Sealed bids for rehabilitating Taxiway A at Kissimmee Gateway Airport are invited.
Official courthouse record · Indexed in NoticeRegistry archive · AI-enriched for research
- Published
- Category
- Bid Notice
- City
- Fort Lauderdale
Research context
What to do next
- 1
Contact for Bid Documents
Email Sue Finney at sfinney@avconinc.com to obtain bid documents after May 3, 2026.
- 2
Prepare Your Bid
Ensure your bid complies with all requirements in the Bid Documents before submission.
- 3
Attend Site Visit
Join the site visit on May 7, 2026, at 10 AM at the Airport Admin Building.
- 4
Submit Your Bid
Submit your sealed bid by 2:00 p.m. on June 2, 2026, to be considered.
Frequently asked questions
- What is the deadline for submitting bids?
- Bids must be submitted by 2:00 p.m. on June 2, 2026.
- How can I obtain the bid documents?
- Bid documents will be available electronically after May 3, 2026, by contacting Sue Finney.
- Is there a site visit for bidders?
- Yes, a non-mandatory site visit is scheduled for May 7, 2026, at 10 AM.
The suggestions and answers above are AI-generated for general information only. They can be wrong, and we don't take responsibility for their accuracy. Talk to a qualified professional before acting on them.
Full Notice Text
INVITATION TO BID
REHABILITATE AND SHIFT TAXIWAY A
PHASES 1 AND 2
at
KISSIMMEE GATEWAY AIRPORT
KISSIMMEE, FLORIDA
FAA AIP NO. 3-12-0038-048-2025
FDOT FPN NO. 457288-1
RFP NO. 2026014
Notice is hereby given that sealed bids for REHABILITATE AND SHIFT TAXIWAY A will be received at the Kissimmee Gateway Airport, Kissimmee, Florida until 2:00 p.m. local time on Tuesday, June 2, 2026 at which time bids will be publicly opened and read aloud at the Kissimmee Gateway Airport, 401 Dyer Boulevard, Kissimmee, Florida 34741, office of the Director of Aviation.
Project Title
REHABILITATE AND SHIFT TAXIWAY A - PHASES 1 AND 2
Project Description
The description of the proposed work includes but is not limited to the following:
Rehabilitate, Mark, and Light Taxiway Alpha and correct Runway to Taxiway offset from 350 to 400 to meet FAA standards. This project extends from Runway 15 North, south to the end of Runway 33, the full length of Taxiway of TW Alpha. Geometry problems at crossing taxiways will be corrected for fillets and the required 90 degree centerline entrance to Runway 15-33. Due to existing problems with direct buried cabling, and the shift of the taxiway 50 east, the existing lighting and signs will be replaced with new cable in conduit and LED fixtures. The taxiway has a low PCI value of 54 overall. In addition, the taxiway geometry and centerline offset separation from the primary runway does not conform to the latest FAA AC guidance requirements and standards for geometry and offset. Work includes existing pavement demolition, milling, reclaiming\rotomixing, new pavement structures including new P-401 asphalt surface and leveling courses, new base and subbase, stabilized shoulders, new P501 concrete compass calibration pad, storm drainage pipe culverts and inlet\control structures, grading, airfield marking, fencing, turfing, lighting, signage, vault work, and ALCS modifications. The contract documents include the project manual, construction plans, and all referenced standards, specifications, and other requirements therein.
pursuant to all applicable codes, FAA/FDOT standards, and the available project budget funds. The work may be divided into multiple bid schedules.
Submit one (1) original and one (1) hardcopy, together with a USB drive, CD, or DVD with a scan of your entire signed complete bid price proposal, by the closing date and time in a sealed envelope with the bid title, FAA AIP and FDOT FM numbers clearly marked on the outside of the envelope. Bids received after the closing date and time will not be considered and will be returned to the bidder.
After Sunday, May 3, 2026, Bid Documents will be available electronically at no charge and may be obtained by contacting Sue Finney, Email: sfinney@avconinc.com Phone: (407) 599-1122. Hard copies will not be provided.
Bidders must be registered through AVCON, INC. to be eligible to submit a Bid for the project. A complete examination of the site and understanding of the drawings and specifications contained in the Bid Documents is necessary in order for the Bidder to properly submit a Bid. The Bid Documents also include a detailed set of Instructions to Bidders. All Bids shall be prepared in accordance with the Instructions to Bidders. The failure to comply with any requirement contained in the Bid Documents may result in the rejection of the Bid as non-responsive or a finding that the Bidder is not qualified for this Project.
All questions regarding Bid Documents should be addressed to AVCON, INC., attention Sue Finney at sfinney@avconinc.com . Do not contact the Airport or the City. The deadline for questions is Tuesday, May 26, 2026 at 5PM Eastern. The final Addendum will be issued not later than Thursday, May 28, 2026, 5PM Eastern, as necessary. A non-mandatory site visit meeting will be held tentatively on Thursday, May 7, 2026 @ 10AM. Please meet at Airport Admin Building located at 401 Dyer Boulevard, Kissimmee, FL 34741.
Bids must be submitted on an exact reproduction of the bid forms supplied, including any addenda which may be issued, in sealed envelopes plainly marked with the FAA AIP and FDOT Financial Management Numbers and Project Title in bold as specified above.
Each bid must be accompanied by a cashier's check or by a Bid Bond in the amount of five (5) percent of the Total Bid Price, to include all alternates.
If awarded the Contract, the Contractor shall provide a Performance Bond and Payment Bond satisfactory to the Owner, each to be in a sum of at least equal to the Total Bid Price.
The Owner reserves the right to waive any informalities or technicalities, to reject any or all Bids, or to re-advertise for Bids. Award, if made, will be to the responsible and qualified Bidder whose Bid is responsive to the invitation and is most advantageous to the Owner, price and other
factors considered.
Liquidated damages for delay in completion of the contract will be in accordance with the Contract Documents. No Bid may be withdrawn after the scheduled Bid Closing time for a period of one hundred eighty (180) days.
Based on recent Executive Orders by the White House, DBE requirements have been temporarily suspended for this project. Bidders are required to supply a listing of all suppliers and contractors, without regard to any DBE status.
The proposed contract is subject to the Buy American provisions under Section 9129 of the Aviation Safety and Capacity Expansion Act of 1990 and Title 49 U.S.C., Chapter 501. Details of such requirements are contained in the Contract Documents. The Contract is subject to the regulations and orders of the Secretary of Labor, OFCCP and FAR 152.61 and requires notices numbered (1) through (4), which can be found in the Contract Documents.
The Federal Contract Provisions are made a part of this contract whether physically bound to it or not and are therefore incorporated by reference. The latest published version of the Provisions for all Construction Contracts shall govern. Bidders shall go to www.faa.gov for the latest information.
The FAA, along with other federal agencies, removed requirements for non-segregated facilities and EEO/affirmative action clauses following President Trumps Executive Order 14173 ("Ending Illegal Discrimination and Restoring Merit-Based Opportunity"). This order revoked the
1965 Executive Order 11246, which previously mandated these provisions, to prioritize "merit-based" hiring and reduce administrative burdens on contractors.
Key Details Regarding the Removals:
Rationale:The changes aim to eliminate diversity, equity, and inclusion (DEI) policies from government contracts.
Action Taken:The Civilian Agency Acquisition Council (CAAC) authorized deviations from the Federal Acquisition Regulations (FAR), instructing agencies to stop enforcing provisions such as FAR 52.222-26 (Equal Opportunity) and FAR 52.222-21 (Prohibition of Segregated Facilities).
Impact on Contractors:Contractors are no longer required to adhere to specific, longstanding anti-segregation requirements for workplace facilities (e.g., dining areas, drinking fountains, housing) or to submit certain affirmative action reports.
Legal Standing:While the specific contract clauses are removed, contractors are still obligated to comply with general anti-discrimination laws under Title VII of the Civil Rights Act.
These changes were initiated through GSA Class Deviations in February 2025 to align with the new administration's policies.
The Contract is subject to the State E-Verify requirements. On January 4, 2011, Governor Rick Scott signed Executive Order Number 11-02, which requires state agencies to require use of the Department of Homeland Securitys E-Verify system to verify employment eligibility of employees to work in the United States. The E-Verify requirement is mandated to be included in this Contract for the Contractor's and subcontractor's employees. Therefore, the Contractor agrees to use the E-Verify system and provide such compliance information as may be required by the City and/or the State of Florida.
All questions should be addressed in writing to AVCON, INC. attention Sue Finney at sfinney@avconinc.com . Site visits may be scheduled during the bidding period by contacting the Director of Aviation prior to bidding a minimum 24 hours in advance. It will be the responsibility of the contractor to provide transportation for any site visit.
The apparent low bidder will be announced based on the Total Bid Price equaling the addition of all the Bid Schedules and Alternates (if any). The contract will be awarded to a successful bidder based on a review of all bids received on all bid schedules and alternates in accordance with the contract documents. Bid Schedules or Alternates may or may not be awarded depending upon the available grant funds. The Owner reserves the right to award any combination of Bid Schedules/Alternates, or to reject all Bid Schedules/Alternates, or to reject any combination of Bid Schedules/Alternates, which are most advantageous to the Owner, price and all other factors considered, and as specified in accordance with the Contract Documents.
The apparent low bidder, therefore, may not be the successful bidder, depending on the actual Bid Schedules and/or Alternates awarded.
Bidders shall submit a general one-year project warranty certificate on workmanship and labor for all work on this project, in addition to any product, equipment, and/or materials-specific manufacturers warranties required by FAA prior to final payment.
Materials Requirements: No existing materials currently stockpiled on Airport or City property are available for the project. Bidders are notified that all materials required for construction shall be brought in from off Airport property or taken from strictly within the project limits of specified work area only, pursuant to the plans and specifications. There are absolutely no stockpiled or other materials to be provided by the Airport for this project. All materials are to be provided by the Contractor. Any unsuitable or unused materials generated by the project shall be hauled off of Airport property and legally disposed or placed in designated areas as directed by the Airport and/or shown in the contract documents. The Airport shall have first right of refusal on all unused or excess materials. The Airport and Airports authorized representative shall solely determine what materials are unsuitable.
As used in this Notice, and in the contract resulting from this solicitation, the "covered area" is OSCEOLA County.
Director of Aviation, Kissimmee Gateway Airport, Florida
68125
5/2/2026Related Notices
Notice
DateCategoryCity
Public auction for storage units to satisfy owners' liens.
May 5, 2026Bid NoticeFort Lauderdale
Public auction for storage units will be held online from May 12 to May 22, 2026.
May 5, 2026Bid NoticeFort Lauderdale
Broward County is soliciting bids for various goods and services.
May 5, 2026Bid NoticeFort Lauderdale