Marketplace
  • Home
  • News
  • Sign In
  • Register
  • Contact Us
  • Place An Ad

Search for items, real estate, services & more

  1. Home
  2. Announcements/Legals
  3. Legal Notices

BID#2026-10 ARFF Vehicle Project

NOTICE TO BIDDERS AND/OR PROPOSERS PROJECTS, SERVICES & SUPPLIES Sealed Bids will be received by the Gregg County Purchasing Agent, Kelli Davis at the Purchasing Department, at 101 E. Methvin St., Suite 205, Longview, TX 75601 or on the Gregg County Bonfire Portal @ https://cogreggtx.bonfirehub.com/, on Tuesday, May 12, 2026 by 2:00 PM (CST) for Bid No. 2026-10, ARFF Vehicle Project at the East Texas Regional Airport, Gregg County, TX. Late Bids will not be accepted. Bid ARFF VEHICLE EAST TEXAS REGIONAL AIRPORT GREGG COUNTY LONGVIEW, TEXAS AIG No. 3-048-0137-058-2026 COUNTY Bid No. 2026-10 THE PROPOSED WORK includes: New 1,500 gallon ARFF Vehicle (see technical specification for details) The Bid Packet will be available on Sunday, April 12, 2026, by visiting the Gregg County Bonfire portal https://cogreggtx.bonfirehub.com/. Respondents must first be registered with Gregg County through the Bonfire Portal at https://cogreggtx.bonfirehub.com/ . Registration is free. Bid packets are also available at the Gregg County Purchasing Department. Payment will be made after items have been received in accordance with award. Respondents must bid unit costs, but may offer lump sum discounts. Gregg County reserves the right to accept or reject in whole or in part any bid received and to waive any irregularities or formalities in the best interest of Gregg County. All documents relating to this Bid including but not limited to, the Bid document, questions and their responses, addenda and special notices will be posted on the Gregg County Bonfire portal https://cogreggtx.bonfirehub.com/ and available for download by Respondents and other interested parties. It is the respondents’ sole responsibility to review this site and retrieve all related documents or addendums prior to the RFP due date. The bid packet may also be viewed and downloaded free of charge at www.civcastusa.com. Addenda will be posted at www.civcastusa.com. You will be notified of addenda automatically, through email, if you downloaded your plans and specifications via civcastusa.com. Please submit questions for the project 72 hours prior to bid opening through www.civcastusa.com in the Q&A portal. Bids shall be received on proposal forms furnished by the Engineer. In no event shall proposal forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals. Respondents submitting via mail services shall send two (2) sets of SEALED documents: one with original signatures and one copy. Respondent shall also submit one flash drive (jump, thumb) with a copy of their bid packet downloaded. Respondent submitting online shall upload their response on the Gregg County Bonfire portal at https://cogreggtx.bonfirehub.com/. Respondents must first be a registered vendor to utilize the Bonfire portal. Please refer to Exhibit B for the registration process. All mailed/hand delivered responses shall be sealed and marked Bid 2026-10 ARFF Vehicle and delivered to the address below by the closing date and time specified. A facsimile transmission is not an acceptable response to this Bid Process and will not be considered. Gregg County strongly encourages Respondents to submit bids online. Gregg County Purchasing Kelli Davis, CPPB, NIGP-CPP Purchasing Agent 101 East Methvin, St. 205 Longview, Texas 75601 Bid proposals, amendments to bids, or requests for withdrawal of bids, which are received after the time specified for bid opening, shall not be considered for any cause whatsoever. An acceptable bid bond, cashier’s check or certified check payable to the Gregg County, in an amount equal to five percent (5%) of the bid price, shall be submitted with each bid. The successful Bidder will be required to furnish and pay for satisfactory performance and payment bonds. Bidders are advised that Performance, Payment, and Maintenance Bond, each in the amount of 100 percent (100%) of the contract price, will be required. Title VI Solicitation Notice As a condition of a grant award, Gregg County shall demonstrate that it complies with the provisions of Title VI of the Civil Rights Act of 1964 (42 U.S.C. §§ 2000d et seq) and implementing regulations (49 CFR part 21) including amendments thereto, the Airport and Airway Improvement Act of 1982 (49 U.S.C. § 47123), the Age Discrimination Act of 1975 (42 U.S.C. 6101 et seq.), Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. § 794 et seq.), the Americans with Disabilities Act of 1990 (42 U.S.C. § 12101, et seq.), U.S. Department of Transportation and Federal Aviation Administration (FAA) Assurances, and other relevant civil rights statutes, regulations, or authorities, including any amendments or updates thereto. This may include, as applicable, providing a current Title VI Program Plan to the FAA for approval, in the format and according to the timeline required by the FAA, and other information about the communities that will be benefited and impacted by the project. A completed FAA Title VI Pre-Grant Award Checklist is required for every grant application, unless excused by the FAA. Gregg County shall affirmatively ensure that when carrying out any project supported by this grant that it complies with all federal nondiscrimination and civil rights laws based on race, color, national origin, sex, creed, age, disability, genetic information, in consideration for federal financial assistance. The Department’s and FAA’s Office of Civil Rights may provide resources and technical assistance to recipients to ensure full and sustainable compliance with Federal civil rights requirements. Failure to comply with civil rights requirements will be considered a violation of the agreement or contract and be subject to any enforcement action as authorized by law. Disadvantaged Business Enterprise The requirements of 49 CFR Part 26 including any amendments thereto apply to this contract. It is the policy of Gregg County to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. Federal Fair Labor Standards Act (Federal Minimum Wage) All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR Part 201, et seq, 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. Trade Restriction Certification By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror – 1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR); 2) has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC § 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR § 30.17, no contract shall be awarded to an Offeror or subcontractor: 1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR; or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list; or 3) who incorporates in the public works project any product of a foreign country on such USTR list. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. Prohibition of Covered Unmanned Aircraft Systems (UAS) The Bidder or Offeror certifies that they are aware of and comply with relevant Federal statutes and regulations, including those from the Federal Aviation Administration (FAA), for operating unmanned aircraft systems (UAS) in accordance, and in compliance with all related requirements in the FAA Reauthorization Act of 2024 (Public Law 118-63), section 936 (49 U.S.C. § 44801 note). Contractor warrants that all UAS operations will be conducted in full compliance with all applicable Federal Aviation Administration (FAA) regulations, including but not limited to 14 CFR Part 107, and any other applicable local, state, or Federal laws and regulations. Sponsors and subgrant recipients cannot use AIP grant funds to enter into, extend, or renew a contract related to covered unmanned aircraft systems (UAS). This includes both procurement and operational contracts, as well as contracts with entities that operate such systems. All Bidders and Proposers shall comply with the provisions of Buy American Preferences, Davis Bacon Requirements, Debarment and Suspension, Lobbying Federal Employees, and Recovered Materials. Bids may be held by Gregg County for a period of sixty (60) calendar days after the date and hour set for the opening. Advertisement Dates: Longview News Journal 1st Publication: Sunday, April 12, 2026 2nd Publication: Sunday, April 19, 2026 A pre-bid teleconference for Bid No. 2026-10 will be held on Monday, April 20, 2026, at 10:00 a.m. Use the following for call information: Phone No.: 469-965-2511; Access Code: 332 288 009#. Mr. Max Tovar Airport Director, East Texas Regional Airport Gregg County, Longview, Texas

Post Date: 04/12 12:00 AM
Refcode: #1854510-01  iPrint
Tweet

Similar Listings

PUBLIC WORKS BID/PROPOSAL NOTICE 

ADVERTISEMENT FOR BIDS SEALED PROPOSALS addressed to Rick Evans., Interim Director of Public Works, City of Longview, Texas, Show more »
Post Date: 04/05 12:00 AM
Refcode: #1855260-01 

Superior Storage - Longview 

Notice of Self Storage Sale Please take notice Superior Storage - Longview located at 3821 McCann Rd Longview TX 75605 intend Show more »
Post Date: 04/05 12:00 AM
Refcode: #1854506-01 

RFP 1005-26 - LNJ 

REQUEST FOR PROPOSALS RFP 1005-26 Community Healthcore will accept sealed proposals for Printer Services at 20 Sites in Nort Show more »
Post Date: 04/05 12:00 AM
Refcode: #1855058-01 
- Advertisement -
terms and conditions
©2023 M ROBERTS MEDIA COMPANY
iPublish® Marketplace powered by iPublish® Media Solutions © Copyright 2023