Active SLED Opportunity · FLORIDA · BAY COUNTY, FL
AI Summary
Bay County, FL seeks proposals for construction and deployment of prefabricated concrete artificial reef modules as part of the Natural Resource Damage Assessment Early Restoration Phase IV project. The project includes detailed design, deployment, and evaluation criteria with a mandatory pre-bid meeting and submission deadline on May 19, 2026.
The Bay County Board of County Commissioners, “County” is seeking proposals from qualified vendors for the Bay County Artificial Reef Program Natural Resource Damage Assessment Early Restoration Phase IV Artificial Reef Project. The project consists of construction and deployment of multi-sided, prefabricated polyhedral concrete artificial reef modules weighing at least 4,000 pounds. The prefabricated polyhedral concrete modules must abide by the Type I and Type II specifications.
a. Describe the qualifications and demonstrate the ability to implement and administer the project. The Contractor must provide the following information:
i.) Minimum of three reference names, one of which must be the client from a previous artificial reef project. Addresses and phone numbers must be provided for each reference. Higher quality artificial reef project references are preferred.
ii.) Number of years of involvement in marine construction projects and the number, name, location, description, cost, and year of artificial reef construction projects successfully completed. Greater amount of artificial reef projects in the past 5 years are preferred.
Describe detailed specifications of the module designs proposed to be deployed.
Vendors must provide a concise description of the material being submitted and must also submit a clear deployment plan detailing the processes by which the pre-fabricated concrete structures will be loaded, transported, and deployed to the respective LAARS B reef locations. Submissions should include all relevant pictures/drawings, supporting literature for design, size, and weight of materials.
i.) Detailed description and specifications of modules. Describe the module dimensions, weight, and the composition of each component of each module design including wall thickness, what type of material reinforces the module’s concrete walls and how and with what material the separate parts of the module are secured to each other. Submit scale engineering drawings (top, side, bottom view’s) of each module design proposed. Module descriptions exhibiting the greatest detail and performance potential are preferred.
ii.) Footprint - Provide the area in square feet of the base of each module design proposed. Large footprints are preferred.
iii.) Surface area - Specify the external surface area exposed in the water column (not covered by seafloor) in square feet of each module type to be deployed, and the combined average total top outside surface area for each module design. Indicate if any material enhancements that will be attached to the module surface such as stone, shell, etc. Greatest amount of surface areas and material enhancements are desired.
iv.) Height - Identify the maximum height of each type of module to be deployed. Greatest heights meeting specifications and restrictions are desired.
v.) Lifting and placement mechanism. Describe how each module is designed to be lifted and released on the bottom in straight lines within 50 feet of the designated coordinates for each module. Describe how the lifting lines and/or straps will be temporary/removable.
vi.) Demonstrate stability of each module design. Documentation of past performance is preferred.
vii.) Demonstrate durability of each module design. Documentation of past performance at similar deployment depths is preferred.
viii.) Tendency to subside. Demonstrate the tendency of each module design to subside. Describe any module design elements intended to reduce subsidence. Documentation of past performance and designs with minimal subsidence at similar deployment depths and similar substrate type are preferred.
ix.) Depth and composition of pilings (when applicable). Identify the dimensions and composition of the pilings to be used in the module design and describe the depth and methods which the piling will be embedded in the sea floor. Material compositions of greatest durability are preferred. Piling depths exceeding minimum specifications are also desirable.
a. Provide the total number of estimated days at sea and associated vessel loading days that will be required to complete the project prior to the contract expiration date. Shortest periods of time and earliest completion dates are preferred.
b. Provide the number of estimated days required to manufacture the modules (if not already manufactured). Shortest periods of time are preferred.
c. Provide a schedule factoring in weather, availability of equipment, materials and other commitments commencing from the anticipated date of contract execution to estimated completion of the operation. Shortest periods of time are preferred.
d. Describe the step-by-step tasks of procuring, loading, moving, transporting, handling and deploying the selected modules through the time the modules are placed on the bottom. Proven methods are preferred.
e. Describe how the modules will be safely transported to the reef construction site, including how the modules will be secured for transit to the deployment site.
f. Describe the proposed anchoring system and the proposed method to accurately deploy the modules at the designated coordinates. Describe how coordination with designated County observers will be maintained. Methods with the greatest degree of safety and protection are preferred. Greatest anchoring and deployment methods to ensure placement accuracy are favored.
a. Describe the resources available to successfully complete deployment of all proposed modules. The contractor must provide the following information:
i.) The staging site where the units will be kept and made available for inspection prior to deployment. High site capability and accessibility for inspection by the County is preferred.
ii.) The specifications (load capacity, vessel type, etc.) of the vessel/barge, and crane, and other equipment that will deploy the modules, and the port(s) they will be operating from. Well maintained equipment showing greatest capabilities and dependability are preferred.
iii.) The specification (load capacity, vessel type, etc.) of the tugboat and/or other support vessels that will deploy the modules, and the port(s) they will be operating from. Well maintained vessels showing greatest capability and dependability are preferred.
Iv.) The GPS specifications and methods to be used to deploy materials at the target locations and the anticipated deployment accuracy of module placement in relation to the target coordinates. Equipment redundancy and installations with the least offset distances are preferred. Methods and procedures assuring greatest placement accuracy are preferred.
a. The Respondent submitting the lowest average per unit price will receive the maximum points for the cost element of the evaluation. The other Respondents’ scores will be based on a relative percentage of the dollar amount higher than the lowest price.
b. The Price points will be determined in accordance with the following formula:
Lowest “per unit” price received divided by Respondent’s “per unit” price multiplied by total possible points for price.
Please Upload your COMPLETE response, including any and all required forms listed in the solicitation and the corresponding attachments.
Will there be an evaluation committee to review the proposals and score them based on weights and multiple criteria?
Select the information you would like display.
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
AI-powered intelligence for the right opportunities, the right leads, and the right time.