Active SLED Opportunity · CALIFORNIA · ONTARIO INTERNATIONAL AIRPORT
AI Summary
Ontario International Airport Authority seeks qualified investment banking firms to form an underwriting pool for future airport debt issuance, including $500M in General Airport Revenue Bonds planned for 2026 and 2027. The RFP evaluates firms on qualifications, experience, and pricing approach.
The Ontario International Airport Authority (“OIAA” or “Authority”) is requesting proposals from qualified investment banking firms to establish a pool of approximately six (6) underwriting firms to support the issuance and refunding of future airport debt.
Firms selected for the underwriter pool will be eligible to serve as Senior Managing Underwriter or Co-Managing Underwriter for negotiated bond issuances undertaken by the Authority during the pool term. Participation in the pool does not guarantee assignment to any specific financing.
Through this Request for Proposals (RFP), the Authority seeks to:
• Establish a pool of qualified underwriting firms to support potential future financings during the pool term; and
• Evaluate each firm’s proposed approach to structuring, marketing, and pricing anticipated bond issuances.
The Authority currently anticipates issuing approximately $500 million in General Airport Revenue Bonds (GARBs) through negotiated sales structured as two separate series:
Series 2026, anticipated to be issued in calendar year 2026; and
Series 2027, anticipated to be issued in calendar year 2027.
These financings are expected to support capital improvement projects and may include the refinancing of certain existing obligations. Final transaction size, structure, and timing will be determined based on the Authority’s Board-approved Capital Improvement Program (CIP) and associated financing plans.
Selection to the underwriter pool does not guarantee participation in any specific transaction. Assignment of underwriting roles for the anticipated 2026 and 2027 bond issuances will be determined by the Authority based on proposal evaluations, interviews (if conducted), and overall demonstrated qualifications.
Proposals will be evaluated for compliance with the administrative requirements outlined in Section 10 (Administrative Requirements).
This review will include verification that the proposer has submitted all required administrative documents, including:
Failure to submit any required administrative documents, including a notarized Affidavit of Non-Collusion, will result in the proposal being deemed non-responsive and rejected.
Proposals will be reviewed for compliance with the submission requirements outlined in Section 6. This includes, but is not limited to:
Failure to meet these requirements may result in the proposal being deemed non-responsive and removed from further evaluation.
Proposers shall provide the names and current contact information for three (3) references who have direct knowledge of the proposer’s performance on projects relevant to the services described in this RFP, specifically municipal bond underwriting services, including General Airport Revenue Bonds or comparable financings.
For each of the three (3) references, the proposer shall include the following:
The respondent’s qualifications will be evaluated based on the extent to which the firm:
The respondent’s approach will be evaluated based on the extent to which the proposal demonstrates a clear understanding of, and ability to effectively perform, the services outlined in Section 4.2 (Project Deliverables & Anticipated Functions) and the proposer’s response provided in Section 8.3 (Approach to Services / Methodology).
Evaluation will consider the proposer’s:
Higher scores will be awarded to proposers that demonstrate a clear, comprehensive, and well-supported approach, as well as a strong understanding of municipal bond underwriting practices and airport-related financings.
Cost Proposals will remain unopened until completion of the technical evaluation phase and will be reviewed by Procurement staff.
Pricing provided in response to this RFP is informational only and will not be the sole basis for selection to the underwriting pool.
Cost Proposals will be evaluated based on the following:
Cost proposals will be scored on a scale of 0 to 10 points, with each of the five criteria above weighted equally.
The Authority will not assign the highest score solely to the proposer with the lowest indicative pricing. Proposals that demonstrate balanced, market-aligned, and sustainable pricing strategies will be scored more favorably than those presenting unrealistically low or unsupported pricing.
Final underwriting compensation will be determined at the time of each bond issuance and may be established through competitive proposals, negotiation, or other methods at the Authority’s discretion.
Upload any small business certifications (SBE/SB-Micro/SB-PW/SB etc.) that your organization, partners, or subcontractors hold. If not applicable, upload a document stating "N/A"
Please download the below documents, complete, and upload it in this section.
This form must be completed for each small business subcontractors included in your proposal. If you are partnering with multiple small businesses, please upload a separate form for each.
If not applicable, upload a document stating "N/A".
Please fill out the List of Subconsultants form and include all subconsultants, subcontractors and partners. If not applicable, upload a document stating "N/A".
Please download the below documents, complete, and upload.
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.
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 "yes" responses to questions in this form, which may also disqualify your organization from submitting an offer on the bid/proposal.
Please download the document below, complete and sign it, and then upload the signed copy to this section.
Please download the document below. Fill out the document completely, sign it.
Please download the documents below, complete, and sign.
Submit your proposal solely in this section. Failure to do so may result in the proposal being deemed invalid
Submit your cost proposal solely in this section. Failure to do so may result in the proposal being deemed invalid
The Authority will issue an addendum to upload the draft contract. Proposers are responsible for reviewing the draft contract in full upon release. All questions, comments, or requested clarifications related to the contract must be submitted during the RFI/question period outlined in this RFP/
NOTE: Questions regarding the terms and conditions of the draft contract should be submitted during the open RFI period of this solicitation.
Administrative Requirements due prior to award of contract:
Failure to complete all administrative requirements for successful proposer(s) may result in delays to contract execution and/or award. No contract will be executed, and no payments will be issued, until all requirements are completed and approved.
Please download the document below for the type of insurance required from successful proposer.
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.
The successful Proposer(s) will be required to complete supplier onboarding through Graphite in order to be established as a supplier.
This process includes submission of required documentation and completion of all onboarding steps.
Please enter the spend codes for this project:
Is there a Worktag associated with this purchase/project?
Has this request been approved by the requesting department head and the Finance department?
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.
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.
Provide a brief description of the project, including its objectives, purpose, any relevant goals, and expected outcomes.
Identify the work plan required for the project, including equipment, materials, and any external resources.
List any desired contract terms and conditions such as length of contract, options for renewals, and conditions for renewal.
Please list any product/good/service/software requirements that would deem a proposal acceptable.
Please list any measurements, specifications, or dimensions required for this product/good/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.