Active SLED Opportunity · CALIFORNIA · ONTARIO INTERNATIONAL AIRPORT

    Zero Emissions Initiatives Phase 1

    Issued by Ontario International Airport
    localIFBOntario International AirportSol. 260226
    Open · 19d remaining
    DAYS TO CLOSE
    19
    due Jun 1, 2026
    PUBLISHED
    May 1, 2026
    Posting date
    JURISDICTION
    Ontario International
    local
    NAICS CODE
    238210
    AI-classified industry

    AI Summary

    Invitation for Bid for construction services to install 17 electric vehicle charging stations supporting electric ground support equipment at Ontario International Airport. The project supports airport electrification and operational efficiency as part of a capital improvement program.

    Opportunity details

    Solicitation No.
    260226
    Type / RFx
    IFB
    Status
    open
    Level
    local
    Published Date
    May 1, 2026
    Due Date
    June 1, 2026
    NAICS Code
    238210AI guide
    Agency
    Ontario International Airport

    Description

    The project consists of construction services for the installation of seventeen (17) new electric vehicle charging stations to support Electric Ground Support Equipment (eGSE) operations at Ontario International Airport. The work will be performed at Terminal 2 and Terminal 4 apron areas, as well as within existing and new electrical rooms located throughout both terminal buildings. The intent of the project is to implement reliable charging infrastructure to support airport electrification initiatives and enhance the operational efficiency of eGSE fleets. 

    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: 2026-IFB-081
    • Department: Capital Development
    • Department Head: Karen Kavanagh (Executive Vice President Corp. Strategy & Performance)

    Important Dates

    • Questions Due: 2026-05-18T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-05-07T17:00:00.000Z — https://events.gcc.teams.microsoft.com/event/fcf47691-0758-4223-8145-dd2a082582b9@726bed49-7011-47d7-8024-49cdc0e9cae8

    Meetings & Milestones

    EventDateLocation
    Job Walk2026-05-07T18:00:00.000ZTerminal 4 of the International Arrivals Terminal, International Wy, Ontario, CA 91761. The Job walk will begin promptly at 11am and attendees must be registered via EventBrite. The link to the EventBrite page can be found here: https://www.eventbrite.com/e/zero-emissions-initiatives-phase-1-job-walk-tickets-1988521023912?aff=oddtdtcreator

    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

    • Certifications (required)

      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".

    • You acknowledge that you have read and understand the OIAA DBE Program Plan including the Small Business Element? * (required)

      The OIAA DBE Program Plan including the Small Business Element is available by clicking here:

      https://www.flyontario.com/business-development/procurement

      Select the icon that applies.

    • Disadvantaged Business Enterprise (DBE) Utilization (required)

      Please download the below document, complete, and upload.

      Please refer to the DBE section of the bid for instructions on how to complete the form.

    • Small Business & Subcontractor Letter of Intent (LOI) (required)

      Please download the below document, complete, and upload it in this section. 

      This form must be completed for each small business subcontractor 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".

    • Small Business (SB) Highlight (required)

      Please download the below documents, complete, and upload.

      In the right column, please identify the pages in your proposal that contain the information requested the Small Business Highlight Form.

    • List of Subconsultants (Bidder's List Collection Form) (required)

      Please download the below document, complete, and upload to include the requested information for the prime contractor/consultant(s) and subcontractor(s)/subconsultant(s).

      If the prime contractor is the only bidding entity and there are no subconsultants or subcontractors, please complete and return the form with only the prime bidder’s information.

    • 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)

      This form must be notarized prior to submission. Failure to provide a notarized version may result in disqualification.

      Please download the below document, complete, sign, and upload.

      The completed document must be notarized prior to upload. Submittals that do not include a notarized version may be deemed non-responsive and disqualified from further consideration. 

    • 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.

    • Proposal Content Requirement (required)

      Please submit your response in accordance with Section 6 - Submission Instructions & Format.

    • Cost Proposal (required)

      Please download the below cost proposal, 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.

    • 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.

    • Please download the below documents.
    • 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
    • Project Labor Agreement Requirement (required)

      This project is subject to a Project Labor Agreement (PLA). The successful bidder will be required to comply with Attachment J- OIAA Community Work Force Agreement.

    • 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.

    • Supplier Onboarding (Graphite) (required)

      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. 

    • 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.

    Key dates

    1. May 1, 2026Published
    2. June 1, 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.