Active SLED Opportunity · KENTUCKY · CINCINNATI NORTHERN KENTUCKY INTERNATIONAL AIRPORT
AI Summary
Invitation to bid for repair and on-call services of underground oil/water separators at Cincinnati Northern Kentucky International Airport. Includes cleaning, structural repairs, and compliance with safety and environmental regulations. Bonds and minimum qualifications required.
The Kenton County Airport Board (“KCAB”) will receive bids for Underground Oil/Water Separator 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.
There are a total of 32 oil water separators installed as part of the environmental system at CVG. KCAB maintains 20 of these separators. The separators vary in size, construction, year built and include:
In August of 2021, a condition assessment was performed on 17 of the 20 separators. The assessment had a ranking of Good, Fair, or Poor.
Good: The OWS has no visible structural damage or damage to the components. The device appears to operate and function as designed. There is a minimal amount of sediment and debris in the structure. Recommended to be inspected bi-annually.
Fair: The OWS has minor structural damage or minor damage to components. Filters or coalescing plates need to be cleaned but the device is currently functioning as designed. There is a more moderate amount of sediment or debris in the structure. It is recommended to inspect the OWS annually and make repairs as appropriate.
Poor: The OWS has severe structural damage or severe damage to the components. Filters or coalescing plates need immediate attention due to being clogged with sludge and sediment. There is moderate to severe groundwater infiltration from the wall of the tank. The device is not operating and functioning as designed. It is recommended to make the necessary repairs or replace immediately.
In 2025, the 2021 assessment was refreshed, and both assessment reports are attached to this ITB as Attachments A & B.
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.
1. Oil/Water Separator Repairs
The successful bidder ("Contractor") must provide services to repair existing underground oil water separators located throughout the CVG campus. All separators have previously undergone inspection and condition assessments. Based on those findings, eight (8) separators, indicated on the table below, have been identified as poor condition and require repair work. The Assessment Reports are included in the Attachments as Attachment A & B for review. Contractor will also be required to provide on-call repair services for all KCAB maintained separators as necessary.
Separators identified for full replacement will be addressed under a separate future capital improvements project and are not included in this scope of work. If conditions encountered during repair indicate that the separator is beyond reasonable repair, KCAB reserves the right to remove the unit from the repair scope and add it to the future capital improvement project.
| Structure No. | Volume/Size (gallons) | Airfield Operations Area (AOA) | Confined Space | Condition |
| OWS 1 | 16,900 | X | X | 1-Good |
| OWS 2 | 16,900 | X | X | 2-Fair |
| OWS 4 | 10,000 | X | 2-Fair | |
| OWS 5 | 13,800 | X | 3-Poor | |
| OWS 6 | 1,000 | X | 3-Poor | |
| OWS 7 | 1,000 | X | 2-Fair | |
| OWS 8 | 30,000 | X | X | 3-Poor |
| OWS 9 | 30,000 | X | X | 3-Poor |
| OWS 10 | 40,000 | X | X | 3-Poor |
| OWS 11 | 30,000 | X | X | 3-Poor |
| OWS 12 | 5,000 | X | 3-Poor | |
| OWS 17 | 8,000 | X | X | 3-Poor |
| OWS 26 | 15,000 | X | 2-Fair | |
| OWS 27 | 1,000 | X | 1-Good | |
| OWS 29 | 500 | X | 3-Poor | |
| OWS 33 | 7520 | X | X | 1-Good |
2. Oil/Water Separator Cleaning
Cleaning of the separators is included as part of this scope as KCAB cannot commit these separators will be cleaned immediately prior to repair work. Cleaning will be determined as repairs are scheduled.
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.
The Contractor must demonstrate experience in the inspection, repair, or rehabilitation of underground oil/water separators, wastewater structures, or similar systems.
The Contractor must demonstrate capability to perform the following:
The Contractor must be trained and must comply with the following:
The Contractor must have access to equipment necessary to perform the work, including:
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 Contractor must:
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.
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.
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.
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.