft included in this solicitation.

    • Please download the below documents. (required)
    • By selecting the box below, you confirm that you have read and understood the Draft Contract Terms. (required)

      NOTE: Questions regarding the terms and conditions of the draft contract should be submitted during the open RFI period of this solicitation.

    • Proposal Section (required)

      Submit your proposal solely in this section. Failure to do so may result in the proposal being deemed invalid

    • Cost Proposal (required)

      Submit your cost proposal solely in this section. Failure to do so may result in the proposal being deemed invalid

    • Conditional - Administrative Requirements for successful Proposer

      Administrative Requirements due prior to award of contract:

      • Certification of Insurance
      • Copy of successful Proposer's City of Ontario Business License
    • Certificate of Insurance Requirement

      Please download the document below for the type of insurance required from successful proposer.

    • City of Ontario Business License (required)

      Please confirm that you will provide a copy of your City of Ontario Business License and/or confirmation response prior to Award of Contract and/or Commencement of Work.

    • Budgetary Information (required)

      Please enter the spend codes for this project:

        • Spend Category
        • Cost Center
        • Activity Code
    • Worktag (required)

      Is there a Worktag associated with this purchase/project?

      • If yes, enter the number below.
      • If not, enter NONE.
    • Approvals (required)

      Has this request been approved by the requesting department head and the Finance department?

    • Will it be FTA? (required)
    • Project Deliverables or Anticipated Functions (required)

      List and/or describe in detail all the tangible results, products, or services that the project is expected to produce. Be sure to include the number of each item needed if applicable. 

    • Supplier Qualifications (required)

      Please list all qualifications for a supplier to be deemed acceptable. Include any relevant industry standards, product types, manufacturing requirements, quality control regulations, or years of experience required.

    • General Description (required)

      Provide a brief description of the project, including its objectives, purpose, any relevant goals, and expected outcomes.

    • Project Resources (required)

      Identify the work plan required for the project, including equipment, materials, and any external resources.

    • Terms and Conditions (required)

      List any desired contract terms and conditions such as length of contract, options for renewals, and conditions for renewal.

    • Acceptance Criteria (required)

      Please list any product/good/service/software requirements that would deem a proposal acceptable.

    • Specs or Service Requirements (required)

      Please list any measurements, specifications, or dimensions required for this product/good/service.

    Questions & Answers

    Q (Markings): How will the marking removals be paid for?

    A: Marking Removals associated with construction phasing shall be paid for under C-105-6.2, Airfield Safety and Traffic Control.


    Q (Bid Bond): Is the bid bond due prior to bid time? If so, where is it due?

    A: Bidders are required to submit the original signed and notarized Bid Form and Bond to the OIAA within seven (7) working days from bid submittal to Ontario International Airport Authority Attention: Procurement Services (Taxilane G Repairs) 1923 East Avion Street Ontario, CA 91761


    Q (Bid Bond): What is the preffered delivery method for the Bid Bond?

    A: Bidders may use any reliable delivery method (e.g., hand delivery, courier, or mail), provided it is received within seven (7) working days of bid submittal at the following Ontario International Airport Authority Attention: Procurement Services (Taxilane G Repairs) 1923 East Avion Street Ontario, CA 91761


    Q (Minority Goals): Are there minority goals set for this bid?

    A: No. There are no required small business or minority goals set for this project. While no small business participation goal is required, the Ontario International Airport Authority (OIAA) has historically achieved approximately 8%–10% small business participation on projects of similar scope and encourages proposers to utilize and/or partner with small and local businesses, to help maintain historical participation levels.


    Q (After Bid Requirements): Are there any post bid document requirements? If so, when are these documents due?

    A: Bidders are required to submit the original signed and notarized Bid Form and Bond to the OIAA within seven (7) working days from bid submittal. Administrative Requirements due prior to award of contract include the Certification of Insurance and copy of successful Bidder's City of Ontario Business License.


    Q (Engineers Estimate): What is the engineers estimate?

    A: $2.2M


    Q (Conflict of Interest): Do we need to have out subs sign the conflict of interest form to submit with our bid submittal?

    A: No, only the prime contractor needs to sign the conflict of interest form to submit with your bid submittal.


    Q (List of Subconsultants): Where in Open Gov would we upload and submit the List of Subconsultants excel sheet?

    A: Along with your bid submittal in Section 6. > Administrative Requirements > 8.3. Proposal Section


    Q (Bidder Experience): Will the Agency consider revising the bidder experience requirements to remove the requirement that qualifying projects be performed at medium and large hub airports, while maintaining the existing minimum project value of $5 million? This revision would be consistent with the requirements used on similar projects previously advertised by the Agency.

    A: Bidders shall provide relevant airport project experience demonstrating successful completion of similar work. Experience at small, medium, or large hub airports will be considered, provided the projects are comparable in scope, complexity, and value


    Q (Engineers Estimate): What is the engineers estimate for this project?

    A: $2.2M


    Q (DBE Program): The “Small Business (SB) Highlight” states: “Please acknowledge the OIAA DBE Program…” The DBE Program Document on the Agency’s website contains forms to fill out. Will these forms need to be submitted for this project? If so, what forms will need to be submitted and when?

    A: The DBE Program Plan only requires acknowledgment at this time. Small business forms required are a part of the attachments and include the List of Subconsultants, Small Business & Subcontractor Letter of Intent and the Small Business Highlight as mentioned.


    Q (Small Business Info): The “Small Business (SB) Highlight” states: “Please include small business firm personnel (including resumes, organizational charts, experience, etc.)” Providing these materials at time of bid will be extremely challenging. We request that these documents have the same deadline as the Good Faith Effort documentation for Caltrans (5 days after bid) to give both Prime contractors and SBE firms sufficient time to prepare and submit the required information.

    A: The Small Business (SB) Highlight information is intended to be included as part of the proposal at the time of submission to allow for a complete and consistent evaluation of all proposers. Accordingly, the request to submit SB Highlight materials after the proposal due date is not accepted. Proposers are responsible for ensuring that all required information, including SB participation details (e.g., personnel, resumes, organizational charts, and experience), is submitted by the proposal deadline.


    Q (CWA / PLA): In the bid docs there is a community workforce agreement specific to the project and also a PLA for LAWA. Which one do we refer to? The CWA references local hires which is San Bernardino & Riverside which then LAWA has a designated Zip code list. Which one applies?

    A: The project falls under the PLA. This means that All contractors, Subs and Tier Subs must follow the rules and guidelines for the PLA. All contractors etc must be either be a union contractor or sign a one time subscription agreement for the project and follow the protocol of the Union. A CWA means that when needing manpower, they must request to the Union a Dispatch for manpower and indicate the zip code radius of about 15 miles from the job. The Union will look to see who is available within the zip code radius first when dispatching manpower. If no availability within the radius then they will dispatch accordingly. All contractors etc must pay all fringe benefits to the Union Trust of the classification they are using. All contractors etc must adhere to the one to one Ratio. First employee is a Core employee, second is a union worker, third is a Core employee, fourth is a union worker and so on until the Contractor reaches 5 max Core employees. This is for non union contractors. Union contractors, all man power comes from the union so they do not need to adhere to the Ratio rule.


    Q (Letter of Intent): The “Small Business (SB) & Subcontractor Letter of Intent” requires detailed information and a signature from small businesses. Providing these materials at time of bid will be extremely challenging. Since Prime contractors will have to provide the names of small businesses they are partnering with in the cover letter, we request that the “Small Business (SB) & Subcontractor Letter of Intent” have the same deadline as the Good Faith Effort documentation for Caltrans (5 days after bid) to give both Prime contractors and SBE firms sufficient time to prepare and submit the required information.

    A: The Small Business (SB) and Subcontractor Letter of Intent is intended to be included as part of the proposal at the time of submission to allow for a complete and consistent evaluation of all proposers. Accordingly, the request to submit SB and Subcontractor Letter of Intent for each SB or subcontractor after the proposal due date is not accepted. Proposers are responsible for ensuring that all required information, including SB and Subcontractor Letter of Intent for each SB or subcontractor, is submitted by the proposal deadline.


    Q (No subject): Has the owner conducted testing of asphalt, concrete, soil, or groundwater for PFAS? If so, where has PFAS sampling been performed and what were the results

    A: The question seeks information that is not directly related to the scope of this solicitation and, therefore, cannot be addressed within this forum. For additional information regarding Ontario International Airport’s PFAS investigations and related efforts, please contact Alejandra Vargas Silva, Senior Environmental Compliance Manager (Alejandra.Vargas.Silva@flyontario.com)


    Q (Removals): Please clarify which bid item the removal of the additional 3-foot strip of existing 4-inch asphalt along the perimeter will be paid under.

    A: “P-10105.2, Mill AC Apon Pavement (4-inches)” is anticipated to cover the three-foot strip of existing 4-in asphalt pavement removal.


    Key dates

    1. March 13, 2026Published
    2. April 27, 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.