Active SLED Opportunity · CALIFORNIA · CITY OF MANHATTAN BEACH

    Chevrolet Tahoes (3)

    Issued by City of Manhattan Beach
    cityRFQCity of Manhattan BeachSol. 250238
    Open · 5d remaining
    DAYS TO CLOSE
    5
    due Apr 29, 2026
    PUBLISHED
    Apr 1, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    441110
    AI-classified industry

    AI Summary

    The City of Manhattan Beach seeks sealed bids for three new Chevrolet Tahoes (police pursuit vehicles) with delivery by April 29, 2026. Bids must comply with specifications and be submitted via the City's e-Procurement Portal. Authorized dealers only. No pre-bid meeting required.

    Opportunity details

    Solicitation No.
    250238
    Type / RFx
    RFQ
    Status
    open
    Level
    city
    Published Date
    April 1, 2026
    Due Date
    April 29, 2026
    NAICS Code
    441110AI guide
    Agency
    City of Manhattan Beach

    Description

    The City of Manhattan Beach is accepting sealed bids for 1348-26, Chevrolet Tahoes (3) to be received no later than Wednesday, April 29, 2026 at 3:00 pm.

     

    Project Details

    • Reference ID: 1348-26
    • Department: Purchasing Division
    • Department Head: Mario Hernandez (Purchasing Supervisor)

    Important Dates

    • Questions Due: 2026-04-15T19:00:00.000Z

    Evaluation Criteria

    • Cost Liability

      The City assumes no responsibility and bears no liability for costs incurred by bidders for any costs incurred in the preparation and submittal of a proposal. Further, this request does not obligate the City to accept or contract for any expressed or implied services.

    • Invitation to Bid

      BID NUMBER: 1348-26

      BID TITLE: Chevrolet Tahoes (3)

      REQUESTING DEPARTMENT: Purchasing Division

      RELEASE DATE: Wednesday, April 1, 2026

      DUE DATE: Wednesday, April 29, 2026 at 3:00 pmPST

      Notice is hereby given that bids will be received via the City's e-Procurement Portal, OpenGov https://procurement.opengov.com/portal/citymb/projects/250238                       

      Bids will be evaluated for compliance with specifications and subsequent recommendation to the City Council for award of bid or rejection of the responses, as deemed appropriate. The City reserves the right to make no award.

      Bids received after the deadline will not be accepted. Mailed, faxed or emailed Bids are not acceptable.

      Please direct any inquiries regarding this ITB through the OpenGov Question/Answer Tab via the City's e-Procurement portal, on or before, Wednesday, April 15, 2026 by 12:00 pm.

       

      Dated: Wednesday, April 1, 2026

      Dru Leonard, Purchasing Analyst

    • Term of Contract

      The term of this Contract shall be for a period of N/A year(s), beginning from the Effective Date, unless sooner terminated.

    • Bid Submission

      The City of Manhattan Beach (“City”) invites sealed bids on 1348-26 Chevrolet Tahoes (3) described herein to be submitted via the City’s e-Procurement Portal, Procurenow. Bids will be received until 3:00 pm on Wednesday, April 29, 2026 PDT.

    • Bid Requirements

      The City of Manhattan Beach is soliciting bids for three (3) new/unused 2025-2027 Chevrolet Tahoes, as specified herein. NO SUBSTITUTIONS. Vehicle mileage shall not exceed 200 miles when delivered to the City.

      Quantity Three (3) 2025-2027 Chevrolet Tahoes 9C1 Police Pursuit Vehicles (PPV) Black and White

      See Attachments for further details and upload this completed attachment to the Questionnaire question #7, Cost Proposal.

      Vendors may choose to submit bids on one vehicle, some vehicles, or all vehicles.

      Bids shall specify each item as set forth in this Invitation to Bid (ITB). Failure to comply with all requirements and conditions set forth by these specifications and ITB instructions will be the cause for the rejection of the bid(s). No exceptions or deviations from these specifications will be considered unless each exception or deviation is specifically identified with a detailed statement fully defining the exception(s). All exception(s) must be fully supported by detailed specification regarding the deviated item and shall accompany the proposal for evaluation by the City. If no exceptions are identified, the bidder shall be required to furnish the service exactly as specified herein. The burden of proof of compliance with these specifications is the responsibility of the bidder. Acceptance or rejection of the changes is the sole prerogative of the City. The City reserves the right to reject any and all bids or to make no award.

    • Term of Contract

      The term of this Contract shall be for a period of N/A year(s), beginning from the Effective Date, unless sooner terminated and has the possibility of N/A to renew.

    • General Conditions

      The City will not reimburse respondents to this Invitation to Bid for any costs incurred in the preparation and submittal of the proposal. Further, the request does not obligate the City of Manhattan Beach to accept or contract for any expressed or implied services. The City reserves the right to:

      • Request any firm/person submitting a proposal to clarify its proposal during the selection phase;
      • Negotiate the project schedule and reasonable costs with the selected Contractor;
      • Modify or alter any requirements herein, and;
      • Identify additional tasks to be accomplished prior to establishing a formal contractual agreement.
    • Questions

      All questions related to this ITB shall be submitted in writing through the ProcureNow Question/Answer Tab via the City's e-Procurement portal, on or before, Wednesday, April 15, 2026 by 12:00 pm. Please include the section title for each question, if applicable, in order to ensure that questions asked are responded to correctly. All questions submitted and answers provided shall be electronically distributed to bidders following this solicitation on the City's e-Procurement Portal.

      Bidders shall create a FREE account with ProcureNow by signing up at https://secure.procurenow.com/signup. Once you have completed account registration, browse back to https://secure.procurenow.com/portal/citymb, click on "Submit Response", and follow the instructions to submit the electronic bid.

    • Deliverables

      1. Successful bidder shall deliver fully assembled unit(s) to the City of Manhattan Beach Public Works Facility, 3621 Bell Avenue, Manhattan Beach, CA.

      2. Bidder shall be responsible to obtain Exempt registration.

       

    • Taxes

      The City of Manhattan Beach is exempt from paying Federal Excise Taxes. These taxes are not to be included.

    • Addenda

      The City may, from time to time, issue Addenda to the specifications. Any addenda shall be posted on the City's e-Procurement Portal. Addenda notifications will be emailed to all persons on record as following this ITB. Failure of any bidder to receive any such addenda or interpretation shall not relieve such bidder from any obligation under their bid as submitted. All addenda so issued shall become part of the contract or purchase order. Failure to acknowledge receipt of all Addenda may cause a Bid to be deemed incomplete and non-responsive.

    • Payment and Invoicing

      Complete payment on the contract will be made in approximately 30 days from the complete delivery and acceptance of the merchandise or service, unless alternate terms are proposed and accepted by the City. The City may consider prompt payment discounts when calculating the lowest bid if the end result benefits the City. The City will not remit payment without an invoice.

      Vendor can send invoices to invoices@manhattanbeach.gov or mail to:

      City of Manhattan Beach
      Attn: Accounts Payable
      1400 Highland Ave.
      Manhattan Beach, CA 90266

      Invoice shall be submitted on standard company forms on a monthly basis (if applicable) and shall contain the following information: (1) invoice number, (2) invoice date, (3) invoice period, (4) a brief description of work including location, (5) the purchase order or contract number, (6) total amount requested, (7) contractors tax ID number, (8) packing slip, and (9) if applicable, City contact name.

      Payment will be made after invoice approval by the Contract Administrator, subject to the routine processing requirements of the City. Questions regarding the payment process can be emailed to invoices@manhattanbeach.gov.

    • Site Visit

      A mandatory site visit will be held on NO VALUEat 3:00 pm at the following location:

      NO VALUE

    • Vehicle License/Registration

      Vendor shall make the necessary arrangements to transfer title of the equipment/vehicle, and apply exempt license. The registered owner shall be shown exactly as outlined below, on all forms where the registered owner is listed:

      City of Manhattan Beach

      1400 Highland Avenue

      Manhattan Beach, CA 90266

      The vendor shall provide documentation from the Department of Motor Vehicles, at the time the vehicle is delivered, as evidence of having applied for registration/license. License plates are to be mounted on the vehicle when delivered.

    • Delivery

      All deliveries of such items to be furnished must be made to job sites within the boundaries of the City of Manhattan Beach or the City Warehouse located at 3621 Bell Ave., Manhattan Beach 90266.

    • Pre-Bid Meeting

      A mandatory pre-bid meeting will be held on NO VALUEat 3:00 pm at the following location:

      NO VALUE

    • Pricing

      Pricing shall include the fully equipped unit plus documentation, transportation, sales tax and any other applicable charges/fees. The City is exempt from any federal excise tax and California State license and registration fees. However, sales tax must be added at the Los Angeles County rate of 10.25% even if your company or firm does not collect California State sales tax. Bidders are cautioned when calculating sales tax. California Board of Equalization Regulations requires “handling” to be taxed. Shipping may also be taxed if delivery is through a company-owned vehicle. Miscalculation of sales tax may affect the overall bid price. Thus, vendors should consult with their tax advisors or accounting staff to ensure sales taxes are calculated correctly prior to submitting a bid.

      Prices shall be F.O.B. destination. Any cash incentives/prompt payment discounts offered may be used when calculating the lowest bid if the end result benefits the City. Any prompt payment discounts shall be calculated from the time of delivery and acceptance of vehicles by the City, not invoice date.

    • Invoicing and Payment

      An invoice shall be provided to the City upon delivery of the unit. The City will effect payment within 30 days of the receipt of properly completed invoice from the Dealer.

    • Packing and Shipping

      All deliveries must be shipped F.O.B. destination. Deliveries must be made as specified, without charge, for boxing, crating or storage unless otherwise specified. Shipments for two or more destinations when so directed by the City will be shipped in separate boxes or containers for each destination, at no charge.

    • No Pre-Bid Meeting or Site Visit needed

      A pre-bid meeting/project site visit will not be held for this project.

    • Authorized Distributor/Dealer

      Any successful bidder must be an Authorized Distributor/Dealer for the product offered. The City reserves the right to request documentation at any time.

      All orders will be F.O.B. destination if not otherwise specified. Risk of loss or damage to the goods shall remain with the vendor until delivered to and accepted by the City. The City may reject any goods that do not conform to the terms and conditions. Any goods rejected may be returned to the vendor at their risk and expense.

    • Definitions

      The following meanings are attached to the following defined words when used in these specifications and the contract: The word "City" means the City of Manhattan Beach, California. The word "Bidder", "Vendor", Supplier," or "Contractor" means the person, firm, or corporation submitting a bid on these specifications or any part thereof.

    • Manufacturer's Warranty

      Bids shall be accompanied by a copy or description of the manufacturer’s warranty for the item(s) proposed. The description shall include the length and scope of the warranty, and will be evaluated as a factor in award of bid.

    • Bid Withdrawal

      Bids may be withdrawn through the City's e-Procurement Portal, the responding firm may “unsubmit” their proposal in ProcureNow. A Bid may be withdrawn without prejudice with the responding firm being able to submit another proposal at any time up to the deadline for submitting proposals prior to the bid opening. Bids must remain valid and shall not be subject to withdrawal for 90days after the Bid opening date.

    • Business License

      The successful Contractor will be required to procure a City of Manhattan Beach Business License prior to commencing work. Call Business Licensing at (310) 802-5558 for rate information or to apply for a license.

    • The Contract

      The Bidder to whom the award is made will be required to enter into a written contract with the City. The contract may be in the form of a purchase order. A copy of the Invitation to Bid, the vendor response, and the contract specifications may be attached to, and will form a part of the contract. All materials, supplies, equipment, and services supplied by the vendor shall conform to the applicable requirements of City, State, and Federal Laws covering Labor and Wages, as well as conforming to the specifications herein. In case of default by the vendor, the City reserves the right to procure the articles from other sources and to hold the vendor responsible for any excess costs incurred by the City.

    • Business License

      The successful Contractor will not be required to procure a City of Manhattan Beach Business License prior to commencing work.

    • Reservations

      The City Council reserves the right to reject any and all bids received; to take all bids under advisement for up to 90 days after opening; to waive any informality on any bid; and to be the sole judges of the relative merits of the material mentioned in the respective bids received. The Council also reserves the right to reject any item(s), award more than one contract for each of the items, and reject bids that are not accompanied by the requested information.

    • Licenses

      The Vendor, at its sole expense, must obtain, and maintain all required business and professional permits, licenses and certificates. The City of Manhattan Beach reserves the right to request license documentation at any time.

    • Government Regulations

      The bidder shall comply with all Federal, State, City, and local regulations/laws pertaining to the Chevrolet Tahoes (3).

    • Errors/Omissions — The vendor shall not be allowed to take advantage of any errors and/or omissions in these specifications or in the vendor's specifications submitted with the Bid. Full instructions will be given if such errors/omissions are discovered, and vendor agrees to abide by said instructions.
    • Force Majeure

      The vendor will be excused from the performance of the contract, in whole or in part, only by reason of the following causes:

      1. When such performance is prevented by operation of law.
      2. When such performance is prevented by an irresistible superhuman cause.
      3. When such performance is prevented by an act of the public enemies of the United States of America, or the City of Manhattan Beach, or by strike, mob violence, fire, delay in transportation beyond the control of the vendor, or unavoidable casualty.
      4. When such performance is prevented by the inability of the vendor to secure necessary materials, supplies, or equipment by reason of:
        1. Appropriation of use thereof by the Federal Government or,
        2. Regulations imposed by the Federal Government.

      No other force majeure clauses or conditions may be inserted in this bid and any changes in the conditions herein will cause the bid to be rejected.

    • Default

      If the vendor fails in any manner to fully perform and carry out each and all of the terms, covenants, and conditions of the award, then the vendor is in default of the contract. The vendor shall be notified in writing of the default status, and will be given a time frame in which to comply. If the vendor fails to comply within the time frame given, the City, at its option, may terminate or cancel the contract, and at the expense of the Contractor, complete the contract with an alternate Contractor. Such termination shall not affect or terminate any of the rights of the City against the vendor, or which may thereafter accrue because of such default. The foregoing provision shall be in addition to all other rights and remedies available to the City under law. The waiver of a breach of any term, covenant, or a condition hereof shall not operate as a waiver of any subsequent breach of the same or any other term, covenant, or condition hereof.

    • Conflict of Interest

      It shall be the duty of the Contractor to comply with all applicable City and federal laws relating to the prohibited conflicts of interest. As part of its response to the bid, the Contractor shall disclose in writing any financial, business, employment or other relationships with the City or with any of its officers, employees, or agents that are or were in existence during the twelve calendar months immediately preceding and including, the date the Contractor’s response to the ITB is filed. In addition, the Contractor shall disclose in writing, any financial, business, employment or other relationships with any City official and/or employee. The Contractor shall have a continuing obligation to keep the foregoing disclosures current and up-to-date during the term of the contract, and the Contractor’s failure to timely disclose the existence of such a relationship shall be grounds for immediate termination of the contract.

    • Patent Rights — The vendor agrees to save, keep, bear harmless, and fully indemnify the City, its officers, or agents, from all damages, costs, or expenses in law or equity that may at any time arise or be set up for any infringement of the patent rights or any person or persons in consequence of the use by the City, or any of their officers and agents, or articles supplies under any resulting contract, and of which the vendor is not the patentee or assignee, or which the vendor is not lawfully entitled to sell.
    • Department Policy for Grant Funded Purchases — Contractor guarantees that it, its employees, Contractors, subcontractors or agents (collectively “Contractor”) are not suspended, debarred, excluded, or ineligible for participation in Medicare, Medi- Cal or any other federal or City funded health care program, or from receiving Federal funds as listed in the List of Parties Excluded from Federal Procurement or Non-procurement Programs issued by the Federal General Services Administration. Contractor must within 30 calendar days advise the City if, during the term of this Agreement, Contractor becomes suspended, debarred, excluded or ineligible for participation in Medicare, Medi-Cal or any other federal or City funded health care program, as defined by 42. U.S.C. 1320a-7b(f), or from receiving Federal funds as listed in the List of Parties Excluded from Federal Procurement or Non-procurement Programs issued by the Federal General Services Administration. Contractor will indemnify, defend and hold the City harmless for any loss or damage resulting from the conviction, debarment, exclusion or ineligibility of the Contractor.
    • Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction
      1. The prospective lower tier participant certifies, by submission of this bid, that neither it nor its Principals [as defined at 49 C.F.R. section 29.105(p)] is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency.
      2. When the prospective lower tier participant is unable to certify to the City certification, such prospective participant shall attach an explanation to this bid.
    • Protest Procedures

      The City will accord all prospective vendors fair and equal consideration in the solicitation and award of contracts. Any bidder or proposer may protest the solicitation process (10 working days prior to bid opening), the amendment (10 working days prior to bid opening or 5 working days after amendment issuance, whichever is later), or evaluation process (5 calendar days after notification of award or publicly posted); however, protests must be filed in writing within the above time frames. Protests must include name, address, telephone number and email address of the protester and/or the person representing the protesting party. The protest must provide in detail, all grounds for the protest including all facts, supporting documentation, legal authorities, and arguments in support of the grounds for the protest. Any protest not conforming to these requirements may be rejected as invalid. Additional information from the protester may be requested by the Department Director or designee.

      Protests will be considered and either sustained or denied, in part or in whole, by the Department Director or designee. When sustained, the awarding authority may, based on the evidence presented reject all bids and order a re-solicitation or recommend an alternate award. Once a protest has been filed, no solicitation shall be awarded until a final determination on the protest has been issued. Protests not meeting the above time frames shall be considered untimely and may be denied on that basis.

      A protest decision should ordinarily be written and published within 10 working days of protest receipt. However, the response period may be extended if additional time is required to evaluate information pertinent to the protest.

      Decisions of the Department Director or designee may be appealed to the City Manager, or designee, by the protester within 5 working days after the decision is issued to the protester. The City Manager's decision, generally within 15 working days, shall be final and conclusive, except for such remedies as state or federal law or regulation may provide.

    • Contract — No agreement shall be binding upon the City until a Contract is completely executed by the Contractor, City Council, and approved by the City Attorney. Failure to execute and return the contract agreement and acceptable insurance documentations in a timely manner may be just cause for the City to rescind the contact offer.
    • Contract Termination

      The City of Manhattan Beach may terminate without cause at any time. The Contractor may cancel the contract upon 30 days written notice unless stipulated differently in the agreement.

    • Termination for Default

      The City may, by written notice of default to the vendor, terminate any resulting order in whole or in part should the vendor fail to make satisfactory progress or fail to remedy discrepancies within the time set forth in any Cure Letter sent to the Contractor by the Purchasing contact. If, after notice of termination of this contract under the provisions of this clause, it is determined for any reason that the Contractor was not in default under the provisions of this clause, the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to the Termination for Convenience clause. The rights and remedies of City provided under this article shall not be exclusive and are in addition to any other rights and remedies provided by law or under resulting order.

    • Termination for Convenience

      The City reserves the right to cancel any portion of this Purchase Order at any time prior to the delivery of Services. The City has the option, at its sole discretion and without cause, of terminating this Purchase Order by giving ten days’ written notice to Vendor. If Vendor fails or refuses to perform any of the provisions of this Purchase Order, and if the default is not cured within a period of five days after the City’s written notice of default specifying the nature of the default, City may immediately terminate Purchase Order by written notice to Vendor. Upon termination of this Purchase Order, City will pay Vendor any compensations earned and unpaid up to the effective date of termination.

    • Contract Extension to Other Cities/Agencies — Other Cities/Agencies may be interested in purchasing against an awarded contract, subject to the same price, terms and conditions offered to the City of Manhattan Beach, and by mutual agreement by the City and the vendor. The City does not warrant any additional use of the contract by such agencies. All requirements of the specifications, purchase orders, invoices and payments with other agencies will be directly handled by the successful Bidder and the piggybacking agency.
    • Registration with the Department of Industrial Relations

      In accordance with Labor Code Sections 1725.5 and 1771.1, no contractor or subcontractor shall be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5 [with limited exceptions for bid purposes only under Labor Code Section 1771.1(a)].

    • Prevailing Wage

      In accordance with Labor Code Section 1770 et seq., the Project is a “public work.” The selected Bidder (Contractor) and any Subcontractors shall pay wages in accordance with the determination of the Director of the Department of Industrial Relations (“DIR”) regarding the prevailing rate of per diem wages. Copies of those rates are on file with the Director of Public Works and are available to any interested party upon request. The Contractor shall post a copy of the DIR’s determination of the prevailing rate of per diem wages at each job site. This Project is subject to compliance monitoring and enforcement by the DIR.

    Submission Requirements

    • Authorized Person(s) (required)

      Please provide the following information for each person(s) authorized to submit a response on behalf of your organization:

      Name
      Title
      Phone Number
      Email Address

    • Type of Business
    • Type your Legal Company Name here (required)

      Please enter your Legal Company Name in the associated link and attach a copy showing "Active" status. This will be verified against the State's database.

    • Warranty (required)

      Please provide any warranties on product(s) and/or service(s).

      If you do not provide a warranty, please type "N/A".

    • Delivery (required)

      Please provide the lead time for delivery and any additional information regarding your delivery process.

    • Performance and Payment Bond (required)

      Only the successful bidder, upon contract award, will be required to submit performance and payment bonds, each in a sum equal to the contract price. Please confirm your acknowledgement.

    • Warranty or Maintenance Bond (required)

      Only the successful bidder, upon contract award, will be required to submit warranty or maintenance bond, each in a sum equal to the contract price that is valid for one year from project acceptance in the amount of ten percent of the contract price. Please confirm your acknowledgement.

    • Contractors State License Board (CSLB) Number (required)

      Please enter State Contractor’s License No. and attach the document showing "current and active" status. If not applicable, enter "N/A".

      (Business and Professions Code Section 7028.15). It is a misdemeanor for any person to submit a bid to a public agency in order to engage in the business or act in the capacity of a contractor within this state without having a license.

    • California Department of Industrial Relations Registration (required)

      Please enter your Public Works Contractor Registration Number. This will be verified against the State's database.

    • Federal Debarment (required)

      Is your company on the Federal debarment list?

    • Cost Proposal (required)

      Please find the the 1348-26 Chevrolet Tahoes (3) Cost Proposal located under section 7, Attachments and submit the completed Cost Proposal here.

    • Formal Bid Process (required)

      Do you know that the formal bid process along with the staff report will take at least 30 days for approval?

    • Purchase Order or Contract (required)

      If the purchase(s) is for primarily goods, then a Purchase Order is sufficient. If services are required, then an agreement will be necessary.

      Will this solicitation result in a:

    • Pre-Bid Meeting (required)

      Will there be a Pre-Bid Meeting? These are generally used when specifications are complex or a site visit is required for vendors to fully understand the scope.

    • Initial Term of Contract (required)

      What is the initial term of the contract resulting from this solicitation? Generally, the City standard is three years with two one-year options to renew.

      Use the following format: Three

    • Extension Options (required)

      Will there be extension options for the contract resulting from this solicitation?

    • Extension Term (required)

      What is the extension term for the contract resulting from this solicitation? If there will be no extensions, please type "N/A".

      Use the following format: two one-year options

    • Construction or Improvement Project (required)

      Is this solicitation for an improvement, replacement, or addition to City facilities or property?

      If you answered yes, then you must select yes for a Contractor's license and provide the respective license type. Also, prevailing wages may be required if this project is valued over $1,000, depending on the trade.

    • Contractor License (required)

      Is a contractor's license needed for this project?

    • Contractor License Types (required)

      Please enter the Contractor License or licenses needed for this project. For example, "C33 - Painting and Decorating".

      If a license is not required for this project please type "N/A".

    • Prevailing Wage (required)

      Improvements to City facilities or property valued over $1,000 may require Prevailing Wages to be paid, depending on the trade.

      Does this project require Prevailing Wages to be paid?

    • Bid Security (required)

      Does this project require a bid security such as a bid, payment, performance, or material bond? These are generally required for construction type projects or expensive vehicles/equipment.

    • Reservations (Vendor Pricing Requirements) (required)

      How many days does the vendor need to hold pricing? Typically, 90 days is needed for the bid process, staff report and City Council approval.

    • Department of Industrial Relations (DIR) (required)

      Is this project for a facility improvement/update or new construction valued over $25,000, or maintenance valued over $15,000 in aggregate?

    Questions & Answers

    Q (Specs): I see there is an attachment for the cost proposal but I do not see one for the specs desired just want to make sure I am not missing something. Thank you

    A: There is no additional "specification" sheet other than the cost proposal sheet and the details in the scope of work section.


    Key dates

    1. April 1, 2026Published
    2. April 29, 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.