SEBRING AIRPORT AUTHORITY
Restaurant Operator
Runway Caf at
Sebring Regional Airport
Notice to Bidders /
Request for Proposal
RFP #25-08
PROPOSAL:
Sealed bids, subject to the conditions herein, will be received by Sebring Airport Authority until 2:00 P.M., local time, on the 23rd day, September 2025. Proposals must be sent/ delivered to the following address or submitted by the required time on DEMANDSTAR.
Sebring Airport Authority
Attn: Jami Olive
128 Authority Lane
Sebring, FL 33870
At which time, the sealed proposals will be publicly opened and read, for the following program:
RFP #25-08
Restaurant Operator
Runway Caf at
Sebring Regional Airport
The Sebring Airport Authority intends to select one (1) qualified individuals and/or companies to supply high quality food and beverage services (alcoholic and nonalcoholic) at the Runway Caf in the Sebring Regional Airport, including on-demand aircraft catering services. The available restaurant space is accessible to the general public located in the lobby area of the airport terminal, allowing all tenants, users, guest, at large community, and the traveling public to access the space. The restaurant space includes both interior and outdoor dining space. The selected individual or company shall maintain all required federal, state, and local licenses, permits, and certifications necessary to provide high quality food and beverage services (alcoholic and nonalcoholic).
Services provided shall be professional and expeditious with appropriate consideration for the time limits often imposed on the traveling public. Restaurant Operator shall keep the restaurant open at a minimum from 7:30am to 2:30pm Monday through Sunday.
While the Airport will retain ownership of the existing equipment as described in Exhibit B, the cleaning, preventative maintenance, and replacement of those pieces of equipment will be at the sole cost and expense of the selected restaurant operator.
Available Space
Please reference Exhibit A for a map of the available space.
Furniture, Fixtures, Equipment
Please reference Exhibit B for a list of furniture, fixtures and equipment in leased space. The leased space will undergo comprehensive renovations by the owner, scheduled to commence in the fall of 2025. Planned improvements include the installation of new interior and exterior furniture, new cabinetry, updated flooring throughout the premises, and a fresh coat of interior paint to enhance the overall aesthetic and functionality of the space. These upgrades are intended to provide a modern, welcoming environment that meets the needs of prospective tenants.
Sebring Regional Airport
Sebring Regional Airport (SEF) is a general aviation (GA) airport located near Sebring. The airport offers two paved, intersecting runways, the longest of which is 5,234 feet long by 100 feet wide (Runway 1-19). With an adjacent rail line, excellent highway connectivity, and within 150 miles of 90 percent of Floridas population, SEF serves as an ideal multimodal hub in central Florida. Perhaps most notably, the Sebring International Raceway, home to the legendary 12-Hours of Sebring endurance race, is located adjacent to the airport, attracting motorsport fans, drivers, and support teams into the airport. SEF also accommodates military operations, most notably the U.S. Coast Guard conducting an annual five-week training course at the airport. SEF prides itself on providing a business-friendly environment for tenants by being entirely designated as a Foreign Trade Zone. SEF's connectivity, amenities, and business incentives have attracted a dynamic tenant community. The airport hosts aircraft manufacturers and repair services, four flight schools, an on-site hotel and restaurant, plus various other businesses, contributing $421 million to Highlands County's economy. According to a study conducted by the Florida State University Center for economic Forecasting and Analysis, events at the Sebring International Raceway generate approximately $600 million in annual economic impact.
Agreement
The Sebring Airport Authority intends to enter into a written lease agreement with the selected individual or company for an initial term of two (2) years with an option of renewal. This agreement grants a nonexclusive right to provide a high-quality food and beverage service, including both alcoholic and nonalcoholic options, as well as aircraft catering services at the Sebring Regional Airport. Selected individual or company will be responsible, at their sole cost and expense for all utilities such as electricity, water, waste water, solid waste disposal, natural gas and telecommunications (phone and internet) services.
The selected restaurant operator will be required to maintain their leasehold, at their sole cost and expense, to include repairs of interior paint, lighting, electrical, flooring, counters and cabinetry, ceiling, walls, interior storefront and glass, water lines, grease traps, sanitary lines, and janitorial services.
Minor renovations may be allowed upon written authorization of the Executive Director or their designee.
Compliance with Airport Rules and Regulations is required at all times.
The Sebring Airport Authority reserves the right to relocate the restaurant to equal or better facilities in the event Airport development dictates the relocation due to terminal redevelopment or expansion.
GENERAL CONDITIONS:
Bidding, Instructions to Bidders, and Contract Documents will be available electronically on 07-25-2025 and official copies will be on file and may be inspected at:
Sebring Airport Authority
128 Authority Lane
Sebring, Florida 33870
(863) 655-6444
For bidding purposes, Bidding, Instructions to Bidders, and Contract Documents for the project may be obtained electronically by going to www.DEMANDSTAR.com and searching under Sebring Airport Authority. Requests should be directed to Jami Olive via Email at: jolive@sebring-airport.com
MANDATORY PRE-BID CONFERENCE:
An in-person Pre-Bid Conference will be held at 2:00 P.M., local time on 08-14-2025 at the Sebring Airport Conference Room for the purposes of answering questions, discussing the RFP, and visiting the restaurant space. This conference can be attended in person or virtually. Attendance at this conference by an appropriate representative is mandatory. The Owner shall not
be responsible for disseminating information discussed at this meeting except as issued by Addendum.
A site visit of the restaurant space will be scheduled immediately following the Pre-Bid Conference. It will be the responsibility of the interested parties to provide transportation for this site visit. No other tours or visits of the restaurant space will be scheduled.
SCHEDULE
Pre-Proposal Conference (Mandatory)
August 14, 2025, 2:00 pm
Sebring Regional Airport
Board Room
128 Authority Lane,
Sebring, FL 33870
RFP questions deadline
August 25, 2025, 5:00pm
RFP proposal due date
September 23, 2025, 2:00pm
SUBMITTAL OF PROPOSALS
Additional information and instructions for submittal of a proposal are provided within the Instructions-to-Bidders.
Modification to the project documents may only be made by written addendum by the Owner or Owners authorized Representative.
The proposal must be made on the forms provided within the contract documents. Bidders must supply all required information prior to the time of bid opening.
AWARD/ACCEPTANCE: SAA reserves the right to accept or reject any or all Proposals, or any parts thereof, and the award, if an award is made, will be made to contractor determined to be responsible in accordance with Owners procurement and purchasing guidelines, and applicable Florida Statutes. SAA reserves the right to waive irregularities in the Proposal. Additional information for evaluation and criteria for selection are provided within the Instructions-to
Bidders.
TAXES: SAA, is a governmental entity, is exempt from Florida Sales Tax. Tax exemption certificates will be furnished upon request.
OBLIGATION OF PROPOSAL: The failure or omission of any Proposal to examine any form, instrument, site or document shall in no way relieve any Proposal from any obligation in respect to his/her Proposal. The Contract Documents applicable for this project contain numerous requirements that should be considered in compiling a Proposal.
DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 49 CFR PART 29: The Proposal certifies, by submission of a Proposal or acceptance of a contract, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. Individuals or companies listed in the General Services Administrations Excluded Parties Listing System will not be considered for award of contract.
PUBLIC ENTITY CRIMES: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a Proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Fla. Stat. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list.
RESTRICTION OF CONTRACT/LOBBYING: From the issue date of this RFP until a determination is made regarding the award of a Proposer's proposal, all contacts with Sebring Airport Authority (SAA) personnel/Board of Directors concerning this RFP must originate with the SAA. Any violation of this condition is cause for SAA to reject the Proposer's proposal. If it is later discovered that any violations have occurred, SAA may reject any proposal or rescind any contract awarded pursuant to this RFP. The Proposer must agree to make no other distribution of any part of their proposal beyond that made to the SAA. A Proposer who shares information contained in their proposal with other Firm and/or competing Proposer personnel may be subject to disqualification.
DISABILITY. SAA does not discriminate upon the basis of any individuals disability status. This non-discrimination policy involves every aspect of SAA's functions, including ones access to participation, employment or treatment in its programs or activities. Anyone requiring reasonable accommodations as provided for in the Americans with Disabilities Act or Section 286.26 of the Florida Statutes should contact Jami Olive, SAA ADA Coordinator at 863.655.6444, by Florida Relay Services 711, or by email at jolive@sebring-airport.com. Request for CART or interpreter services should be made at least 24 hours in advance to permit coordination of the service.
The Sebring Airport Authority, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, disadvantaged business enterprises and airport concession disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.
E-VERIFY CERTIFICATION. Vendor/Contractor shall utilize the U.S. Department of Homeland Securitys E-Verify system, in accordance with the terms governing use of the system, to confirm the employment eligibility of:
All persons employed by the Vendor/Contractor during the term of the Contract to perform employment duties within Florida.
SAA will not reimburse respondent(s) for any costs associated with the preparation and submittal of any responses.
The official publication and invitation to bidders is hereby published this 25th day of July 2025.
Sebring Airport Authority
By: Mike Willingham,
Executive Director
July 25, 2025