SLED Opportunity · OHIO · SOUTHWEST OHIO REGIONAL TRANSIT AUTHORITY

    Bus Batteries

    Issued by Southwest Ohio Regional Transit Authority
    localRFQSouthwest Ohio Regional Transit AuthoritySol. 240688
    Closed
    STATUS
    Closed
    due Apr 2, 2026
    PUBLISHED
    Mar 3, 2026
    Posting date
    JURISDICTION
    Southwest Ohio
    local
    NAICS CODE
    335911
    AI-classified industry

    AI Summary

    SORTA seeks qualified vendors to supply bus batteries for a two-year contract period. Bids are invited under an Invitation For Bid process.

    Opportunity details

    Solicitation No.
    240688
    Type / RFx
    RFQ
    Status
    open
    Level
    local
    Published Date
    March 3, 2026
    Due Date
    April 2, 2026
    NAICS Code
    335911AI guide
    State
    OHIO
    Agency
    Southwest Ohio Regional Transit Authority

    Description

    The Southwest Ohio Regional Transit Authority (SORTA) is seeking bids from qualified vendors to provide bus batteries, per the specifications provided in the scope of work, for a contract period of two (2) years.

    Background

    The Southwest Ohio Regional Transit Authority (“SORTA”), commonly known as Cincinnati Metro, is a regional transit authority established pursuant to Section 306.30 et seq. of the Ohio Revised Code. As such, SORTA is a political subdivision of the State of Ohio.

    SORTA delivers a range of public transportation services, including fixed-route mass transit, paratransit, and micro-transit. Its service area encompasses the City of Cincinnati, Hamilton County, and portions of Butler, Clermont, and Warren Counties.

    SORTA operates 48 fixed bus routes, utilizing a fleet of approximately 300 transit buses. In addition, it provides paratransit services with a fleet of 60 vehicles and micro-transit services with 30 vehicles, ensuring accessible and flexible transportation options across the region.

    Project Details

    • Reference ID: 028-2026
    • Department: Maintenance
    • Department Head: Jeff Mundstock (Director Fleet Facilities)

    Important Dates

    • Questions Due: 2026-03-10T18:00:00.000Z
    • Answers Posted By: 2026-03-17T20:00:00.000Z

    Addenda

    • Addendum #1 (released 2026-03-03T17:25:04.908Z) —

      Vendor Questionnaire has been update with correct documents

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

    • Addendum #2 (released 2026-03-10T17:16:16.240Z) —

      Update to Bid Pricing Form to add "Notes" column for any additional charges (i.e., core charge). 

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

    • Addendum #3 (released 2026-03-10T20:02:58.390Z) —

      Q&A Report

    Evaluation Criteria

    • Bid Preparation Cost

      SORTA will not reimburse proposers for any costs incurred in the preparation and submittal of proposals or participation in the evaluation and negotiation process.

    • OVERVIEW

      The Southwest Ohio Regional Transit Authority (SORTA) is seeking a vendor to furnish three (3) models of bus batteries for a period of two (2) years.

    • SPECIFICATIONS

      MODEL #908D/T978:

      The battery currently approved for use by SORTA is manufactured by East Penn Manufacturing Model #908D/T978.

      • This battery is manufactured under several names such as DEKA.
      • Other battery names will be accepted as long as the manufacturer is East Penn, and the specifications are the same.

      Minimum Requirements:

      • Cranking amps at 32° F: 1700           
      • Cranking Performance amps at 0° F: 1400 CCA
      • Reserve Capacity shall be 430 minutes at 25A
      • Rated Capacity in amp hours at 20-hour rate: 185

      MUST BE and/or HAVE THE FOLLOWING:

      • Wet type
      • Closed post
      • Handles: Heavy-duty steel drop type or the nylon rope type normally used for this purpose
      • One piece end terminal assemblies with 3/8” standard thread studs and zinc coated 3/8” hex nuts. The end terminals should extend down along the side of the battery so as to not be connected on top of the battery, but on the side.  
      • Solid one-piece cover

      12V MAINTENANCE FREE ODYSSEY EXTREME ODX-AGM31:

      Other battery names will be accepted as long as they are approved by SORTA, and the specifications are the same.

      Minimum Requirements:

      • Cranking amps at 32° F: 1370
      • Cranking Performance amps at 0° F: 1150 CCA
      • Reserved Capacity shall be 220 minutes
      • Positive Terminal Location: Top Left

      12V BBH8F001AA/49AGM:

      Other battery names will be accepted as long as they are approved by SORTA, and the specifications are the same.

      Minimum Requirements:

      • Cranking amps at 32° F: 1000 minimum
      • Cranking Performance amps at 0° F: 800 minimum
      • Reserved Capacity shall be 160 minutes minimum
      • Positive Terminal Location: Top right front

      No other batteries will be accepted by SORTA, unless approved through a testing process to assure acceptable quality.

      All samples must be furnished to SORTA within three (3) business days from SORTA’s request.

      SORTA's decision on accepting the sample for approval shall be in its sole and uncontrolled discretion and shall be final.

      EACH BATTERY SHALL HAVE A LABEL (OR ENGRAVING) PERMANENTLY AFFIXED TO IT WHICH IDENTIFIES THE NAME OF THE BATTERY MANUFACTURER AND MANUFACTURER’S DATE CODE.

    • Requests for Clarification/Questions

      Any questions regarding this solicitation shall be submitted through the e-Procurement Portal no later than 2:00 pm on Tuesday, March 10, 2026 (EST). Telephoned questions will not be accepted. Proposers shall not contact any other SORTA personnel regarding any aspect of this solicitation. Any proposer found to have had such contact shall be barred from participation in this solicitation and any subsequent contract, either as a prime contractor or subcontractors.

      SORTA anticipates that responses to questions submitted will be provided to all known proposers by 4:00 pm on Tuesday, March 17, 2026. If the responses materially alter the terms of this solicitation, they will be incorporated in an amendment to the solicitation. No communication by SORTA or any of its Trustees, officers, employees, agents or representatives shall alter the terms of this solicitation or bind SORTA in any manner, unless incorporated in such an amendment.

    • Revisions and Amendments to the Solicitation

      SORTA reserves the right in its absolute discretion to revise or amend this Solicitation, including the Scope of Work, up to the time set for receipt of Bids. Any such revision or amendment, if any, will be sent via email to all Bidders who have downloaded a copy of this Solicitation from the e-Procurement Portal. Bidders shall acknowledge any and all addenda electronically via the e-Procurement Portal as part of their bid package.

    • DELIVERY

      Vendor may deliver the quantity of batteries ordered at once; however, not less than 10% of estimated quantity MUST BE DELIVERED within seven (7) days from the order date.

      The difference MUST BE DELIVERED within 14 days from the order date.

    • QUANTITIES

      This is an Indefinite Delivery Indefinite Quantity type contract (IDIQ). The quantities and deliveries cannot be determined at this time.

      SORTA estimates approximate quantities to be ordered annually. Quantities are only an estimate and is not binding within the contract with the selected vendor.

       

    • PLACE OF PERFORMANCE

      Deliveries will be made to the below locations, purchase orders will identify delivery location and quantity.

      Queensgate: 1401 Bank St., Cincinnati, OH 45214

      Bond Hill: 4700 Paddock Rd., Cincinnati, OH 45229

      Deliveries shall be made between the hours of 8:00 A.M. and 2:00 P.M. (Excluding 11:30 A.M. to 12:00 Noon) Monday through Friday, excluding holidays.

    • Bid Preparation

      The complete bid package for this solicitation consists of an electronically completed Bid Pricing Form together with the documents specified here:

       

      1. Bid Pricing Form
        1. The Bidder shall complete the Bid Pricing Form, including submittal of pricing in the spaces provided. Use of any other form or format shall disqualify the bidder unless otherwise noted in this solicitation
        2. The prices submitted within the Bid Pricing Form shall include everything necessary to complete the project in accordance with the Scope of Work and the General Terms and Conditions set forth in this IFB.
        3. A detailed pricing sheet of all cost breakdown may be requested at any time. 
        4. Pricing shall remain valid for no less than 120 days
      2. Certification Forms
        1. Certification Regarding Debarment, Suspension and Other Responsibility Matters
        2. Personal Property Tax Affidavit
        3. Certification of Restrictions on Lobbying
      3. Documents for Construction Projects 
        1. Buy America if applicable
        2. Bid Bond if applicable
        3. Prevailing Wage Rates 
      4. Acceptance of Terms and Conditions
    • DISPOSITION OF BATTERIES

      Vendor shall warrant that the scrap batteries received from SORTA will be stored, transported, salvaged, disassembled, disposed of, and in every other respect handled by vendor or by any other person in full compliance with all federal, state, and local laws and administrative regulations which may be applicable.

      These laws and regulations include, without limitation, laws and regulations for the protection of the environment and laws and regulations governing possession, safeguarding, transporting, processing, and disposition of hazardous waste.

      In addition, the vendor shall hold SORTA harmless from and indemnify it against any liability of SORTA arising out of all such laws and regulations, whether based upon negligence, strict liability, or any other legal theory.

      Such liability includes, without limitation, all costs of defense, settlement of claims, costs of redemption, testing, and monitoring, and further includes without limitation, all costs of defense, settlement of claims, costs of remediation, testing, and monitoring, and further includes without limitation judicial and administrative liability under statutes and regulations relating to the protection of the environment, and in particular, liability under Section 107 of the Comprehensive Environmental Response, Compensation and  Liability Act  (CERCLA), 42 U.S.C. 9607.

      Within ten (10) days after each pick up of the scrap batteries from SORTA, vendor shall provide SORTA with a disposition manifest.

    • Submission of Bids

      Bid package must be received by SORTA via the e-Procurement Portal website (https://procurement.opengov.com/portal/go-metro) no later than the bid submission due date and time specified in the Introduction section or as amended.

      The Southwest Ohio Regional Transit Authority (SORTA) will accept only electronic submittals through the e-Procurement Portal at https://procurement.opengov.com/portal/go-metro in response to this solicitation. No hard copy submittals will be accepted. Any required notarizations shall be by a licensed notary or an online notary pursuant to Ohio Revised Code Section 147.60 et seq.; a listing of such notaries may be found on the Ohio Secretary of State website:

      Online Notary Search

      Proposals must be received no later than 2:00 pm on Thursday, April 2, 2026 (EST). Late proposals will not be accepted, except as described below. 

    • ACCEPTANCE BY SORTA

      NOTE: PLEASE READ THIS SECTION VERY CAREFULLY. INFORMATION BELOW IS VERY IMPORTANT

      • All new batteries delivered from the vendor will be tested by SORTA for their state of charge.
        • This test will be performed within 72 hours of delivery.
        • Batteries that meet SORTA’s acceptance criteria, as stated below, will be deemed acceptable by SORTA.
        • Batteries that fail to meet the test specifications will be deemed as “unacceptable” and returned to the vendor for replacement or credit.

      ACCEPTABLE BATTERY TEST RANGE:

      Hydrometer Test:         1.260-1.280 Specific Gravity (<25 gravity point variation)

      Voltmeter Test:             12.6 Volts Minimum

      Carbon-pile Load Test:  9.6 minimum after 15 seconds

    • Bid Modification or Withdrawal

      Prior to the bid submission due date, Bids may be modified or withdrawn by the Bidder electronically via the e-Procurement Portal. Any such modification must be delivered in the manner for submission of Bids as set forth above, and received by SORTA by no later than the bid submission due date and time specified in the Introduction Section. If withdrawal is timely received, SORTA shall acknowledge the request for withdrawal of Bid. If a modification is timely received by SORTA prior to the date and time set for the receipt of Bids, then that modification will be considered by SORTA as a part of the original Bid.

    • Late Bids

      Any bid modification, or revision, that is received through after the exact time specified for receipt of bid is “late” and will not be considered.

      Any submission received after the exact date and time specified will not be considered unless it is received before award is made, the contracting officer determines that accepting the late proposal would not unduly delay the acquisition; and there is acceptable evidence to establish that an error occurred while attempting submission prior to designated time for receipt of bids; or it was the only bid received. However, a late modification of an otherwise successful bid that makes its terms more favorable to SORTA, will be considered at any time it is received and may be accepted.

      Any bid that is received outside of the e-Procurement portal https://procurement.opengov.com/portal/go-metro. for the receipt of such bids after the exact time specified is will not be considered, unless:

      • Acceptable evidence to establish an error occured prior to the time of receipt and shows electronically the bid being uploaded in the e-Procurement Portal was unsuccessful due to system error
      • If an emergency or unanticipated event interrupts normal SORTA processes, so that bids cannot be received in the SORTA e-Procurement portal designated for receipt of proposals by the exact time specified in the solicitation and urgent SORTA requirements preclude amendment of the solicitation closing date, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the solicitation on the date to be determined by SORTA.

      Bidders may withdraw a bid or modification thereof electronically via the e-Procurement Portal at any time prior to the time specified for receipt of proposals or modifications. A bid or modification may be resubmitted prior to the time specified for receipt.

       

    • WARRANTY

      All batteries must include a warranty that covers a minimum of two (2) years.

    • MetroMAX Small Business Mission Statement

      The Southwest Ohio Regional Transit Authority (SORTA) has established a Small and Disadvantaged Business Enterprise program that encourages diversity and inclusion on all contracts. It is the policy of SORTA to promote equal opportunity and fairness in all its procurement matters, in accordance with state and federal laws, so that small and disadvantaged businesses have an equal opportunity to receive and participate in all contracts. It is also our policy to:

      1. Ensure nondiscrimination in the award and administration of contracts;
      2. Create a level playing field on which small and disadvantaged businesses can compete fairly for SORTA contracts;
      3. Help remove barriers to the participation of small and disadvantaged businesses in SORTA contracts; and
      4. Assist the development of firms that can compete successfully in the marketplace outside of SORTA’s small and disadvantaged business program.

      SORTA is committed to fostering small and disadvantaged business participation in contracting opportunities. As such, bidders/proposers are expected to make reasonable efforts to support inclusivity in staffing and subcontracting, to support SORTA’s mission.

    • Verification of Proposer Responsibility

      SORTA may undertake such investigations as it deems necessary to determine the ability of each Proposer to perform the work, and the Proposer shall furnish to SORTA all such information and data as SORTA may request for this purpose. SORTA reserves the right to reject any proposal if the evidence submitted by, or investigation of, such proposer fails to satisfy SORTA that such proposer is properly qualified to carry out the obligations of the contract and to complete the work required, hereunder. SORTA may require the proposer to submit any of the following information as part of the evaluation process:
      (1) proposer’s performance record;
      (2) proposer's certified, audited financial statements for up to three (3) prior years; and
      (3) such additional information as will satisfy SORTA that the Proposer is adequately prepared to fulfill the contract.

      SORTA also reserves the right to verify a proposer’s indirect cost rates, such as provisional overhead (burden) and General & Administrative (G&A) rates, before or after award of a contract. In this connection, SORTA may request the proposer to provide copies of undisputed audits of the proposed by
      (1) other FTA grantees;
      (2) the federal government; or
      (3) state government.

    • Award

      The Contract will be awarded to the responsible Bidder(s) submitting the lowest offer. SORTA reserves the right to accept or reject any or all bids in their entirety or in part, to waive informalities and minor irregularities and to contract as the best interest of SORTA may require.


      Bids will be evaluated on vendor’s responsiveness and responsibility. A responsive bid conforms, in all material respects, to the requirements of the solicitation. Bids will be evaluated to determine the responsible bidder submitting the lowest responsive bid. In determining responsibility, the following elements shall be given consideration in addition to price:

      1. The character, integrity, reputation, judgment, and efficiency of the bidder;
      2. The bidder is neither debarred nor suspended from Federal, State or local programs;
      3. The bidder is in compliance with the Common Grant Rules’ affirmative action and FTA’s Disadvantaged Business Enterprise requirements or another State or local programs as they apply;
      4. The bidder is in compliance with the public policies of the Federal Government, as required by 49 U.S.C. Section 5325(j)(2)(B) or other State or local policies as they apply;
      5. The bidder has the necessary organization, experience, accounting, and operational controls, and technical skills, or the ability to obtain them, in compliance with 49 U.S.C. Section 5325(j)(2)(D) or as required in the Work Scope to perform the service or work;
      6. The bidder is in compliance with applicable licensing and tax laws and regulations;
      7. The bidder has, or can obtain, sufficient financial resources to perform the contract, as required by 49 U.S.C. Section 5325(j)(2)(D);
      8. The bidder has, or can obtain, the necessary production, construction, and technical equipment and facilities,
      9. The bidder is able to comply with the required delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments, and;
      10. The bidder is able to provide a:
        1. Satisfactory current performance record, and
        2. Satisfactory past performance record in view of its records of long-time performance or performance with a predecessor entity, including:
          • Sufficient Resources. Key personnel with adequate experience, a parent firm with adequate resources and experience, and key subcontractors with adequate experience and past performance,
          • Adequate Past Experience. Past experience in carrying out similar work with particular attention to management approach, staffing, timeliness, technical success, budgetary controls, and other specialized considerations as described in the recipient’s solicitation, and
          • Any Past Deficiencies Not the Fault of the Bidder. A prospective bidder that is or recently has been seriously deficient in contract performance is presumed to be non-responsible, unless SORTA determines that the circumstances were properly beyond the bidder’s control, or unless the bidder has taken appropriate corrective action. Past failure to apply sufficient tenacity, perseverance, and effort to perform acceptably is strong evidence of non-responsibility. Failure to meet the quality requirements of a contract is a significant factor to consider in determining satisfactory performance.
      11. The Bidder’s compliance with contract terms;
      12. Such other information as may be secured having a bearing on whether the bidder is responsible and has submitted a responsive bid.

       

    • Protests

      SORTA’s policy and procedure for the administrative resolution of protests is set forth in §3.10 of SORTA’s Procurement Procedures Manual (PPM). The PPM contains rules for the filing and administration of protests. SORTA shall furnish a copy of §3.10 upon request. The policy and procedure is available on SORTA’s website at

      Microsoft Word - Metro Protest Procedure (9.23)

      An interested party wishing to protest a matter involving a proposed procurement or contract award, shall file a written submission with the Director of Procurement by certified mail or other delivery method by which receipt can be verified. Electronic submission of protests is not acceptable unless an original signed copy of the protest is received by the Director within 24 hours (not including weekends and holidays) after receipt of the electronic copy.

      The Director may, however, permit the electronic provision of supplemental information after the initial protest submittal. The protest shall include, at a minimum:

      The name and address of the protesting party and its relationship to the procurement sufficient to establish that the protest is being filed by an interested party;

      • Identity of the contact person for the protestor, including name, title, address, telephone, fax and e-mail addresses. If the contact point is a third party representing the protester, the same information must be provided, plus a statement defining the relationship between the protester and the third party;
      • Identification of the procurement;
      • A description of the nature of the protest, referencing the portion(s) of the solicitation involved;
      • Identification of the provision(s) of any law, regulation, or other governance upon which the protest is based;
      • A compete discussion of the basis for the protest, including all supporting facts, documents or data;
      • A statement of the specific relief requested.

      The protestor is solely responsible for the completeness and validity of the information provided. Any documents relevant to the protest should be attached to the written submission. Documents which are readily available on the Internet may be referenced to an appropriate link.

    • Confidential Information

      All proposals and documents submitted in response to this IFB are subject to the disclosure provisions of the Ohio Public Records provisions of Ohio Revised Code Chapter 149.43.  Proposers should be mindful to avoid providing proprietary information such as trade secrets copyrighted material, or other information of a sensitive or confidential nature.  Any such information that is determined to be necessary in order to respond adequately and competitively must be placed at the end of the designated section of the Proposal for easy reference and removal.  Any blanket claim of exemption from disclosure or inclusion in a claim for disclosure of information, which is patently subject to disclosure, or any other such claim which may constitute an abuse of the right of exemption may, at SORTA’s sole discretion, render the entire proposal subject to disclosure.

    • Cone of Silence
      1. To ensure a proper and fair evaluation, SORTA has established a “cone of silence” applicable to all competitive selection processes, including RFP’s, RFQ’s, and IFB’s. The cone of silence is designed to protect the integrity of the procurement process by shielding it from undue influences. The cone of silence will be imposed on all competitive selection processes beginning with the advertisement for the same and ending with the Board’s approval of the recommended award (if applicable).
      2. The cone of silence prohibits any communications regarding a specific RFP, RFQ, or IFB between:

        1. A potential respondent (which includes vendors, service providers, bidders, proposers, lobbyists, and consultants) and their representative(s) and SORTA staff, except for communications with the Procurement Department staff responsible for administering the solicitation, provided the communication is strictly limited to the procedural matters of the competitive selection process.
        2. A potential respondent and their representative(s) and a member of the Board of Trustees.
        3. A potential respondent and their representative(s) and any member of the evaluation committee.
        4. A Board Member and any member of the evaluation committee.

      3. Unless specifically provided otherwise in the applicable solicitation document, the cone of silence does not apply to:

        1. Oral communications at the pre-proposal or pre-bid conference.
        2. Oral communications during the publicly noticed evaluation committee meetings that are specifically for presentations, demonstrations, or interviews.
        3. Oral communications during any duly noticed meeting of the Board of Trustees.
        4. Communications relating to the protests made in accordance with the Protest Procedures delineated in this manual or in the solicitation document.

      4. Any violation of the cone of silence by a respondent and their representative(s) will result in a rejection of their response to the solicitation and will void any potential contract award related to the solicitation.

      5. Any communication regarding matters of process or procurement procedure from a respondent and their representative(s) or lobbyist must be reported to the Procurement Department staff responsible for administering the solicitation.

      Any Board Member, Procurement Specialist, or other SORTA employee receiving communications from potential respondents and their representative(s) must be reported to the Procurement Department staff responsible for administering the solicitation. Failure to report such communications may result in a nonresponsive response submission or voided contract award.

    • Organizational Conflicts of Interest

      Unless specifically exempted by SORTA, any contractor, subcontractors, subsidiary, or other entity which experiences an organizational or personal conflict of interest (Conflict”) is precluded from participation in any procurement affected by the Conflict. This prohibition also applies to any contractor, subcontractors, subsidiary, or other entity which is legally related to such entity or party.

      If a bidder or proposer is uncertain whether or not a conflict exists, it should promptly contact SORTA’s Director of Procurement for a determination. Such inquiries and responses will not be published to other potential bidders. FTA Circular 4220.1F ¶VI.2a (4) (h) defines prohibitions on personal and organizational conflicts of interest, which are further discussed in §2.6 of FTA’s Best Practices Procurement & Lessons Learned Manual (2016). In general, a personal conflict of interest reflects an individual’s ability to influence the award of a contract and to profit from the result of that award. An organizational conflict exists when any of the following exist:
      (1) a firm has access to non-public information as the result of performing a government contract and can use that information to advantage in competing for another government contract;
      (2) a firm influences the ground rules (specification or contractual terms) for a government solicitation, potentially biasing those ground rules in its own favor; or
      (3) a firm’s work under one government contract requires it to evaluate itself or its work product under another contract, impairing its objectivity.

      Should a potential bidder or proposer be aware of a potential Conflict, it shall identify the potential Conflict in its proposal, together with measures it proposes to remove or mitigate the Conflict. Should any person or entity planning to submit a bid or proposal hereunder be aware of any situation which may fall under the above prohibitions, it shall, no later than the time of submittal of its offer, identify in writing to SORTA’s Director of Procurement
      (1) the nature of the potential conflict;
      (2) steps it may take to mitigate the conflict; and
      (3) request a waiver of the conflict.

      The decision of the Director of Procurement regarding such potential conflicts and possible mitigation measures shall be final. Failure to submit such as statement before or with an offer shall be deemed a certification by the bidder or proposer that, to the best of its knowledge and belief, no such Conflict exists. In the event that a bidder or proposer fails to disclose such Conflict as required herein, its offer may be rejected. Should a bidder or proposer become aware of a potential Conflict after the submittal of an offer, it shall promptly notify the Director of Procurement in writing, providing the information required above together with a statement of why the Conflict could not have been identified prior to submittal of the offer.

    Submission Requirements

    • Vendor Information Form
    • Submission Requirements (required)

      All required fields must be completed, including all documents. Please read the instructions on the documents for instructions on filling out required forms. Failure to submit required forms may result in being deemed non-responsive. 

    • Authorized Company Representative (required)

      Enter full name of the authorized company representative certifying and submitting this bid

    • By confirming, Bidder certifies that they are the authorized representative (required)

      Any electronic confirmations herein shall be as binding as a signature from the authorized representative.

    • System for Award Management (SAM.gov) (required)

      Please enter your company's Legal Name and/or dba Name:

    • System for Award Management (SAM.gov)

      Please enter a CAGE Code if applicable.

      CAGE stands for Commercial and Government Entity, and a unique CAGE code is assigned to all businesses and individuals that complete their System for Award Management (SAM) registration. This “system” is a database that contains information about all active government contractors.

    • Ohio Auditor of State (required)

      Enter your Legal Entity Name for Verification in the Ohio Auditor of State Website.

    • Payment Remittance Address (required)

      Please type in the following format: Name, Address, City, State, Zip code, Phone Number, Email.

    • Federal Employer ID Number (FEIN) or Social Security Number (required)
    • NAICS CODE (required)

      Please enter your NAICS Codes

    • Payment Terms (required)

      You agree to NET 30 Terms as stated in our Terms and Conditions. 

    • Age of Firm (required)
    • Annual Gross Receipts (required)
    • Disadvantaged Business Enterprise (DBE) (required)

      Is the Prime Contractor a DBE firm? 

    • DBE Certification (required)

      Upload DBE certificate from certifying agency

    • Small Business Certification (required)

      Is the Prime contractor a certified small business? 

    • Small Business Certification (required)

      Upload XBE certificate from certifying agency

    • Business Proposal
    • Insurance Certificates (required)

      Please upload copies of the following certificates below:

      • Worker's Compensation
      • General Liability Insurance
      • Automobile Insurance
      • Crime Coverage (including theft, fraud and computer fraud)
      • Professional Liability/Errors and Omissions Insurance
    • Acceptance of Terms and Conditions (required)

      As an authorized representative of the company, hereinafter called the "Company", I agree to all of SORTA/Metro's Terms & Conditions (T&C's), which are included in the attached solicitation package.

      The acceptance of SORTA/Metro's T&C's is required in order to provide goods and/or services to SORTA/Metro.

      It is the Company's responsibility to verify SORTA/Metro's current T&C's at the time of services and/or goods are provided.

      I understand that all applicable proof of insurance will be required before goods and/or services are provided. It is also understood that the Company is responsible for ensuring compliance of all state regulations

    • Acceptance of Federal Terms and Conditions (required)

      As an authorized representative of the company, hereinafter called the "Company", I agree to all Federal Terms & Conditions (T&C's), which are included in the attached solicitation package.

    • Project Specification Requirements (required)

      Confirm all technical specifications and requirements can be met

    • Project Completion (required)

      Offeror can meet the required delivery/completion date as required in this solicitation.

    • Acknowledgment Regarding Debarment, Suspension and Other Responsibility Matters

      This Acknowledgment is required to be submitted to SORTA on behalf of the principal bidder/proposer and all Subcontractors whose subcontracts are reasonably anticipated to exceed $25,000 in value.

      1. The Bidder/Proposer/Subcontractors ("Attester") certifies to the best of its knowledge and belief that the Attester and/or any of its principals or Subcontractors:
        1. Are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency;
        2. Have not, within a three-year period preceding this bid/proposal, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain or performing a public (Federal, State or Local) transaction or contract or subcontract; violation of Federal or State antitrust statutes, or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property; and'
        3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in Paragraph 2 above; and
        4. Have not within a three-year period preceding this bid/proposal had one or more public transactions (Federal, State or local) terminated for cause or default by any federal agency.

      "Principals", for the purposes of this acknowedgment, means officers, directors, owners, partners, and persons having primary management or supervisory responsibilities within a business entity (e.g., general manager, plant manager, head of a subsidiary, division, or business segment, and similar positions).

      This acknowledgment concerns a matter which may be within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Section 1001, Title 18, United States Code.

      • The Attester shall provide immediate written notice to SORTA's Procurement Department if, at any time the Attester learns that its acknowledgment was erroneous when submitted or has become erroneous by reason of changed circumstances.
      • A certification that any of the items in Paragraph A exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Attester's responsibility. Failure of the Attester to furnish a certification or provide such additional information as requested by SORTA may render the Attester non-responsible.
      • 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 Paragraph A. The knowledge and information of an Attester is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
      • The certification in Paragraph A is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Attester knowingly rendered an erroneous certification, in addition to other remedies available to SORTA, SORTA may terminate the contract resulting from this solicitation for default.

      If the Attester is unable to acknowledge to any of the statements in this certification, it shall attach an explanation to this acknowledgment.

    • Personal Property Tax Affidavit (required)

      Please download the below document, complete, and upload. This document needs to be notarized.

    • Certification and Restrictions on Lobbying (required)

      Please download the below documents, complete, and upload.

      Acknowledging the Certification for Contracts, Grants, Loans, and Cooperative Agreements

      The undersigned Contractor certifies, to the best of his, her or its knowledge and belief, that:

      1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.
      2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)]
      3. The undersigned shall require that the language of this certification be included in the award documents for all sub awards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly.

      This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

      [Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.]

      The Contractor, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any.

      The Standard Form--LLL can be found at the following:

      Disclosure of Lobbying Activities | GSA

    • Non-Collusion Statement (required)

      The Bidder guarantees that the Bid submitted is not a product of collusion with any other Bidder, and no effort has been made to fix the Bid price of any Bidder or to fix any overhead, profit, or cost element of any Bid price.

      If SORTA determines that collusion has occurred among Bidders, none of the Bids from the participants in such collusion shall be considered. SORTA’s determination shall be final.

    • Buy America Certificate (required)

      Please download the below documents, complete, and upload.

    • Bid Bond (required)

      The undersigned Bidder agrees to execute a contract for this work in the above amount and to furnish a 10% Bid Bond.

      Upload proof of bonding from your bonding agency here.

    • Performance and Payment Bond (required)

      The undersigned Bidder agrees to execute a contract for this Work in the above amount and to furnish a 100% Performance & Payment Bond as specified within 10 days after a written Notice of Award, if offered within 60 days after receipt of bids.

    • Prevailing Wage Confirmation (required)

      For all prime construction, alteration or repair contracts in excess of $2,000 awarded by FTA, the Contractor shall comply with the Davis-Bacon Act and the Copeland “Anti-Kickback” Act. Under 49 U.S.C. § 5333(a), prevailing wage protections apply to laborers and mechanics employed on FTA assisted construction, alteration, or repair projects. The Contractor will comply with the Davis-Bacon Act, 40 U.S.C. §§ 3141-3144, and 3146-3148 as supplemented by DOL regulations at 29 C.F.R. part 5, “Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction.” In accordance with the statute, the Contractor shall pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, the Contractor agrees to pay wages not less than once a week. The Contractor shall also comply with the Copeland “Anti-Kickback” Act (40 U.S.C. § 3145), as supplemented by DOL regulations at 29 C.F.R. part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in part by Loans or Grants from the United States.” The Contractor is prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. Wage rates can be found at www.sam.gov 

      SAM.gov | HomeSAM.gov | Wage Determinations

    • Prevailing Wage Rate (required)

      Please upload the current Prevailing Wage Rate Sheet. Please specify each labor category used for the project. 

      Please use the link below:

      View Prevailing Wage Rates | Ohio Department of Commerce

    • Are you submitting a SORTA Approved Equal (required)

      If you are submitting a SORTA approved equal, selecting YES will allow you to upload your documents. 

    • Approved Equal Documentation (required)

      Please upload your SORTA approved equal request documentation.

    • Price Proposal
    • The response should also contain a commitment that the proposed pricing will be valid for not less than 120 days from the above deadline for receipt of proposals or any extension thereof. (required)
    • Electronic Pricing Proposal (required)

      Please upload a detailed cost breakdown for this project. 

    • Detailed Cost Breakdown (required)

      Please upload a detailed cost breakdown for this project. 

    • Confirm Price Proposal (required)

      The undersigned hereby offers to provide SORTA with services in accordance with the Scope of Services outlined in this solicitation at the prices quoted within the bid table attached, in accordance with the terms of the IFB

      The pricing proposed shall be firm-fixed price and include all costs, including labor, materials, programs, transportation, specified presentations etc. required to perform the appropriate portion of the Scope of Services.

       

      It is the proposer’s responsibility to complete and verify this Price Proposal Form, and shall be responsible for any errors or omissions therein. The pricing is being requested in this format for evaluation purposes. Failure to comply may result in the proposal being deemed non-responsive.

    • MetroMAX Small Business Participation Plan
    • MetroMAX Small Business Plan (required)

      Please download the below documents, complete, and upload. This form must be completed and include prime firm and all subcontractors regardless of Small and Disadvantaged Business status. 

      MetroMAX Goal for this Project:

       TBD% Percent

      The Southwest Ohio Regional Transit Authority (SORTA) has established MetroMAX, a small business program designed to encourage participation by small businesses in all contracts. The mission of MetroMAX is to uplift small businesses and strengthen our region by expanding access to meaningful opportunities at Metro and beyond. Through this program, SORTA is committed to fueling local economic growth by providing procurement opportunities, training, and resources that empower small, emerging, and disadvantaged businesses to grow, compete, and thrive.

      SORTA has identified subcontracting opportunities that may be suitable for small businesses under this solicitation. SORTA has established a participation goal of TBD% Percent to help promote meaningful opportunities on this project. Accordingly, each bidder/proposer is expected to make meaningful efforts to engage small and disadvantaged businesses in the performance of this contract.

      Only firms certified as small businesses by a recognized third-party certifier will count toward the participation goal. Proof of certification must be submitted with the bid or proposal; self-certification will not be accepted.

      It is the policy of SORTA to promote equal opportunity and fairness in all its procurement matters, in accordance with state and federal laws, so that small businesses have an equal opportunity to receive and participate in all contracts. SORTA will never exclude any person from participation in, deny any person the benefits of, or otherwise discriminate against anyone in connection with the award and performance of any contract on the basis of race, color, sex, or national origin.

      It is also our policy to:

      1. Ensure nondiscrimination in the award and administration of contracts
      2. Create a level playing field on which small businesses can compete fairly for SORTA contracts
      3. Help remove barriers to the participation of small businesses in SORTA contracts; and
      4. Assist the development of firms that can compete successfully in the marketplace outside of SORTA’s small business program.

      Good Faith Efforts

      Bidders/proposers are strongly encouraged to make good faith efforts to include small businesses in the performance of this contract. Where required, Bidders/Offerors must document sufficient small business participation to meet the above goal or, alternatively, document adequate good faith efforts made to do so.

      Good faith efforts are those that could reasonably be expected to result in small and disadvantaged business participation attainment by a bidder or proposer who aggressively and actively seeks to obtain certified small and disadvantaged business participation.

      It should be noted that only firms certified as small and/or disadvantaged businesses by a third-party certifying entity will count toward small and diverse vendor participation. Proof of certification must be provided at the time of bid/proposal submittal. Self-certification will not be accepted.

      BID REQUIREMENTS, TERMS AND CONDITIONS

      • In addition to any other requirements contained in this Invitation for Bid/Request for Proposal, the bid must include:
        • A complete Small Business Participation Plan that sets forth the extent of small business involvement in this procurement. Participation Plans must include the following:
          • Names and addresses of the firms (prime and subcontractors) that will participate in the contract.
          • The dollar amount or percentage of the participation of each named firm.
          • A description of the work each named firm will perform.
      • Only certified entities certified by a third party are eligible for inclusion in a plan.
    • MetroMax Small Business Participation Plan (required)

      The Southwest Ohio Regional Transit Authority (SORTA) has established MetroMAX, a small business program designed to encourage participation by small businesses in all contracts. The mission of MetroMAX is to uplift small businesses and strengthen our region by expanding access to meaningful opportunities at Metro and beyond. Through this program, SORTA is committed to fueling local economic growth by providing procurement opportunities, training, and resources that empower small, emerging, and disadvantaged businesses to grow, compete, and thrive.

      SORTA has determined that subcontracting opportunities for small businesses are not available under this solicitation. Therefore, a formal small business participation goal is not recommended. While not mandatory, bidders/proposers are strongly encouraged to make efforts to include small and disadvantaged businesses in the performance of contracts when feasible to maximize participation of certified small businesses as subcontractors, subconsultants, and suppliers where subcontracting opportunities are available.

      It is the policy of SORTA to promote equal opportunity and fairness in all its procurement matters, in accordance with state and federal laws, so that small businesses have an equal opportunity to receive and participate in all contracts. SORTA will never exclude any person from participation in, deny any person the benefits of, or otherwise discriminate against anyone in connection with the award and performance of any contract on the basis of race, color, sex, or national origin.

      It is also our policy to:

      1. Ensure nondiscrimination in the award and administration of contracts
      2. Create a level playing field on which small businesses can compete fairly for SORTA contracts
      3. Help remove barriers to the participation of small businesses in SORTA contracts; and
      4. Assist the development of firms that can compete successfully in the marketplace outside of SORTA’s small business program.
    • MetroMax Set Aside (required)

      SORTA has determined that small and disadvantaged business opportunities are available for this solicitation. SORTA has set a goal of 100 percent (100%) for small and disadvantaged business participation for this project. As such, only certified small and disadvantaged businesses may participate in this solicitation. This goal is formally referred to as a small and disadvantaged business opportunity, or “set-aside”.

      Please download the below documents, complete, and upload. This form must be completed and include prime firm and all subcontractors regardless of Small and Disadvantaged Business status. 

      Bidders/offerors are expected to make good faith efforts to maximize socially and economically disadvantaged businesses as subcontractors, subconsultants and suppliers in the performance of this contract. Bidders/Offerors must document sufficient small and disadvantaged business participation to meet the above goal or, alternatively, document adequate good faith efforts made to do so.

      Only firms certified as small and/or disadvantaged businesses will count toward small and diverse vendor participation. Proof of certification must be provided at the time of bid/proposal submittal. Self-certification will not be accepted.

      The Southwest Ohio Regional Transit Authority (SORTA) has established a Small and Disadvantaged Business Enterprise program that encourages diversity and inclusion on all contracts. It is the policy of SORTA to promote equal opportunity and fairness in all its procurement matters, in accordance with state and federal laws, so that small and disadvantaged businesses have an equal opportunity to receive and participate in all contracts. It is also our policy to:

      1. Ensure nondiscrimination in the award and administration of contracts
      2. Create a level playing field on which small and disadvantaged businesses can compete fairly for SORTA contracts
      3. Help remove barriers to the participation of small and disadvantaged businesses in SORTA contracts; and
      4. Assist the development of firms that can compete successfully in the marketplace outside of SORTA’s small and disadvantaged business program.

      SORTA is committed to fostering small and disadvantaged business participation in contracting opportunities. As such, bidders/proposers are expected to make reasonable efforts to support inclusivity in staffing and subcontracting, to support SORTA’s mission.

      Only firms certified as small and/or disadvantaged businesses will count toward small and diverse vendor participation.

      Proof of certification must be provided at the time of bid/proposal submittal. Self-certification will not be accepted.

    • Subcontractor Small Business Certification (required)

      Is the subcontractor(s) a certified small business enterprise?

    • Small Business Certification (required)

      If a Prime or Subcontractor is a Certified Small Business Enterprise, upload a copy of the certificate(s) from the certifying agency for prime contractor and all subcontractors. You may not be self-certified. 

    • Disadvantaged Business Enterprise
    • Disadvantaged Business Enterprises Packet (required)

      Please download the below documents, complete, and upload. This form must be completed and include prime firm and all subcontractors regardless of DBE status.

      DBE Goal for this project: TBD% percent

      It is the policy of the U.S. Department of Transportation that socially and economically disadvantaged businesses (DBEs), as defined in Title 49, Code of Federal Regulations, Part 26, shall be afforded an opportunity to participate, to an extent reflective of their availability in the performance of contracts financed in whole or part with Federal funds under this agreement.

      This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. SORTA has specified a DBE goal as stated above for the work to be performed under this contract.

      Bidders/offerors are required to make diligent efforts to maximize participation of DBE firms and other small and disadvantaged businesses, as subcontractors and suppliers, and shall report its participation so obtained throughout the period of performance. Bidders/Offerors must document sufficient DBE participation to meet the above goal or, alternatively, document adequate good faith efforts to do so, as provided for in 49 CFR 26.53.

      The contractor shall not discriminate on the basis of race, color, religion, national origin or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the municipal corporation deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)).

    • Disadvantaged Business Enterprises Plan (required)

      Please download the below documents, complete, and upload. This form must be completed and include prime firm and all subcontractors regardless of DBE status.

      It is the policy of the U.S. Department of Transportation that socially and economically disadvantaged businesses (DBEs), as defined in Title 49, Code of Federal Regulations, Part 26, shall be afforded an opportunity to participate, to an extent reflective of their availability in the performance of contracts financed in whole or part with Federal funds under this agreement.

      This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. SORTA has NOT specified a goal for the work to be performed under this contract.

      Contractor shall make diligent efforts to maximize the participation of DBE firms and other small and disadvantaged businesses, as subcontractors and suppliers, and shall report its participation so obtained through race-neutral means and participation by other small and disadvantaged businesses throughout the period of performance, utilizing the Disadvantaged Business Enterprise Plan attachment, as contained in the solicitation.

      The contractor shall not discriminate on the basis of race, color, religion, national origin or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the municipal corporation deems appropriate. Each subcontract the contractor signs with a subcontractor (if applicable) must include the assurance in this paragraph (see 49 CFR 26.13(b)).

       

    • DBE Certifications (required)

      Please upload a copy of the certificate from the certifying agency for participating DBE prime and/or subcontractors. If no DBE participation, please upload a document stating there is no DBE participation. 

    • Prompt Payment (required)

      1. Prompt Payment Requirements
      In accordance with 49 CFR § 26.29 and FTA Circular 4220.1F, the Contractor shall pay each subcontractor (including DBE subcontractors) for satisfactory performance of its contract no later than ten (10) calendar days from the date the Contractor receives payment from the Recipient for the work performed by that subcontractor. Satisfactory performance includes completion of the subcontractor’s designated work items in accordance with the contract, verified by the Recipient.

      2. Delays and Withholding
      Any delay or postponement of payment from the above-referenced time frame may occur only for good cause and with prior written approval from the Recipient. The Contractor shall provide written notice to both the subcontractor and the Recipient outlining the reason for the delay or withholding.

      3. Retainage Requirements
      The Contractor shall return any retainage withheld from subcontractors (including DBEs) within thirty (30) calendar days after the subcontractor’s work is satisfactorily completed. For purposes of this clause, "satisfactorily completed" means that all the tasks called for in the subcontract have been accomplished and documented as complete, and any required inspections and approvals have been obtained.

      4. Compliance and Reporting
      Failure by the Contractor to comply with the prompt payment and retainage provisions may result in sanctions, including but not limited to withholding of payments, contract termination, or disqualification from future FTA-assisted contracts. The Contractor shall report prompt payment compliance as required by the Recipient and must cooperate with any compliance reviews or audits.

      5. Flow-Down Requirement
      The Contractor shall include this clause in all subcontracts with DBE and non-DBE subcontractors performing work under this contract.

    • DBE Participation Counting Determination (required)

      Sections 26.53(c)(1) of Title 49 Code of Federal Regulations requires recipients to make a preliminary counting determination for each DBE listed as a regular dealer or distributor to assess its eligibility for 60 or 40 percent credit, respectively, of the cost of materials and supplies based on its demonstrated capacity and intent to perform as a regular dealer or distributor, as defined in Circular 49 CFR part 26 section 26.55(e)(2)(iv)(A),(B),(C), and (3). The regulation requires SORTA’s preliminary determination to be made based on the DBE’s written responses to relevant questions and its affirmation that its subsequent performance of a commercially useful function will be consistent with the preliminary counting of such participation. This form must be used by each DBE supplier whose participation is submitted by a bidder for regular dealer or distributor credit on a federally-assisted contract with a DBE participation goal. This form must be accompanied by the bidder's commitment, contract, or purchase order showing the materials the DBE regular dealer or distributor is supplying. Bidders are responsible for verifying that the information provided by the DBE supplier is consistent with the counting of such participation toward the contract goal.

    • Pricing (required)
    • Contract Term (required)

      Enter length of contract. 

    • Is this a Federally Funded Project (required)
    • Is this a Construction Project (required)
    • Is this Federally Funded (required)
    • Small & Disadvantaged Business Enterprise Requirements (required)
    • Enter the DBE Goal (required)

      Formatting example: "fifteen (15)"

    • Enter the XBE Goal (required)

      Formatting example: "fifteen (15)"

    • Set Aside of 100% XBE Participation (required)

      Select Yes if this is a 100% Set Aside 

    • Does this project require XBE certifications? (required)

      NOTE: LOCALLY FUNDED PROJECTS ONLY

    • Enter the required certificates (required)
    • For how many days the pricing will be valid for? (required)
    • Firm Qualifications, Experiences and References (required)
    • Can the Vendor submit equals? (required)

      Have vendor upload specifications

    Questions & Answers

    Q (Cores): Will the Sorta be returning cores?  How often?

    A: Cores are available for pickup when deliveries of new batteries are made.


    Q (Core Billing): I don't see a place to add core charges to the bid, Will this be added?

    A: The Bid Pricing Form has been updated with a "Notes" column and instructions to list any additional charges (i.e., core charge) should be listed in the "Notes" section.


    Key dates

    1. March 3, 2026Published
    2. April 2, 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.