Active SLED Opportunity · FLORIDA · COUNTY OF OKALOOSA
AI Summary
Okaloosa County seeks licensed firms for Construction Management at Risk services for a new Public Works & Growth Management Facility campus. The project includes pre-construction and construction phases with evaluation based on experience, approach, team, and references. Proposals due April 28, 2026.
The Board of County Commissioners of Okaloosa County, FL, are seeking the services from firms or individuals licensed to practice in the State of Florida that can provide professional Construction Management At Risk Services. It is anticipated that a single firm or individual will be awarded two contracts to provide the required services. Part “A” will cover pre-construction services, while Part “B” will address services during the construction performance phase. This document provides the guidelines by which interested consultants are to submit their interest, qualifications, and proposal. Selection and negotiations will conform to the Florida Consultants Competitive Negotiation Act (CCNA) Chapter 287.055, Florida Statutes and County policy. The proposed draft agreement for the work contemplated by this RFQ is attached and may be subject to change.
The Okaloosa County Board of County Commissioners (BCC) owns property in the Crestview area where the new Public Works & Growth Management facility will be constructed. Okaloosa County owns approximately 170 contiguous acres off of Arena Rd (PIN:19-3N-23-0000-0001-0050 and others nearby) that has been identified as the location for an approximately 20-acre Public Works & Growth Management campus (“Campus”).
Okaloosa County (“County”) has engaged the services of a design team to provide site civil and facility architectural documents intended for construction. To ensure the most efficient design and construction process possible the County intends to engage the services of a firm or individual that can serve as a Construction Manager at Risk (“CMR”) for pre-construction activities and construction of the project.
The Campus is intended to include a 40,000+/- sf administrative building, 20,000+/- sf fleet operations building with 2,500 sf open bays attached, 13,500 sf open storage building, and associated accessory features intended for fueling, public drop-off points, material storage, and equipment storage locations. Conceptual site plan and building layouts are provided in a separate document titled Okaloosa County Public Works & Growth Management Complex dated March 18, 2026, (incorporated by reference).
It is the County’s intent to negotiate two contracts with the CMR for pre-construction and construction phase services. Part “A”, the Pre-Construction Phase Services contract, will be a not-to-exceed contract with compensation based on hourly rates negotiated with the CMR. Part “B”, the Construction Phase Services will be compensated as a percentage of the Guaranteed Maximum Price (GMP), with the percentage to be negotiated with the CMR. The agreement between the County and CMR will be a form of agreement where the basis of payment is the cost of the work plus a fee that is converted into a GMP upon substantial completion of the design contract documents and successful negotiations with the CMR. The project will be “open book” with all savings, including unused contingency savings from value engineering, direct purchase tax savings, and buy-out savings returned to the County.
In this section the Respondent will highlight the construction experience of similar scope and nature of the firm and establish the depth of available resources the firm has and its capacity, if necessary, to replace key members of the proposed team. (Up to 2 pages)
In this section the Respondent will demonstrate the understanding of the project including the firm’s assessment of the Project’s challenges and how the firm is uniquely qualified to meet those challenges. Information regarding the approach to the project execution, quality control, and key factors to success should be presented in this section. (Up to 2 pages)
In this section the Respondent will establish the proposed team and provide an organizational chart showing key areas of responsibility. Identify which team members will assume the lead roles for project execution, construction progress monitoring, and preparing/delivering written or oral progress reports to stakeholders and any other role the Respondent wishes to highlight. In addition to resumes, establish what traits the lead role team member possesses and why this person is uniquely qualified to carry out the charge of marshalling this project to the objective scheduled completion. The Contractor shall be a certified General Contractor licensed by the State of Florida. (Up to 5 pages; the organizational chart will not be counted in the 11-page limit)
In this section, the Respondent will discuss the number of projects the firm's team is currently managing to include other major projects, and the ability of the firm to manage this project within a proposed project timeline (or faster). (Up to 1 page)
In this section the Respondent will provide at least two (2) completed similar projects when the firm served as the construction manager along with the contact information of an owner's representative who directly participated in the construction of the project. Information for each project should include construction budget, duration, scope, and unusual challenges the firm encountered and how the firm was able to meet those challenges. (Up to 1 page)
The contents under this heading are to be left to the discretion of the respondent. Material must be pertinent to the RFQ but not otherwise requested in the RFQ. (1 page/not included in the 11-page limit)
Enter your Sam.Gov Unique Entity Identifier (UEI) number.
Enter your Cage Code
I certify that this bid is made without prior understanding, agreement, or connection with any other respondent submitting a bid for the same materials, supplies, equipment or services, and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of this bid and certify that I am authorized to sign this bid for the respondent.
RESPONDENT CERTIFIES that it has implemented a drug-free workplace program. In order to have a drug-free workplace program, a business shall:
As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements.
In accordance with Okaloosa County Policy and Executive Order Number 11-116 from the office of the Governor of the State of Florida, Respondent hereby certifies that the U.S. Department of Homeland Security’s E-Verify system will be used to verify the employment eligibility of all new employees hired by the Respondent during the contract term, and shall expressly require any subcontractors performing work or providing services pursuant to the contact to likewise utilize the U.S. Department of Homeland Securities E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term; and shall provide documentation such verification to the COUNTY upon request.
The Board of County Commissioners have established a solicitation silence policy (Cone of Silence) that prohibits oral and written communication regarding all formal solicitations for goods and services (ITB, RFP, ITQ, ITN, and RFQ) or other competitive solicitation between the bidder (or its agents or representatives) or other entity with the potential for a financial interest in the award (or their respective agents or representatives) regarding such competitive solicitation, and any County Commissioner or County employee, selection committee member or other persons authorized to act on behalf of the Board including the County’s Architect, Engineer or their sub-consultants, or anyone designated to provide a recommendation to award a particular contract, other than the Purchasing Department Staff.
The period commences from the time of advertisement until contract award.
Any information thought to affect the committee or staff recommendation submitted after bids are due, should be directed to the Purchasing Manager or an appointed representative. It shall be the Purchasing Manager’s decision whether to consider this information in the decision process.
Any violation of this policy shall be grounds to disqualify the Respondent from consideration during the selection process.
Respondent hereby certifies to comply with this policy.
Respondent certifies that they shall indemnify and hold harmless COUNTY, its officers and employees from liabilities, damages, losses, and costs including but not limited to reasonable attorney fees, to the extent caused by the negligence, recklessness, or intentional wrongful conduct of the CONTRACTOR and other persons employed or utilized by the CONTRACTOR in the performance of this Agreement.
The undersigned certifies, to the best of his or her knowledge and belief, that:
[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 following statement is made in accordance with the Privacy Act of 1974 (5 U.S.C. § 552(a), as amended). This certification is required by the regulations implementing Executive Orders 12549, Debarment and Suspension, and OMB 2 C.F.R.
Part 180, Participants' responsibilities. The regulations were amended and published on August 31, 2005, in 70 Fed. Reg. 51865-51880.
The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal or State department or agency;
Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.
Proposer certifies that it is not:
Pursuant to section 287.135(5), Florida Statutes, the County may disqualify the bid proper immediately or immediately terminate any agreement entered into for cause if the bid proposer is found to have submitted a false certification as to the above or if the Contractor is placed on the Scrutinized Companies that Boycott Israel List, is engaged in a boycott of Israel, has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria, during the term of the Agreement. If the County determines that the bid proposer has submitted a false certification, the County will provide written notice to the bid proposer. Unless the bid proposer demonstrates in writing, within 90 calendar days of receipt of the notice, that the County’s determination of false certification was made in error, the County shall bring a civil action against the bid proposer. If the County’s determination is upheld, a civil penalty shall apply, and the bid proposer will be ineligible to bid on any Agreement with a Florida agency or local governmental entity for three years after the date of County’s determination of false certification by bid proposer.
As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements.
This solicitation contains Federal Grant funds. To the extent applicable, in accordance with Federal law, respondents shall comply with the clauses as enumerated below. Proposer shall adhere to all grant conditions as set forth in the requirements of the Grant including, but not limited to, those set forth below, as well as those listed below, which are incorporated herein by reference:
These cited regulations are hereby incorporated and made part of this Solicitation as if fully set forth herein. As stated above, this list is not all inclusive, any other requirement of law applicable in accordance with the Federal, State or grant requirements are also applicable and hereby incorporated into this Solicitation. If Proposer cannot adhere to or objects to any of the applicable federal requirements, Proposers proposal may be deemed by the County as unresponsive. The provisions in the exhibit tilted GRANT FUNDED CLAUSES in the Exhibit and Attachments Section are supplemental and in addition to all other provisions within the procurement. In the event of any conflict between the terms and conditions of this Exhibit and the terms and conditions of the remainder of the procurement, the conflicting terms and conditions of this Exhibit shall prevail. However, in the event of any conflict between the terms and conditions of this Exhibit and the terms and conditions of any federal grant funding document provided specific to the funds being used to contract services or goods under this Procurement the conflicting terms and conditions of that document shall prevail.
Proposer certifies that they are fully able to comply with these requirements, federal terms and conditions and has made any inquires and/or further examination of the law and requirements as is necessary to comply.
Are you a certified DBE or Minority Vendor?
Enter your DBE/Minority Vendor Certification Number.
Upload a copy of your DBE/Minority Vendor certification.
Do you have any Conflicts of Interest to disclose?
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Florida Statute 607.1501 requires that all vendors who wish to do business in the State of Florida be licensed to do business through the Florida Department of State and be in good standing with the State of Florida. As such, to do business with Okaloosa County, a vendor must provide a Certificate of Good Standing with their bid/proposal package to the County. For more information on doing business in the State of Florida, please refer to the Florida Department of State. The website to register is https://dos.myflorida.com/sunbiz.
Upload a copy of your Certificate of Good Standing from the Florida Department of State.
Upload your proposal documents here.
What are you purchasing?
Will the bid be available to other Florida entities under the same conditions, contract price and the same effective period?
Select an Option below.
Q (Clarification on basis of award): There is conflicting information in the bid documents concerning how the project will be awarded. One section states "The County will award the bid to the responsive and responsible vendor(s) with the lowest responsive bid(s)", while another states "The contract shall be awarded to the responsible and responsive respondent(s) whose qualifications are determined to be the most advantageous to the County, taking into consideration the criteria set forth in the request for proposals." Please clarify which criteria the contract will be awarded upon. I am not finding any proposal documents with places to provide bid amounts, which contradicts 3.12 cited below. (Please see citations below) Under "General Conditions", section 3.12. AWARD OF CONTRACT: The County will award the bid to the responsive and responsible vendor(s) with the lowest responsive bid(s), and the County reserves the right to award the bid to the respondent submitting a responsive bid with a resulting negotiated agreement which is most advantageous and in the best interest of the County, and to reject any and all bids or to waive any irregularity or technicality in bids received. Okaloosa County shall be the sole judge of the bid and the resulting negotiated agreement that is in its best interest and its decision shall be final. The County reserves the right to award to multiple vendors. Under "A - RFQ 39-26 CMR PW-GM" 11. AWARD OF CONTRACT: Okaloosa County Review - Okaloosa County appointed selection committee, shall review all qualifications and will participate in the recommendations to the Board of County Commissioners. The Board of County Commissioners shall make final determination on any award of Contract. The contract shall be awarded to the responsible and responsive respondent(s) whose qualifications are determined to be the most advantageous to the County, taking into consideration the criteria set forth in the request for proposals. The County reserves the right to reject any and all proposals or to waive any irregularity or technicality in proposals received. The County shall be the sole judge of the proposal and the resulting negotiated agreement that is in its best interest and its decision shall be final.
A: This is an RFQ. The proposals for this will be evaluated only on the scoring criteria listed. There is no pricing requested or to be scored.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.