SLED Opportunity · FLORIDA · CITY OF DAYTONA BEACH

    2625RFP - Continuing Services for General Architectural Services

    Issued by City of Daytona Beach
    cityRFPCity of Daytona BeachSol. 239272
    Closed
    STATUS
    Closed
    due Apr 7, 2026
    PUBLISHED
    Mar 3, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    541310
    AI-classified industry

    AI Summary

    The City of Daytona Beach seeks qualified consultants for continuing general architectural services including new construction, park facilities, renovations, and ancillary system designs. Services will be contracted per project as needs arise.

    Opportunity details

    Solicitation No.
    239272
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    March 3, 2026
    Due Date
    April 7, 2026
    NAICS Code
    541310AI guide
    State
    Florida
    Agency
    City of Daytona Beach

    Description

    The City of Daytona Beach is hereby soliciting responses from qualified Consultants to analyze functional and aesthetic programming needs and provide contract bid documents for new building construction, recreational and passive park facilities and existing building renovations and repairs. Secondary services required to be provided by the Architect will include but not limited to design of ancillary systems such as elevators, pedestrian railing and security fencing systems, fire suppression systems, production of conceptual drawings for buildings and activity centers and analysis of alternative concepts.  As the need for architectural services arises, the Consultant will be contacted to discuss the desired project outcome and subsequently provide a scope of work and a fee proposal for each project assignment.

    Project Details

    • Reference ID: 2625RFP
    • Department: Public Works
    • Department Head: David Waller (Public Works Director)

    Important Dates

    • Questions Due: 2026-03-31T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-03-11T14:00:00.000Z — Join: https://teams.microsoft.com/meet/24377762462612?p=ejNQsELqE3v3l4s1uh Meeting ID: 243 777 624 626 12 Passcode: pB9cr7vo Dial in by phone +1 312-667-7230,,896052073# United States, Chicago Phone conference ID: 896 052 073# https://teams.microsoft.com/l/meetup-join/19%3ameeting_M2FhYjRlYWEtYzdjMS00ZTQzLWFjMjQtOGJiMzBjNjFjY2I5%40thread.v2/0?context=%7b%22Tid%22%3a%22112fe1e2-c356-4b5a-885a-669fa41090ef%22%2c%22Oid%22%3a%22c87eed15-230f-4ec1-9c22-f6810ed3a341%22%7d

    Addenda

    • Addendum #1 (released 2026-03-19T17:16:25.942Z) —

      Addendum #1 - 3.19.26 - Clarification Regarding Pre-Bid Meeting Requirement 

    Evaluation Criteria

    • Experience and Past Performance of the Firm (35 pts)

      The Consultant must show experience of the firm working with regulatory and/or other grant agencies as well as with non-grant funded projects to provide the type of service being requested in the following general categories:

        • Architectural design of new buildings and renovations projects and associated ancillary infrastructure systems that have been successfully constructed.
        • Architectural programming, concept development and analysis and innovative approaches to problem solving. 
        • Architectural design of diverse constructed urban projects such as recreational and or passive parks, activity centers/gathering places, projects in coastal marine environments or other Municipal projects that include a diversity of general architectural skills and innovative design approaches.                         

      The Consultant’s past performance on similar projects must be described in detail demonstrating the ability to complete the project. The Consultant will provide a minimum total of three (3) projects, with five (5) needed for maximum consideration, constructed or substantially completed within ten (10) years of the due date of this RFP for each of the three categories that shows their team’s experience.  Each provided project may be presented as addressing service experience in only one (1) general category or a project may be presented as addressing service experience in more than one (1) general category.  It will be clearly noted beside each provided project the service experience general category or categories that it is supposed to address. The Consultant will provide name and current telephone number and other contact information for the client’s immediate project representative, with whom they worked, on each submitted project.

    • Staffing/Team Organization Plan (15 pts)

      The Consultant must show adequacy of key personnel both in numbers and technical capability, to complete the contract if awarded. The Consultant will identify all individuals and sub consultants that will be assigned to provide services as outlined in the RFP and briefly explain why those individuals and sub consultants were selected.  An organizational chart must be provided. The respondent must identify the team leader and primary contact for the Contract as well as the architect of record.  A written statement of commitment to maintain staff of equal or better experience and capability and that meets City approval to perform work during the duration of the Consultant services contract as outlined in the Scope of Services must be provided as a separate paragraph narrative in the proposal.

    • Project Approach (20 pts)

      The Consultant must explain their intended management, public involvement and technical approach to performing the services on projects as outlined in the RFP. The narrative must show the Consultant’s allocation of administrative and technical personnel resources for duration of the projects. Consultants will describe similar approaches implemented and managed for other governmental clients and describes what assistance might be required from the City. The Consultant must include a description of the Consultant’s Quality Assurance (QA) Plan detailing the firm’s approach and procedures to implementing a quality assurance program on the projects.

    • Qualifications of Key Personnel (30 pts)

      The education and career experience of Key Personnel and sub consultants in similar projects as outlined in the Scope of Services must be demonstrated. Key personnel information including licenses and certificates will be included.

    Submission Requirements

    • ACKNOWLEDGEMENT (required)
      • Consultant has completed the information required in this solicitation truthfully.
      • Consultant has had the opportunity to examine the facilities where the Services are to be performed and is fully informed regarding all conditions pertaining to the site(s), if applicable.
      • The solicitation documents have been thoroughly examined, and Consultant is sufficiently knowledgeable of the Services to be performed and/or Commodities to be provided.
      • Consultant hereby agrees to furnish all labor, materials, and equipment required to perform the Services/Commodities in strict accordance with the solicitation and for the fees/pricing as stated in this Proposal Submission.
      • Consultant acknowledges that the Offer may be accepted by the City’s issuance of a Contract to the Consultant, and that if a Contract is issued to Consultant, Consultant will be fully bound by all Contractual terms and conditions set forth therein; provided, however, that if the Solicitation Documents call for alternative Offers, any alternative Offer not specifically accepted the City in the notice of award will not be a part of the Contract.
    • TYPE OF ENTITY (required)

      The Consultant submitting this proposal is: (Select One)

       

    • DESIGNATED REPRESENTATIVE (required)

      Please provide the name, address, cell phone and email address of person who will serve as the designated representative of the Consultant if this RFP is awarded to the Consultant.

       

    • INSURANCE (required)

      Consultant agrees to the insurance requirements stated in the solicitation and if selected will provide a Certificate of insurance within 10 days of receiving a Notice of Intent to Award. Failure to provide stated coverage will result in a non-responsive proposal.

    • W-9 (required)

      Please upload the current W-9 form

    • CERTIFICATION AFFIDAVIT BY PROPOSER AS LOCAL BUSINESS (required)

      Consultant acknowledges the Local Vendor requirements set forth within the Solicitation documents and fully understand these requirements. 

      If Consultant is awarded a contract utilizing Local Vendor Preference, Proposer further understands that failure to notify The City of Daytona Beach of any change in status as a result of an awarded agreement may result in breach.

    • CONFLICT OF INTEREST (required)

      The award of this solicitation is subject to Chapter 112, Florida Statutes. All Consultants must disclose with their response the name of any officer, director, or agent who is also an employee of the City of Daytona Beach.

      Further, all Consultants must disclose the name of any City employee who owns, directly or indirectly, an interest of the Consultant's organization or any of its subsidiaries associated with this project.

      By selecting "NO", Consultant certifies that this bid submission is made without prior understanding, agreement or connection with any corporation, firm or person submitting a proposal for the same services and is in all respects fair and without collusion or fraud. Consultant confirms that conflict of interest as defined in this question does NOT exist.

      Consultant shall select 'YES' if a conflict of interest as defined in this question may exist and shall be further described in the explanation below. Potential conflicts of interest will be subject to futter internal review.  

    • CONFLICT OF INTEREST CONTINUED (required)

      If "NO" was selected for Question No. 7, please write Non-Applicable, or N/A in the space below. 

      If "YES" was Selected for Question No. 7, please provide explanation in the space below.  

    • Non-Collusion Affidavit of the Prime Consultant (required)

      The Proposer that has submitted this Proposal certifies under penalty of perjury that:

      • The Proposer is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal;
      • Such Proposal is genuine and is not a collusive or sham Proposal
      • Neither the said Proposer nor any of its officers, partners, owners, agent, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other Proposer, firm or person to submit a collusive or sham Proposal in connection with the Contract for which the attached Proposal has been submitted or to refrain from Proposing in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any Proposer, firm or person to fix the price or prices or cost element of the proposal price or the proposal price of any other Proposer, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Daytona Beach, FL (Local Public Agency) or any person interested in the proposed Contract;
      • The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Proposer or any of its agents, representatives, owners, employees, or parties in interest, including this affiant.
       

      By checking the box below, the Proposer acknowledges and agrees to the above statement.

    • Public Entity Crime (required)

      Public Entity Crimes - Pursuant to Section 287.133(12)(a) of the Florida Statutes, 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 Submittal Package (Response) on a contract to provide any goods or services to a public entity, may not submit a bond on a contract with a public entity for the construction or repair of a public building or public work, may not submit Submittal Package (Bid Response) 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 Section 287.017 for Category Two ($25,000) for a period of 36 months from the date of being placed on the convicted vendor list. Proposer should read carefully all provisions of 287.133 and 287.134, Florida Statutes (2005).

      By checking the box below, the Proposer represents and certifies under penalty of perjury that the submission of its response/proposal does not violate Section 287.133, Florida Statutes (2005), nor Section 287.134, Florida Statutes (2005) or their successor. In addition to the foregoing, the Proposer represents and warrants that Proposer, Proposer's subcontractors and Proposer's implementer, if any, is not under investigation for violation of such statutes.

    • Scrutinized Companies Certification (required)

      Per State of Florida Statute s. 287.135(5) Suppliers (companies) must acknowledge and agree to the

      'Certification Regarding Prohibition Against Contracting with Scrutinized Companies' paragraph listed below. Proposers shall agree by marking the option below. Proposers neglecting to respond may be disqualified from consideration of award and deemed non-responsive.

      I hereby certify that neither the responding entity, nor any of its wholly owned subsidiaries, majority-owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit have been placed on the Scrutinized Companies That Boycott Israel List created pursuant to s. 215.4725 of the Florida Statutes, or are engaged in a boycott of Israel.

      In addition, if this solicitation is for a contract for goods or services where the total contract value is one million dollars ($1,000,000) or more, I hereby certify that neither the responding entity, nor any of its wholly owned subsidiaries, majority- owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit are on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473 of the Florida Statutes, or are engaged in business operations in Cuba or Syria as defined in said statute.

      I understand and agree that the City may immediately terminate any contract resulting from this Solicitation upon written notice if the responding entity (or any of those related entities of Proposer as defined above by Florida law) are found to have submitted a false certification or any of the following occur with respect to the company or a related entity: (i) it has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, or (ii) for any contract for goods or services of one million dollars ($1,000,000) or more, it has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or it is found to have been engaged in business operations in Cuba or Syria.

      By checking the box below, the Proposer acknowledges and agrees to the 'Certification Regarding Prohibition Against Contracting with Scrutinized Companies.'

    • IDENTICAL TIE OFFERS (required)

      IDENTICAL TIE OFFERS:- If there are two or more Responsive Offers that are identical in price and other evaluation criteria, the tie will be awarded to the following in order of preference: a) the Proposer qualifying for local preference under Code 30-86; b) the Proposer in compliance with the drug free workplace certification requirements set forth in Florida Statutes 287.087; or c) the most Responsible Proposer as defined under the City Code 30-82 (9)(c).

    • DRUG-FREE WORKPLACE CERTIFICATION (required)

      In order to have a drug-free workplace program, a business will:

      1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.
      2. Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violation.
      3. Give each employee engaged in providing the Commodities or contractual Services that are under Offer a copy of the statement specified in subsection 1.
      4. In the statement specified in subsection 1), notify the employees that, as a condition of working on the Commodities or contractual Services that are underbid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendre to, any violation occurring in the workplace no later than five days after such conviction.
      5. Impose sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community, by any employee who is so convicted.
      6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.

      By checking the box below, the Proposer acknowledges and agrees to the 'Drug Free Workplace Certification.'

    • REVISIONS / ADDENDA / QUESTIONS AND ANSWERS (required)

      All answers to questions of substance will be publicly published.

      Participants are required to review all revisions and answers to questions published.

      Revisions within the Solicitation as well as answers to questions posed through the 'Question & Answer' feature are authoritative and shall be considered an addendum to the Solicitation.

      All information in this Solicitation, including that provided through the 'Question and Answer' feature are incorporated into the Solicitation or any Contract resulting from this Solicitation.

      By checking the box below, participants are confirming that they have reviewed revisions and all answers to questions published and any Addenda up until the bid closing date and have given consideration to all information in preparing your response to this solicitation.

      Selecting YES will serve as your electronic signature of acknowledgement.

    • ANTI-HUMAN TRAFFICKING (required)

      Execution of this Contract shall require the Consultant to attest, under penalty of perjury, that the Consultant does not use coercion for labor or service as defined in Section 787.06(2), F.S. The Consultant shall execute a Human Trafficking Affidavit as a condition of the Contract. 

    • SAM.gov (required)

      Do you have an active registration with Sam.gov?

    • SAM.gov (Continued)

      If yes to question above, please upload Sam.gov credentials HERE.

    • SUBMISSION (required)

      UPLOAD RFP RESPONSE HERE! 

    • Short Description of Scope (required)

      Please provide a short scope description for the project to be inserted into the following sentence:

      The City of Daytona Beach is hereby soliciting responses from qualified firms to provide _________________.

    • Pre-Proposal Conference (required)

      Please select from the options below:

    • Term Contract (required)

      Will this Project result in a Term Contract?

    • Initial Contract Term (required)

      Please enter the initial term of the contract per the formatting examples below.

      Format example: "six (6) months" or "two (2) years"

    • Price Redetermination (required)

      Will this Term Contract include a Price Redetermination Clause?

    • Producer Price Index

      Please enter the Producer Price Index (PPI) for the goods or services being purchased per the formatting example below.

      Format example: "Measuring, dispensing, and other pumping equipment mfg, Domestic water systems – PCU333914333914111"

    • Renewal Options (required)

      Will this Contract contain options to renew the Contract after the initial term?

    • Number of Renewal Options (required)

      Please enter the number of the renewal options per the formatting example below.

      Format example: "two (2)"

    • Renewal Option Term (required)

      Please enter the term of each renewal per the formatting examples below.

      Format examples - "one (1) year" "two (2) years"

    • Applicable Bonds (required)

      Please select the required bonds applicable to this Project below. If bonding is not required, please select N/A.

    • Florida Department of Transportation (FDOT) (required)

      Are Florida Department of Transportation (FDOT) special terms applicable to this Project?

    • LAP Agreement Number (required)

      Please provide the applicable LAP Agreement Number to enable the Vendor to complete the Equal Opportunity Compliance (EOC) Bidders Opportunity List (BOL). If not applicable, type N/A.

    • Local Preference (required)

      Is Local Preference applicable for this Project?

    Questions & Answers

    Q (Tabs 3 & 5 Clarification): Due to the nature of the continuing services agreement, what is expected to be included within Tab 5 "FEE PROPOSAL," of the response? The same also applies to Tab 3's "PROJECT APPROACH," fourth bullet point, projected timeline/schedule.

    A: Please see updated Proposal Submittal and Requirements section. We've updated it to align with the Evaluation Criteria requested.


    Key dates

    1. March 3, 2026Published
    2. April 7, 2026Responses Due

    AI classification tags

    Frequently asked questions

    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

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.