Active SLED Opportunity · KENTUCKY · CINCINNATI NORTHERN KENTUCKY INTERNATIONAL AIRPORT

    Two (2) Digester Tanks Aeration Equipment Replacement

    Issued by Cincinnati Northern Kentucky International Airport
    localITBCincinnati Northern Kentucky International AirportSol. 254755
    Open · 14d remaining
    DAYS TO CLOSE
    14
    due May 7, 2026
    PUBLISHED
    Apr 16, 2026
    Posting date
    JURISDICTION
    Cincinnati Northern
    local
    NAICS CODE
    221310
    AI-classified industry

    AI Summary

    KCAB seeks bids to replace aeration equipment in two digester tanks with a coarse bubbler system, including design, supply, and optional installation. The project requires stainless steel piping replacement and compliance with FAA provisions. Key dates include a pre-bid meeting on April 23, 2026, and bid submission by May 7, 2026.

    Opportunity details

    Solicitation No.
    254755
    Type / RFx
    ITB
    Status
    open
    Level
    local
    Published Date
    April 16, 2026
    Due Date
    May 7, 2026
    NAICS Code
    221310AI guide
    Agency
    Cincinnati Northern Kentucky International Airport

    Description

    The Kenton County Airport Board (“KCAB”) will receive bids for Two (2) Digester Tanks Aeration Equipment Replacement.  A pre-bid meeting and site visit will be held on Thursday, April 23, 2026 at 10:00 am at CVG Centre, Admin. Offices, 77 Comair Blvd., Erlanger, KY 41018. Questions are due by 11:59 pm on Monday, April 27, 2026 and answers will be posted no later than Thursday, April 30, 2026 at 11:59 pm. Bids must be received by Thursday, May 7, 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

    KCAB is soliciting bids from qualified vendors to design and supply a coarse bubbler aeration system to replace the existing fine bubbler aeration system in two digester tanks. The two digester tanks and associated aeration equipment were installed in 2004. In 2006, the BIOLAC system was added and the operation of the tanks changed from sequence batch reactors to digesters.

    The digester tanks are currently equipped with mechanical mixers that provide primary mixing within the tanks. The existing fine bubbler system provides aeration, but due to the change in operation of the tanks from sequence batch reactors to digesters, creates operational challenges when decanting. Consequently, KCAB would like to update this to a coarse bubbler aeration system. Additionally, the PVC piping has begun to reach its end of useful life and needs to be replaced.

    Project Details

    • Reference ID: 26-026-ITB
    • Department: Environmental Operations
    • Department Head: Scott Thacker (Senior Manager)

    Important Dates

    • Questions Due: 2026-04-28T03:59:00.000Z
    • Answers Posted By: 2026-05-01T03:59:00.000Z
    • Pre-Proposal Meeting: 2026-04-23T14:00:00.000Z — CVG Centre, Admin. Offices, 77 Comair Blvd., Erlanger, KY 41018

    Addenda

    • Addendum #1 (released 2026-04-20T18:08:22.176Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

      Updated Pricing Proposal tables to consolidate design, analysis, and equipment into one (1) line item with a Lump Sum price.

    Evaluation Criteria

    • Scope of Work

      KCAB is soliciting bids for Two (2) Digester Tanks Aeration Equipment Replacement that meet the specified requirements.

      The successful bidder ("Contractor") must provide the following based on the available information regarding the existing blower system, including airflow capacity (CFM) and operating pressure range:

      1. Design and Engineering:

      The contractor will be responsible for the following tasks to complete the design of the coarse bubbler system in both digesters.

      • Review drawings and existing conditions.
      • Develop a complete system design for each tank.
      • Determine required airflow for each tank and distribution within each tank.
      • Design air distribution piping, including stainless steel headers and laterals arranged around the circumference of each tank, with connections to drop pipes and discharge devices.
      • Select and size air discharge devices (duckbill-type elastomeric diffusers).
      • Perform system pressure loss calculations, including piping, fittings, submergence, and discharge devices.
      • Verify compatibility with available blower capacity.

      2. Equipment

      The contractor must furnish all materials and equipment necessary to provide a complete and operation coarse bubbler system for both tanks.

      • Coarse bubble diffusers (Duckbill-type elastomeric diffusers)
      • Diffuser mounting assemblies
      • Air distribution manifolds (stainless)
      • Drop pipes
      • Fittings and supports
      • Connection components to existing air system

      Air distribution piping and manifolds must be constructed of Type 304 stainless steel.

      All equipment must be suitable for aerobic digester service.

      3. System Layout, Installation Drawings, and Certification

      • Diffuser layout drawings
      • Air manifold configuration
      • Pipe routing details
      • Support details
      • Installation drawings suitable for owner installation
      • Certification after installation is required by equipment provider even if equipment provider is not installer.

      4. Alternate 1

      Installation of equipment by Contractor per equipment manufacturers installation specifications. If Contractor installs equipment, the installation costs must include inspection and start-up certification after installation. Also, if Contractor installs equipment, the following Government Provisions attached to the Proposed Agreement-Attachment 5 will apply:

      1. Item G. Contract Workers and Safety Standards Act
      2. Item H. Copeland "Anti-Kickback" Act
      3. Item I. Davis-Bacon Requirements
        • Davis-Bacon Wage Rates Schedule attached as Attachment 6
    • Government Provisions

      This project may be funded by the Federal Aviation Administration. Federal laws and regulations require that projects funded by federal assistance must include specific contract provisions. Contractor(s) including subcontractors are required to:
      • Include certain provisions in their subcontracts and sub-tier agreements.
      • Incorporate the applicable requirements of these contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies and services.

      The Contractor is responsible for compliance with these contract provisions by any subcontractor, lower-tier subcontractor or service provider.

      Failure to Comply with Provisions
      Contractor failure to comply with the terms of these contract provisions may be sufficient grounds to:
      1) Withhold progress payments or final payment;
      2) Terminate the contract for cause;
      3) Seek suspension/debarment; or
      4) Take other actions determined to be appropriate by the Sponsor or the FAA.

    • 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 thirty (30) days after notification of award of contract.

    • Government Provisions

      This project may be funded by the Federal Aviation Administration. Federal laws and regulations require that projects funded by federal assistance must include specific contract provisions. Contractor(s) including subcontractors are required to:
      • Include certain provisions in their subcontracts and sub-tier agreements.
      • Incorporate the applicable requirements of these contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies and services.

      The Contractor is responsible for compliance with these contract provisions by any subcontractor, lower-tier subcontractor or service provider.

      Failure to Comply with Provisions
      Contractor failure to comply with the terms of these contract provisions may be sufficient grounds to:
      1) Withhold progress payments or final payment;
      2) Terminate the contract for cause;
      3) Seek suspension/debarment; or
      4) Take other actions determined to be appropriate by the Sponsor or the FAA.

    • Minimum Qualifications

      Bidder must meet the following minimum qualifications:

      TBD

    • 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.

    • 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.

    • Minimum Requirements

      All equipment under this contract must meet the following minimum requirements:

      Acceptable Manufacturers

      • Equipment must be supplied by a manufacturer regularly engaged in the design and production of coarse bubble aeration system.
      • Manufacturer must have a minimum of five years of documented experience producing similar systems for industrial or municipal wastewater applications.
      • Systems must be standard and proven products.

      Proven Performance

      • Equipment must have a documented history of successful operation in at least three installations of similar size and application.
      • Diffuser devices must be non-clog, self-clearing type suitable for operation in industrial wastewater containing solids.
      • Diffusers must be constructed of flexible elastomeric materials that open under air pressure and close upon loss to prevent backflow of liquids and solids.
      • Devices must not utilize fine pore membranes or small orifices susceptible to fouling.

      Contractor shall provide an estimated lead time following purchase order.

       

    Submission Requirements

    • Minimum Requirements (required)

      Provide information evidencing the minimum requirements for the manufacturer and equipment as specified in the Minimum Requirements Section 2.7.2

    • Introductory Material (required)

      Include a title page that shows the ITB number, title, legal name of the bidder, address, telephone number, email address, type of entity, state of organization, and date.

      Include a cover letter should include a company overview, brief description of the proposed unit, and history of the proposed unit including any recalls. The cover letter should also include the name(s) of the person(s) authorized to make representations for the bidder, their titles, addresses, telephone numbers, and email addresses. The letter should identify the primary contact for the bidder. Contact information must include a valid e-mail address and telephone number.

    • Manufacturer's Literature and Specifications (required)

      Please provide complete manufacturer's literature and specifications on the products quoted in the bid.

    • Proposed Delivery Schedule (required)

      Please provide the delivery schedule/estimate for the products proposed in this bid.

    • Parts and Support Documentation (required)

      Please provide documentation detailing parts availability, lead time, technical support, non-warranty service, and any specialty tools/software required. Explain bidder’s approach to providing parts for the life of the equipment.

    • Warranty Documentation (required)

      Please provide warranty documentation specifically stating all included items and service in the base warranty and any exclusions. Include a narrative outlining its proposed warranty procedures.

    • Recommended Preventative Maintenance Program (required)

      Please provide your recommended preventative maintenance program for the parts proposed in this bid.

    • Required Certification Forms (required)

      Please complete required Certification Forms on Attachment 2 and upload.

    • Subcontractors List (required)

      Please download the below documents, complete, and upload.

    • Bid Bond (required)

      Download the Bid Bond on Attachment 4, complete and upload.

    • Safety Evaluation & Plan (required)

      Please download the Safety Evaluation and Plan - Attachment 3 and complete as well as provide the additional information required, and upload. 

    • Provide a copy of your Certificate of Insurance (required)
    • Exceptions to ITB or Sample Contract (required)

      State in writing all exceptions to this ITB or sample contract attached as Attachment 5.  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”.

      The Scope of Work section of this ITB contains the proposed equipment specifications and/or technical requirements. This document forms the basis of a contract incorporating the subject matter of this ITB. Exceptions or deviations to this bid must not be added to the bid pages but must be on bidder’s letterhead and accompany bid. Any exceptions to this documentation will be taken into consideration when evaluating bids submitted. KCAB reserves the right to reject any or all proposed modifications. KCAB welcomes cost saving bids which still satisfy all technical and business objectives.

    • 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.
    • Provide the name of the requested commodity: (required)
    • Are you ONLY awarding via Purchase Order? (required)

      Answer Yes only if you will not issue a contract to award this project and you will only be issuing a PO.  If you are issuing a contract to award this project and then will issue POs then answer No.

    • 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

    • Does your specification include trade or brand names? (required)

      Enter yes for 'or equal' language to be included.

    • What is the maximum lead time that will be accepted? (required)

      10 days

    • 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)
    • Will the Contractor be required to have badges or keys? (required)
    • Additional comments:
    • Minimum Qualifications (required)

      Are there minimum qualifications required to perform this service?

    • List the minimum qualifications required (required)

    Questions & Answers

    Q (Pricing Proposal Format): In the pricing proposal section for this bid, components of these course bubble systems are broken down by individual pieces and unit prices for some items. The proposal also only lists a single unit of diffuser/assembly/and manifold, when the system will require multiples of each of these. These systems are sold as a complete system including all of the required components, design and analysis needed to provide a system that operates to the desired needs of the application. Aeration manufacturers of these types of systems provide pricing for these systems as a lump sum for equipment, and a separate price can be given for the required inspection and startup certification services.

    A: Reference Addendum #1 for updated Line Item tables.


    Key dates

    1. April 16, 2026Published
    2. May 7, 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.