SLED Opportunity · CALIFORNIA · COUNTY OF NAPA, CA

    Backflow Device Testing and Reporting Services - Correctional Facility

    Issued by County of Napa, CA
    countyRFPCounty of Napa, CASol. 246971
    Closed
    STATUS
    Closed
    due Apr 17, 2026
    PUBLISHED
    Mar 18, 2026
    Posting date
    JURISDICTION
    County of
    county
    NAICS CODE
    238220
    AI-classified industry

    AI Summary

    Napa County seeks proposals for backflow device testing and reporting services at its Detention and Rehabilitation Center. The contract is for 5 years starting July 2026, requiring a California C-36 Plumbing License and DIR registration. The RFP emphasizes company qualifications, service approach, and pricing.

    Opportunity details

    Solicitation No.
    246971
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    March 18, 2026
    Due Date
    April 17, 2026
    NAICS Code
    238220AI guide
    Jurisdiction
    County of Napa, CA
    Agency
    County of Napa, CA

    Description

    The Napa County Department of Corrections is issuing this Request for Proposal (RFP) seeking proposals from qualified contractors to provide contract pricing for backflow device testing and reporting services at the Napa County Detention and Rehabilitation Center located at 2210 Napa Vallejo Highway, Napa, CA.  The selected contractor will provide the County with annual routine services and non-routine services at the jail. For details on the requested services, see the full Scope of Work.
     
    A California C-36 Plumbing Contractor License is required. Registration with the California Department of Industrial Relations (DIR) is required.
     
    The term of agreement is anticipated to be five (5) years, comprised of an initial three (3) year term with the provision of two (2) additional one (1) year terms. The agreement and services start date is anticipated to be July 1, 2026.

    Background

    This RFP and any potential agreement is taking place in parallel with the Napa County Department of Public Works for various county facilities. The RFP for the Napa County Department of Corrections is only for the facility located at 2210 Napa Vallejo Highway, Napa, CA. This Corrections RFP must be a separate RFP than the RFP for various county facilities. The reason is that the new Napa County Detention and Rehabilitation Center was built using state bonds. All agreements for any third party conducting business in the jail must have those agreements reviewed and approved by the state Bureau of Community Corrections and State Public Works Board.  For reference, the Public Works RFP is RFP number is PW032601. Respondents may respond to both RFPs. For reference, the correctional facility RFP is RFP number CORR032601.

    Project Details

    • Reference ID: CORR032601
    • Department: Corrections
    • Department Head: A.J. Alarcón (Department Head)

    Important Dates

    • Questions Due: 2026-03-26T23:00:49.634Z
    • Answers Posted By: 2026-04-02T23:00:03.633Z

    Addenda

    • Addendum #1 (released 2026-04-02T21:42:16.651Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

      Clarified that for non-routine service (and for all other service within this RFP) the only location that will need service is the facility located at 2210 Napa-Vallejo Highway, Napa, CA 94558.

    Evaluation Criteria

    • Company Overview (10 pts)
      1. Provide a description and brief history/background of your company. Include the number of years in business; list of owners; board of directors, if applicable; key company personnel; total number of employees in the company; total number of employees working out of the office, warehouse, or depot from where services for this agreement will originate; number of staff who provide backflow device services company wide; number of staff who will provide backflow device services working out of the office, warehouse, or depot from where services for this agreement will originate; and number of staff who will support invoicing and accounting for this agreement.
      2. Provide your company's definition and parameters for regular, overtime, and double time labor hours.
      3. Describe any environmentally sustainable business practices that your company utilizes, whether in the office or in the field.
      4. Demonstrate compliance with the California Air Resources Board (CARB) Advanced Clean Fleet Regulatory program. For more information, please visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets. If not applicable, please indicate so.
    • Background, Experience, Qualifications, Technical Capabilities (30 pts)
      1. Describe your company's background, experience, qualifications, technical capabilities, and expertise providing backflow device services. Experience and qualifications of key field personnel should be included.
      2. List your company’s current licensing, registrations, and certifications, including certification in compliance with State Water Resources Control Board policy for backflow testers and technicians.
      3. Provide examples of services that your company and team members are successfully working on or have completed within the past 3 years similar in scope of work to this RFP. Any current or past contracts with government agencies can be listed and described in this section.
      4. Describe your company’s employee training and safety programs.
    • Offered Services and Approach to Scope of Work (20 pts)
      1. Provide a detailed description of your company’s offered services and approach to the scope of work. Attention to the details provided in the Scope of Work should be considered with your response. If applicable, please identify any service in the scope of work you intend to subcontract and identify the intended subcontractor(s), and the nature and quality of the past working relationship(s).
      2. Describe your customer service approach and process, including your ability to provide an assigned and dedicated account representative for the service agreement, ability to invoice locations separately, your approach to responding to invoicing and accounting questions or discrepancies, and your approach to responding to and scheduling service requests. Also include your emergency response process, availability, and response times.
    • Pricing-Rate Proposal (40 pts)

      Based on submitted rate sheet. See Vendor Submissions.

    Submission Requirements

    • Cover Page and Company Information (required)

      See Organization of Proposal and Project Organization Requirements for Required Information.

    • Company Experience, Qualifications, and Approach to Scope of Work (required)

      See Evaluation Criteria for required information that must be provided.

    • Pricing-Rate Proposal (required)

      Submit a rate sheet reflecting your company's proposed rates effective 7/1/2026 as related to the Scope of Work. Upload rate sheet here.

      Provide rates for backflow testing and reporting services, including associated fees or charges, if applicable. Also provide rates for additional backflow device services including repairs. Provide overtime and double time rates for services.

      Payment of California Prevailing Wage is required.

    • References (required)

      Provide a minimum of three (3) current references for which your agency has provided services similar to those described in this Request for Proposals. References shall include entity, contact name, address, title, phone number, and term of contract.

      The County reserves the right to contact references not provided in the submittals.

    • You are required to disclose any alleged significant prior or ongoing contract failures, any civil or criminal litigation or investigation pending which involves the Proposer or a verification. (required)

      Failure to comply with the terms of this provision may disqualify any proposal. The County of Napa reserves the right to reject any proposal based upon the Proposer’s prior history with the County of Napa or with any other party, which documents, without limitation, unsatisfactory performance, significant failures to meet contract milestones or other contractual failures. 

      Please disclose below. If you have no disclosures to report please write that you have no reportable disclosures.

    • The proposer accepts the County’s standard Agreement for Minor Construction, Repair or Maintenance; and is willing and able to meet the County’s insurance requirements, found in the draft agreement. See Section IV, V, and Exhibit C. (See Attachment B) (required)
    • If no was selected, please provide reasons/exceptions: (required)

      Agreement for Minor Construction, Repair or Maintenance: Respondents should clearly note in their proposals whether they take exception to any of the agreement requirements and should include a detailed explanation of the reason for the exception and a counterproposal or alternative suggestion(s) for the County’s review. However, after review of any respondent’s exceptions, the County reserves the right to reject any and all exceptions taken to the County’s agreement.

      Insurance: Respondents who are unable to meet all the County’s insurance requirements may submit with their proposal an alternative plan for obtaining insurance that will adequately mitigate the risks associated with providing the services. Any alternative insurance coverage request is subject to review and approval by County Counsel and the County’s Risk Management Officer.

      Failure to meet the County’s insurance requirements (as determined by County Counsel and County Risk Management) may be sufficient reason for disqualification from the selection process.

    • Provide the California Department of Industrial Relations (DIR) registration number of the proposer and all proposed subcontractors. Failure to provide Proposer's valid DIR registration number will disqualify respondent. (required)
    • Provide the California C-36 Plumbing Contractor License number of the proposer and all proposed subcontractors. (required)
    • What is the estimated end date of the awarded contract? (required)

      Ex. May 4, 2025

    • What is the not to exceed project value? (required)

      Ex. $10,000

    • Federal Funds may or will be used. (required)

    Key dates

    1. March 18, 2026Published
    2. April 17, 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.