Active SLED Opportunity · KENTUCKY · CINCINNATI NORTHERN KENTUCKY INTERNATIONAL AIRPORT

    Underground Oil/Water Separator Repairs & On-Call Services

    Issued by Cincinnati Northern Kentucky International Airport
    localInvitation To BidCincinnati Northern Kentucky International AirportSol. 258700
    Open · 7d remaining
    DAYS TO CLOSE
    7
    due May 21, 2026
    PUBLISHED
    Apr 30, 2026
    Posting date
    JURISDICTION
    Cincinnati Northern
    local
    NAICS CODE
    237110
    AI-classified industry

    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.

    Opportunity details

    Solicitation No.
    258700
    Type / RFx
    Invitation To Bid
    Status
    open
    Level
    local
    Published Date
    April 30, 2026
    Due Date
    May 21, 2026
    NAICS Code
    237110AI guide
    Agency
    Cincinnati Northern Kentucky International Airport

    Description

    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.

     

    Background

    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:

    • Underground steel oil water separators
    • Cast in place concrete interceptors
    • Precast concrete interceptors

    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.

    Project Details

    • Reference ID: 26-030-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.

    • Scope of Services

      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 SpaceCondition
      OWS 116,900XX1-Good
      OWS 216,900XX2-Fair
      OWS 410,000 X2-Fair
      OWS 513,800 X3-Poor
      OWS 61,000 X3-Poor
      OWS 71,000 X2-Fair
      OWS 830,000XX3-Poor
      OWS 930,000XX3-Poor
      OWS 1040,000XX3-Poor
      OWS 1130,000XX3-Poor
      OWS 125,000 X3-Poor
      OWS 178,000XX3-Poor
      OWS 2615,000 X2-Fair
      OWS 271,000 X1-Good
      OWS 29500 X3-Poor
      OWS 337520XX1-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.

      1. Requirements for Cleaning Oil/Water Separators
        • Vacuum and remove sludge
        • All Oil/Water Separators are Permit Required Confined Spaces
        • All filters and convalescence plates must be removed and cleaned, if applicable
        • Perform a general condition assessment
        • Frac tanks must be utilized to separate the clean aqueous layer from potentially oil
          contaminated liquid.  Placement of frac tanks near the larger volume separators is recommended
        • The oil contaminated liquid will be transported off-site for disposal as a non-hazardous waste. 
    • 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.

    • Minimum Qualifications

      The Contractor must demonstrate experience in the inspection, repair, or rehabilitation of underground oil/water separators, wastewater structures, or similar systems.

      • A minimum of 3 years of relevant experience.
      • Provide documentation of a minimum of three comparable projects of similar work.
      • Key personnel must have experience in the following:
        • Underground utility or tank work. Confined space operations.
        • Confined space operations.
        • Structural repair or rehabilitation

      The Contractor must demonstrate capability to perform the following:

      • Confined Space entry and work in accordance with OSHA standards
      • Structural repair of steel and/or concrete systems
      • Application of protective coatings or liners as applicable
      • Operation of pumping equipment for water removal
      • Excavation and trench safety compliance

      The Contractor must be trained and must comply with the following:

      • OSHA regulations
        • Confined space entry requirements
        • Fall Protection standards
        • Hazard Recognition
      • Submit their company safety policies and procedures.

      The Contractor must have access to equipment necessary to perform the work, including:

      • Pump suitable for removal of water and cleaning of the Oil water separators
      • Confined space equipment (tripods, davit arms, harnesses, barricades, gas monitoring equipment, and ventilation)
      • Excavation equipment and trench protection systems
      • Surface preparation and repair equipment
    • 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.

    • General Work Requirements

      The Contractor must:

      • Coordinate work with the Environmental Operations Department to ensure proper closures of the work area to ensure safety while on the Air Operation Area (AOA).  As a general understanding closures around a work area on the AOA can take up to (5) five business days.  
      • Provide a site supervisor and this person must be present at all times.
      • Maintain as much functionality of the stormwater conveyance system during the repairs as possible.
      • Protect adjacent utilities and infrastructure.
      • Comply with all Airport regulations and all safety regulations.
      • Ensure the separators are clean prior to repair work.
      • Any removal of any water or sediment must be removed to the best extent possible to prevent interference with repair activities.
      • Providing and operating pumping equipment as necessary to achieve a dry or workable condition. 
      • Proper handling and disposal of any water or sediment removed during repair activities.  The handling and disposal must be in accordance with applicable regulations and in coordination with the owner.
    • 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.

    • 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.

    • 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.

    • 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 Qualifications (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.