Request for Qualifications and Public Notices

Request for Qualifications

Solicitation for:

Statements of Qualifications

State College Regional Airport (UNV)
Airport Master Plan Update

Issue Date:
November 12, 2025

Due Date:
December 12, 2025

No later than 4:00 pm EST

Delivery to:

State College Regional Airport
2535 Fox Hill Road
State College, PA 16803

Attn: Mr. Bryan Rodgers, C.M., ACE, Director

Word Document of Request for Qualifications

BACKGROUND

The Pennsylvania State University (PSU) owns and operates the State College Regional Airport (UNV) and the Penn State Aviation Center (FBO), excluding the airline terminal. The airline terminal is owned and managed by the Centre County Airport Authority (CCAA), including terminal concessions. PSU is the “Sponsor” and CCAA is the “Co-Sponsor.”

The Sponsor and Co-Sponsor are seeking proposals from potentially qualified and interested firms for aviation planning services to prepare an Airport Master Plan update (Project). The Airport Master Plan update will serve as a comprehensive guide for the airport infrastructure development needs to meet the projected aviation demand over a short term (5-year), medium term (10 -year) and long term (20-year) period. The Project is expected to be funded through an Infrastructure Investment and Jobs Act (IIJA) grant and a local funding source.

The current Sustainable Airport Master Plan, funded by the Federal Aviation Administration (FAA) was initiated in 2013 and finalized in 2016. The current Sustainable Master Plan can be found at Resources | Penn State Aviation Center

UNV is a non-hub primary airport that supports both scheduled airline service and general aviation. PSU oversees the airport’s strategic direction, development, maintenance, operations, grant administration, security, and compliance in accordance with 49 CFR Part 139 and 49 CFR Part 1542.

UNV is served by two airlines: American and United with daily service to Philadelphia International Airport (PHL), Washington -Dulles International Airport (IAD) and Chicago O’Hare International Airport (ORD) respectively. The air carriers typically operate E145, E170/175 and CRJ700 aircraft. In 2019 UNV recorded a facility high 193,534 passenger enplanements.

Table 1 – Annual Passenger Enplanements 2020 - 2024

Calendar Year

Passenger Enplanements

2020

74,731

2021

122,404

2022

112,474

2023

138,860

2024

134,128

Source: Passenger Boarding (Enplanement) and All-Cargo Data for U.S. Airports | Federal Aviation Administration

UNV is active with general aviation operations, too. General aviation operations consist of forty-eight (48) based aircraft, a flight school, corporate operations, fractional jet charter operations, heavy volume of operations driven by select collegiate sporting events, and substantial athletic charters with aircraft ranging from turboprop SAAB 2000 up to and including Boeing 757.

Table 2 - Annual UNV Airport Operations Count

Calendar Year

Airport Operations Count

2020

31,993

2021

39,168

2022

41,631

2023

38,442

2024

36,718

Source: FAA The Operations Network (OPSNET) from 01/2020 to 12/2024

SCOPE OF SERVICES

The primary objective of the Project is consistent with the scope of service typically provided during an airport master planning process as outlined in FAA Advisory Circular (AC) 150/5070-6B, Airport Master Plans, and may include, but it is not limited to, the following:     

  • Public and Stakeholder Involvement - Develop a comprehensive stakeholder and public engagement plan, including the formation of a Master Plan Advisory Committee (MPAC) and Public Information Workshops to gather meaningful input.
  • Environmental Considerations - Determine applicable federal and state environmental requirements necessary to advance proposed projects, including the potential need for additional environmental documentation.
  • Existing Conditions - Inventory existing facilities and update base mapping.
  • Aviation Forecasts. Forecasts of aeronautical demand for short, medium- and long-term time frames.
  • Critical Aircraft Determination - Determine the existing and ultimate critical aircraft for each applicable element of airport design utilizing FAA AC 150/5000-17.
  • Facility Requirements - Identify facility requirements needed to accommodate projected demand over the short-, mid-, and long-term planning horizons, including the demand thresholds that will trigger the need for facility expansions and/or improvements.
  • Alternative Development and Evaluation - Develop airport development alternatives for low-, medium-, and high- growth scenarios, accounting for cost, feasibility, and potential environmental impacts.
  • Obstruction Survey - Conduct an AGIS aeronautical/obstruction survey and submission of obstacles that have not been previously studied for an airspace analysis utilizing FAA ACs 150/5300-16B, AC 150/5300-17C, and AC 150/5300-18B. Reference EPM 25-01 and supporting order 5100.38D.
  • Airport Layout Plan (ALP) - Create an updated set of Airport Layout Plan drawings in accordance with FAA Standard Operating Procedure (SOP) 2.00 (Standard Procedure for FAA Review and Approval of Airport Layout Plans). Review and update the Exhibit A Property Map documentation.
  • Facilities Implementation Plan/Capital Improvement Plan - Prepare a 20-year Capital Improvement Plan with short- mid- and long-term phasing plans. The schedule of improvements depends on the levels of demand that trigger the need for expansion of existing facilities. Develop a financial plan that includes cost estimates and funding strategies.
  • Financial Feasibility Analysis – Identify the financial plan for the airport, describe how the Sponsors may finance the projects recommended in the master plan and demonstrate the financial feasibility of the program.

Sponsor identified development issues to be addressed in the Project are:

  • Commercial Passenger Terminal Facilities
  • Runway Length
  • Air Cargo Facilities
  • Aircraft Hangars
  • Transient Aircraft Parking Aprons  
  • Fuel Storage
  • eVTOLs

A more detailed and specific Scope of Work, subject to FAA concurrence, will be developed.

QUALIFICATIONS

Each Respondent must demonstrate the following minimum criteria as part of the proposal.

  1. Project Manager must have at least ten (10) years of airport planning experience, including direct experience with the FAA and projects involving Airport Improvement Program (AIP) funding and Passenger Facility Charge (PFC) Program funding.
  2. Key personnel must demonstrate expertise and knowledge of FAA policies and procedures as they relate to airport planning.

QUESTIONS

To ensure open and fair competition for all potential respondents it is recommended to submit questions. Questions are to be submitted to:

Subject Line: Questions_ RFQ_UNV Airport Master Plan Update

Bryan Rodgers, C.M., ACE, Director [email protected]  

Deadline for questions is 5:00 pm EST on December 3, 2025

Responses to questions will be posted to Resources | Penn State Aviation Center

EVALUATION and SELECTION PROCESS

The proposals will be evaluated by an Evaluation Committee. The committee will be comprised of representatives from the Sponsor and Co-Sponsor. Members of the Evaluation Committee will independently review and rate each proposal based on the weighted criteria. The scoring is determined by allocating points totaling one hundred (100), which are assigned to the evaluation criteria.

The evaluation and selection will comply with the Qualifications-Based Selection process of FAA AC 150/1500-14 Architectural, Engineering and Planning Consultant Services for Airport Grant Projects.

Numerical scores will be tabulated and ranked. The finalists will be determined by the rank and will be “short-listed.” The short-listed firms are, in the judgment of the Evaluation Committee, best qualified to be considered further to provide the requested airport planning services. Short-listed firms will be invited to make a virtual presentation or an in-person presentation to the Evaluation Committee. The Evaluation Committee will evaluate and select the best qualified firm from the short-list, and, with that firm, develop the “scope of work.” in collaboration with the FAA.

The Sponsor will negotiate a fair and reasonable fee with the selected (first ranked) firm for the scope of services. If a fee cannot be agreed upon with the first ranked firm, the Sponsor will cease negotiations with that firm and will open fee negotiations with the second ranked firm.

PROPOSAL EVALUATION CRITERIA

Letter of Transmittal  
Evaluation Weight: 5 Available Points 

Evaluate the Respondent’s letter for inclusion of the requested information and the content of the statement describing why their firm and team is the best choice for this Project.

Project Understanding and Approach
Evaluation Weight: 30 Available Points 

Evaluate the firm’s project approach and understanding of the Scope of Services required in the RFP.

Public and Stakeholder Engagement
Evaluation Weight: 15 Available Points

Evaluate the firm’s plan to identify and prioritize key stakeholders, including airport users, local community, and regulatory agencies for effective engagement and managing conflict, if any, throughout the planning process.

Regulatory Familiarity
Evaluation Weight: 10 Available Points

Evaluate the firm’s understanding of relevant regulations, compliance requirements, and experience navigating applicable regulatory frameworks.

References and Quality of Similar Work
Evaluation Weight: 15 Available Points

Consider the previous experience and references listed in the proposal. Are the firm and team experienced in providing services like those listed in the RFQ. Refer to Exhibit A - Project Experience Matrix.

Key Personnel 
Evaluation Weight: 25 Available Points

Consider comparable experience and background of the specific personnel that shall be assigned to the Project as outlined in the proposal. Also consider the specific involvement of those persons in projects noted in the proposal.

FEDERAL AVIATION ADMINISTRATION SOLICITATION PROVISIONS 

Title VI Solicitation Notice:

The Pennsylvania State University (Sponsor) and the Centre County Airport Authority (Co-Sponsor), in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that for any contract entered into pursuant to this RFP, disadvantaged business enterprises will be afforded full and fair opportunity to submit proposals in response to this RFP and no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award.

Federal Fair Labor Standards Act:

All contracts and subcontracts that result from this RFP 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 Consultant has full responsibility to monitor compliance to the referenced statute or regulation. The Consultant 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.

PROPOSAL DUE DATE AND TIME

Proposals must be received at:

State College Regional Airport

2535 Fox Hill Road

State College, PA 16803

Attn: Mr. Bryan Rodgers, C.M., ACE, Director

No later than 4:00 pm EST on December 12, 2025

The exterior of the envelope shall be marked “UNV Airport Master Plan Update.”

INSTRUCTIONS FOR RESPONDING TO RFP

A proposal must be signed by a duly authorized representative of the Respondent’s firm and contain all information required by the RFP.

The following sets forth the specific items to be included in the proposal. It is the Respondent’s responsibility to follow the instructions and guidelines and provide appropriate response attachments where requested.

The qualifications and experience package should be firmly bound and organized according to the below.

  • Total number of duplexed pages allowed shall not exceed forty (40) pages, excluding the transmittal letter, table of contents, divider pages, and resumés.
  • Proposal font size shall not be less than 11pt.
  • Maximum page size is 8.5” x 11”.

Unnecessarily elaborate brochures or other presentations, beyond what is sufficient to present a complete and effective qualifications package, is not desired and shall not be submitted.

All submittals shall include five (5) complete hard copies and a complete PDF document on five (5) individual USB flash drives.

Any proposal received after the Proposal Due Date and Time will be unopened and returned to the Respondent.

Do not include any type of pricing data or work hours with your qualifications package. Inclusion of pricing data will eliminate your firm from consideration.

Letter of Transmittal

Respondent must submit a transmittal letter on its letterhead offering an overview of the firm, experience, and understanding of the request.

Respondents shall also provide a statement of five hundred words or less describing why your firm and team is the best choice for this Project.

The transmittal letter shall include the following:

  • Reference to the RFP Name.
  • Signed by a representative who is authorized to sign such material and commit the Respondent to the obligation required.
  • Name, title, and contact information of the primary contact for this RFP.

Table of Contents

Proposals shall be submitted as hard copy and compiled PDF with a Table of Contents containing the following sections and page numbers:

Item

Page Number

Letter of Transmittal

-

Table of Contents

i

Project Approach & Understanding

X - X

Public and Stakeholder Engagement

X - X

Regulatory Familiarity

X - X

References and Quality of Similar Work

X - X

Key Personnel

X - X

PROJECT APPROACH AND UNDERSTANDING

Respondents shall provide a clear and concise statement demonstrating their understanding of the scope and objectives of the Airport Master Plan update, consistent with FAA Advisory Circular 150/5070-6B.

The proposal must address the following:

  • Provide a summary of the firm’s proposed project approach and understanding. Identify anticipated challenges specific to the airport or region and describe the firm’s approach to resolving them, if any.

  • Describe the methods used for identifying and addressing existing deficiencies and forecasting future capacity needs.

  • Describe the approach to integrating sustainability, resilience, and emerging aviation technologies (Advanced Air Mobility (AAM), Electric Vertical Take Off and Landing (eVTOL), Unmanned Aerial Systems (UAS) into the Master Plan.

  • Provide an overview of the quality control and assurance process, including measures used to ensure accuracy, consistency, and completeness of deliverables when coordinating with multiple stakeholders.

  • Explain how the final Master Plan will be structured to ensure the ability to implement and align with future funding eligibility under the FAA’s AIP or PennDOT funding programs.

  • Propose at least one innovative, planning element, concept or industry trend that you believe could significantly enhance the airport’s long-term development, operational efficiency, and financial resiliency. This may include technological integration, multimodal connectivity, sustainability, etc.

PUBLIC AND STAKEHOLDER ENGAGEMENT

Describe the strategies employed to respond promptly and accurately to inquiries from the Sponsor, FAA, and key stakeholders.

Specifically address:

  • Path to identify and prioritize key stakeholders.

  • Describe the tools and techniques proposed to engage stakeholder groups, and what if any engagement methodologies will be utilized.

  • How is conflicting input managed during the engagement process?

  • What steps are taken to evaluate and improve communication strategies over time, ensuring they remain effective and responsive to the evolving needs of the project and stakeholders?

REGULATORY FAMILIARITY  

Respondent shall demonstrate a comprehensive understanding of all applicable federal regulations relevant to Airport Master Plans.

In addition, Respondents shall address the following:

  • What strategies are employed to ensure deliverables meet all FAA formatting, technical, and content requirements consistent with FAA Advisory Circular 150/5070-6B, Airport Master Plans?

REFERENCES AND QUALITY OF SIMILAR WORK

List up to five (5) airport master plan or airport master plan update projects which demonstrate competence and ability to perform work like what is required of this Project. Projects completed in the last five (5) years are preferred. Prime consideration will be given to airport planning projects and master plan projects at airports of similar capacity.

Project information shall include:

  • Project name and location.

  • Project Owner and contact person, including name, title, phone number, and email address.

  • Brief description of type and extent of services provided.

  • Percentage of the project for which the named firm was/is responsible.

  • Completion data (actual when available, otherwise estimated)

    • Project Schedule: include both the baseline schedule/estimated date and actual date of final acceptance, explaining any deviations.

  • Any unique problems encountered, and solutions devised over the course of the project’s development and/or implementation.

  • Names of the key personnel who participated in the project and the assigned role for each.

KEY PERSONNEL

Provide an organizational chart identifying the proposed team’s structure and a brief resumé of the key persons employed and being assigned to the Project. Prime consideration will be given to teams with a history of collaboration on similar projects and demonstrated experience with airport master planning. Limit resumés to only those personnel who will have major project responsibilities.

Each resumé must include:

  • Name of each key person or consultant and his/her title.

  • Name of the firm or organization, if any, with whom that individual is presently associated with and primary work location.

  • Project assignment or role which that person will be expected to fulfill in connection with this Project.

  • Years of relevant experience, distinguishing between current and past firm(s).

  • Synopsis of certifications, experience, training, or other qualities, which reflect individual’s potential contribution to this Project.

  • Identify prior similar projects the proposed key personnel have worked together as a team by completing the Project Experience Matrix included as Exhibit A.

  • Also state the current commitment(s) for the personnel proposed for the Project, including the percent complete and anticipated start/completion date.

EXHIBIT A – PROJECT EXPERIENCE MATRIX

To demonstrate the proposed team’s prior experience working together on master plan update projects, please, complete the Project Experience Matrix. Across the top of the form, list up to five (5) relevant projects that illustrate your team’s capabilities, particularly those projects most like the airport planning work under this RFP. Projects should be listed in descending order from most to least relevant.

Along the left side of the form, list the proposed project team members in descending order based on their role and expected level of involvement in this project. Indicate with an “X” where the team member participated in a listed project to show the extent of prior collaboration.

This matrix will help evaluate the team’s familiarity with airports like State College Regional Airport and the team’s ability to work effectively together.

Similar Work #1

Similar Work #2

Similar Work #3

Similar Work #4

Similar Work #5

Key Personnel #1

X

Key Personnel #2

Key Personnel #3

Key Personnel #4

Key Personnel #5

Key Personnel #6