Active SLED Opportunity · FLORIDA · ORANGE COUNTY, FLORIDA

    Construction Services for the ADA Pedestrian Safety Improvement Program

    Issued by Orange County, Florida
    countyRFPOrange County, FloridaSol. 254317
    Open · 14d remaining
    DAYS TO CLOSE
    14
    due May 7, 2026
    PUBLISHED
    Apr 9, 2026
    Posting date
    JURISDICTION
    Orange County,
    county
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    Orange County, FL seeks bids for construction services to improve pedestrian safety with ADA-compliant sidewalks and curb ramps. Estimated cost $6.25M. Electronic bids due May 7, 2026. Includes M/WBE goals, bond requirements, and federal compliance.

    Opportunity details

    Solicitation No.
    254317
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    April 9, 2026
    Due Date
    May 7, 2026
    NAICS Code
    237310AI guide
    State
    Florida
    Agency
    Orange County, Florida

    Description

    NOTICE IS HEREBY GIVEN that Orange County, Florida, henceforth referred to as the County is accepting sealed bids for Construction Services for the ADA Pedestrian Safety Improvement Program (Y26-167)

    Sealed offers for furnishing the above will be accepted up to 5:00 pm EST on Thursday, May 7, 2026.

    The Estimated Cost for this project is $6,255,475.00

    NOTE: Respondents are required to submit responses electronically via the OpenGov e-Procurement Platform. Respondents shall not be permitted to hand-deliver, mail, telephone, fax or email offers.

    Responses received after the submission deadline and/or transmitted outside of the designated OpenGov e-Procurement Platform shall be rejected.

    Important Instructions for Electronic Submittal

    The County is ONLY accepting electronic bid submissions using the OpenGov e-Procurement Platform. Respondents shall create a FREE account with OpenGov by signing up at https://procurement.opengov.com/login Once you have completed account registration, browse back to this page, click on "Submit Response", and follow the instructions to submit the electronic bid.

    It is the respondent's responsibility to ensure they commence their upload efforts timely to meet the submission deadline. The County shall not be responsible for delays caused by any occurrence, including the respondent's network delays, bandwidth issues, internet outages, or technical difficulties.

    OpenGov Technical Support
    For Technical Support, respondent's can reach the OpenGov Service Desk:
    Chat (preferred): Click the button in the lower right hand corner of the portal
    Email: procurement-support@opengov.com
    Phone: 1 (650) 336-7167
    Hours: Mon-Fri 7am - 10pm EST

    Timely Questions Regarding this Solicitation

    The question and answer module of OpenGov IS being utilized for this solicitation. Timely questions concerning this solicitation shall be submitted in accordance with the deadline for questions: Wednesday, April 22, 2026 at 4:00 pm EST. Respondents are instructed not to contact the initiating division directly.

    Consideration for modification or alteration of the documents contained in this solicitation shall be requested during the specified question period, before the applicable deadline. No oral interpretation of the meaning of the plans, specifications, or other Contract documents shall be considered binding. The County shall be bound by information and statements only when such statements are written and executed under the authority of the Manager, Procurement Division.

    Answers for timely questions will be addressed in the OpenGov question and answer module or as an addenda to this solicitation depending on volume, participants are encouraged to subscribe as a follower and monitor all notifications. Beyond questions and answers, any and all modifications, clarifications, interpretations and supplemental instructions will be in the form of a written addendum which, if issued, will be available for download. All addenda and questions/answers so issued shall become part of the Contract Documents and receipt shall be acknowledged as specified herein.

    This provision exists solely for the convenience and administrative efficiency of Orange County. No respondent or other third party gains any rights by virtue of this provision or the application thereof, nor shall any respondent or third party have any standing to sue or cause of action arising there from.

    Untimely questions are unable to be submitted in the question and answer module, thereafter respondents raising critical concerns must email michelle.black@ocfl.net. Critical clarifications may be made via addenda, however, untimely questions may not be considered.

    Background

    Orange County exercises the rights and privileges conveyed to it by the State of Florida, and the Orange County Charter. It presently operates with an elected chief executive officer, Orange County Mayor, and six elected district commissioners, who together comprise the Board of County Commissioners.

    Procurement is an essential function of the County, affecting all operational departments, ongoing projects and future initiatives. The Procurement Division is divided into three (3) Sections, the “Buying Section”, the “Purchasing Section” and the “Contracts Section”.

    The Orange County Procurement Division operates under the leadership of Carrie Mathes, MPA, NIGP-CPP, CFCM, CPPO, CPPB as Procurement Division Manager and Chief Procurement Official in accordance with the Orange County Ordinance.

    Project Details

    • Reference ID: Y26-167
    • Department: Administrative Svcs., Procurement Division
    • Department Head: Carrie Mathes (Procurement Division Manager)

    Important Dates

    • Questions Due: 2026-04-22T20:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-16T14:00:00.000Z — April 16, 2026, 10:00am PRE-BID CONFERENCE: A Non-Mandatory Pre-Bid Conference will be held on Thursday, April 16, 2026, 10:00 AM, VIA WEBEX @ https://ocfl.webex.com/ocfl/j.php?MTID=mab985787eb70e3cd04892436f1981f42 Meeting number (access code): 2337 988 8720 Meeting password: aK5TQ2Uj5zp Join by phone: 1-408-792-6300 Attendance is not mandatory but is encouraged

    Evaluation Criteria

    • References (1 pts)

      Check references and provide results of reference checks using the comment boxes.

      • For, at minimum, the low three (3) firms, provide the following:
        • Ensure references conform to qualification criteria outlined in the submittal requirements. Indicate "Pass/Fail" and provide comments for each.
        • Please check in-county references first. ( A list of past OC projects can be accessed here)
        • You may request documentation of poor performance from public entities based upon the Public Records Disclosure Law.
        • If additional references are required to satisfy the requirement reach out to your Procurement Division Contact for support.

      If a Firm, beyond the low three (3), is NOT being evaluated, indicate "Pass" and type "Not Evaluated" in the comments.

    • Price Reasonableness (1 pts)

      Provide an assessment of price reasonableness.

      • For, at minimum, the low three (3) firms provide analysis on the following:
        • Is the bid in alignment with the engineers estimate? (within 10%)
        • If this is a unit price bid, are the unit prices balanced?
        • If applicable, have the mobilization limitations been adhered to?
        • Is this bid possibly a “low-ball” bid that underrepresents realistic project costs?

      If a Firm, beyond the low three (3), is NOT being evaluated, indicate "Pass" and type "Not Evaluated" in the comments.

    • Conflict of Interest (1 pts)

      I have no conflict of interest in the evaluation of these materials.

    Submission Requirements

    • QUALIFICATION
    • Reference Requirements (required)

      Please download the below documents, complete, and upload.

      Respondent should supply a list of at least three (3) similar projects successfully completed by the Respondent, as a Prime Contractor or Sub-Contractor within the last ten (10) years, immediately preceding the due date of bids for this Invitation for Bids. The projects submitted must show previous successful project experience with the following elements 1 through 3 listed below.  All elements are not required to be in the same project.  However, sufficient projects must be submitted so that at least (3) three examples of elements 1 and 2 and (1) one example of element 3 can be verified. Failure to provide this information may be cause for rejection of the response.

      The contact person listed as a reference shall be someone who has personal knowledge of the Bidder’s performance during the referenced project.  Contact persons must have been informed that they are being used as a reference and that the County will be calling or emailing them.

      Similar Projects shall be defined as follows: a curb ramp or sidewalk project which construction has been successfully completed within the ten (10) years immediately preceding the submittal date for proposal in response to this Invitation for Bids and shall contain the following elements:

      Project Elements

      1. Construction of at least 1,000 LF of ADA compliant sidewalk/driveways with curb ramps.

      2. Coordination with pubic and/or private utilities.

      3. As least one of the three projects shall contain minimum 100 LF of FDOT compliant curb.

      Negative feedback from references may result in offer being found non-responsible.

      Respondents are encouraged to provide references beyond the minimum requested references in support of demonstration qualification.

    • Owner Direct Purchase (required)

      The County is seeking to purchase the following units as owner direct. Please attach supplier quotations for the following equipment:

      • Unit Description
      • Unit Description
      • Unit Description

      Additional specifications are located in the #Scope of Services / Specifications and #Solicitation Documents

    • Completion Requirements (required)

      If awarded this construction contract, the Respondent agrees to complete the work covered by this Contract as follows:

      1. Work shall start at the project site within fourteen (14) days of the effective date of the Notice to Proceed.
      2. Substantially complete in days in words (000) consecutive calendar days from date of Official Notice to Proceed.
      3. Final completion in days in words (000) consecutive calendar days from date of Official Notice to Proceed.
    • Licenses (required)

      In accordance with #Solicitation Terms and Conditions, Respondent shall upload copies of all applicable licenses and certifications required to lawfully perform the proposed work.

    • CONTRACT COMPLIANCE
    • Contract Compliance Packet (required)

      Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding. Failure to provide complete contract compliance documentation may result in disqualification.

    • Current W-9 (required)

      Please download the below documents, complete, and upload.

    • Non-Collusion Certification (required)

      The respondent nor any other person, firm or corporation nor anyone else to the knowledge of the undersigned, have themselves solicited or employed anyone else to solicit favorable action for this solicitation by the County, also that no head of any department or employee therein, or any officer of Orange County, Florida is directly interested therein.

      This offer is genuine and not collusive or a sham; the respondent has not colluded, conspired, connived or agreed directly or indirectly with any other respondent, person, firm or corporation, to put in a sham offer, or compel such other person, firm or corporation, to refrain from making an offer.

      The Respondent has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference with any person, firm or corporation, to fix the prices of this offer or the offer of any other respondent.

    • Drug Free Workplace Certification (required)

      Respondent certifies the firm has implemented a drug free workplace program which complies with Florida Statute 287.087and the Orange County Ordinance Sec. 17-310. Failure to confirm shall deem this offer non-responsive.

    • E-Verify Certification (required)

      The Respondent acknowledges the use of the E-Verify system for newly hired employees is an ongoing obligation for so long as the contractor provides labor under the contract and that the workforce eligibility of all newly hired employees will be properly verified using the E-Verify system.

      In accordance with Section 837.06, Florida Statutes, Contractor acknowledges that whoever knowingly makes a false statement in writing with the intent to mislead a public servant in the performance of his or her official duties shall be guilty of a misdemeanor in the second degree, punishable as provided in Section 775.082 or Section 775.083, Florida Statutes.

      In addition, the respondent certifies the contractor:
      (SELECT ONE)

       

    • Conflict of Interest Statement (required)

      Respondent shall disclose all material facts pertaining to potential conflicts of interest due to any other clients, contracts, or property interest for this project.

      Select "No" for no conflicts of interest
      Select "Yes" to disclose potential conflicts of interest

      Note: Respondents indicating "Yes" will be required to submit additional documentation as part of this response. Failure to provide documentation of a possible conflict of interest may result in disqualification. 

       

    • Conflict of Interest Statement (Attachment) (required)

      The respondent, by attachment to this response, shall submit all information which may be a potential conflict of interest due to other clients, contracts, or property interest for this project. 

      The statement may be in the form of a memo, table or narrative format in Portable Document Format (pdf).

    • Statement of Felony Convictions and/or Charges (required)

      Respondent shall disclose all material facts pertaining to any felony indictments or convictions in the last ten (10) years, or any pending felony charges, anywhere in the United States, against: 1) Respondent, 2) any business entity related to or affiliated with Respondent, or 3) any present or former executive employee, senior management, key employee, officer, director, stockholder, partner or owner of Respondent or of any such related or affiliated entity. This Disclosure shall not apply to any person or entity who is, or was, solely a stockholder, owning less than 5% of the outstanding shares of a Respondent whose stock is publicly owned and traded.

      Select "No" to indicate no felony convictions and/or charges during the time period specified above.

      Select "Yes" to disclose felony convictions and/or charges

      Note: Respondents indicating "Yes" will be required to submit additional documentation as part of this response. Failure to provide documentation of felony convictions and/or charges may result in disqualification. 

       

    • Statement of Felony Convictions and/or Charges (Attachment) (required)

      The respondent, by attachment to this response, submits a summary of all material facts pertaining to any felony indictments or convictions or any pending felony charges, anywhere in the United States during the last ten (10) years.

      The statement may be in the form of a memo, table or narrative format in Portable Document Format (pdf).

    • Statement of Local, State or Federal Entity Litigation (required)

      Respondent shall disclose a summary of past litigation and/or judgments entered against it by any local, state or federal entities for the past ten (10) years. Additionally, the Respondent shall disclose  any litigation and/or judgments entered against such entities for the same time period. 

      Select "No" to indicate no Local, State or Federal entity litigation during the time period specified above.

      Select "Yes" to disclose Local, State or Federal Entity Litigation

      Note: Respondents indicating "Yes" will be required to submit additional documentation as part of this response. Failure to provide documentation of Local, State or Federal entity litigation may result in disqualification. 

       

    • Statement of Local, State or Federal Entity Litigation (Attachment) (required)

      The respondent, by attachment to this response, submits a summary and disposition of individual cases of litigation and/or judgments entered by or against any local, state or federal entity, by any state or federal court, during the last ten (10) years.

      The statement may be in the form of a memo, table or narrative format in Portable Document Format (pdf).

    • Statement of Civil Conviction and/or Civil Litigation (required)

      Respondent shall disclose all material facts pertaining to any civil citations, infractions, or convictions for any reason, or any civil litigation, administrative proceeding, or notice of default during the last ten (10) years, anywhere in the United States, in which Respondent or any business controlled by or affiliated with Respondent is, or was, a party.

      Select "No" to indicate no civil convictions or civil litigation during the time period specified above.

      Select "Yes" to disclose civil convictions or civil litigation.

      Note: Respondents indicating "Yes" will be required to submit additional documentation as part of this response. Failure to provide documentation of civil convictions or civil litigation may result in disqualification. 

       

    • Statement of Civil Conviction and/or Civil Litigation (Attachment) (required)

      The respondent, by attachment to this response, submits a summary and disposition of civil convictions and/or civil litigation during  the last ten (10) years.

      The statement may be in the form of a memo, table or narrative format in Portable Document Format (pdf).

    • Anti-Human Trafficking (required)

      In accordance with #Solicitation Terms and Conditions, Respondent shall confirm they do not engage in or permit the use of coercion for labor or services as defined in Section 787.06(2), Florida Statutes. 

      By submitting an offer in response to this solicitation, the respondent acknowledges that, if recommended for award, the timely execution of a Human Trafficking Affidavit is a condition of the contract. 

      Failure to confirm shall deem the offer non-responsive.

    • Other Forms (if applicable)

      If none of the below are applicable leave this area blank

      Upload the following forms only if applicable:

    • BOND REQUIREMENTS

      Upload Applicable Items.

    • Statement of Compliance with Surety Requirements (required)

      Respondents indicating "BID BOND" below shall utilize the "Electronic Bid Bond" section of this portal to submit their documentation.

      Failure to provide a valid surety instrument shall result in disqualification.

      The required Bid Bond Template is provided on the County's Forms and Resources website (https://www.ocfl.net/vfr).

      Respondents are cautioned to refrain from editing the Bid Bond Template structure and requirements, any such deviations may result in rejection of the bid at the County’s sole discretion.

      For additional information see: #Bond Requirements and #Submittal Instructions & Solicitation Terms .

    • Electronic Bid Bond

      Use this feature to upload requirements:

      • Electronic Bid Bond with a certified and effectively dated copy of the Power of Attorney (required unless using alternative surety). Respondents shall ensure the County's required Bid Bond Template is utilized.

      Note: Offers exceeding $100,000 are required to comply with this requirement, failure to submit a bid bond shall deem the offer non-responsive.

      If offer is less than $100,000 you may leave this area blank

    • SUB-CONTRACTING
    • Sub-Contracting with Minority and Women Owned Business Entities (M/WBE) Goal Requirements (required)

      All Respondents are required to meet the following requirements A and/or B:

      1. Comply with M/WBE subcontracting goals established by the County Minority/Women Business Enterprise Ordinance, No. 94-02 and amended by Ordinance No.2009-21.
        The Goal for this Procurement is TBD.

        Complete and upload the following:
        Contract and Sub-Contract Goal Participation Schedule

      2. Respondents unable to fully comply with requirement A above (any submittal with M/WBE participation less than TBD) shall submit the following additional documentation to successfully demonstrate Good Faith Effort or qualified exception, or they shall be deemed non-responsive by the Procurement Manager.

        Complete and upload the following:
        Good Faith Effort Form and applicable attachments

        Submittal must include applicable documentation/evidence.

      The Contract and Sub-Contract Goal Participation Schedule and Good Faith Effort Form can be found at on the County's Forms and Resources website (https://www.ocfl.net/vfr).

      Note: Effective August 11, 2020, the Board of County Commissioners approved a change to the M/WBE Ordinance, removing the sliding scale from all construction formal solicitation opportunities.

    • Orange County Minority and Women Owned Business Entity Ordinance Information (required)

      By submission of a bid I am confirming the following:

      • The Minority and Women Owned Business Entity goal for this procurement is TBD.
      • Failure to either meet the above goal or document good-faith effort shall deem my bid as non-responsive.
      • I have been provided resources to assist with participation goals https://ocfl.diversitycompliance.com/FrontEnd/searchcertifieddirectory.asp?TN=ocfl
      • All listed sub-contractors and suppliers have been advised of the scope and dollar values attributed to them on this form.
      • If recommended for award, the timely submission of sub-agreements (if applicable) will be required to demonstrate program compliance prior to contract execution.
    • Schedule of Sub-Contracting (required)

      Provide a schedule of all sub-contractors anticipated to be engaged in this procurement.

      Complete and upload the following:
      Schedule of Sub-Contracting and Location

      The Schedule of Sub-Contracting and Location can be found at on the County's Forms and Resources website (https://www.ocfl.net/vfr).

    • Affirmative Steps for Sub-Contracting (required)

      2 CFR §200.321 (or 45 C.F.R. §75.330 for Health and Human Services funds) mandates that the Prime Contractor partakes in five “affirmative steps” designed to ensure that small and minority-owned, women-owned business enterprises, and labor surplus area firms have been, and for the duration of the project continue to be, afforded subcontracting opportunities.

       

      Complete and upload the following:
      Affidavit of Compliance with 2 CFR §200.321 Requirements

      Schedule of Sub-Contracting and Location

      These forms can be found at on the County's Forms and Resources website (https://www.ocfl.net/vfr).

       

    • FEDERAL PROCUREMENT STANDARDS
    • Certification Regarding Lobbying for Contracts, Grants, Loans, and Cooperative Agreements (required)

      The following certification and disclosure regarding payments to influence certain federal transactions are required to be made per the provisions contained in 31 U.S.C 1352, the “Byrd Anti-Lobbying Amendment.”

      Complete and upload the following:
      The Certification Regarding Lobbying for Contracts, Grants, Loans, and Cooperative Agreements.

      This form can be found at on the County's Forms and Resources website (https://www.ocfl.net/vfr).

    • Federal Debarment Certification Form (required)

      This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989) at 2 C.F.R. Part 180.

      Complete and upload the following:
      Federal Debarment Certification Form

      This form can be found at on the County's Forms and Resources website (https://www.ocfl.net/vfr).

    • Davis–Bacon Act (required)

      By checking this box, the respondent acknowledges receipt of the applicable U.S. Department of Labor wage determination(s) included in this solicitation and confirms understanding of, and intent to comply with, all requirements of the Davis–Bacon Act. The proposer further certifies that all covered workers will be paid not less than the prevailing wages and fringe benefits as determined by the U.S. Department of Labor, and that certified payroll records will be maintained and submitted as required.

    • SOLICITATION CHECKLIST
    • Mandatory Pre-Bid Conference (required)

      Respondent confirms that a representative of the firm was present at the Mandatory Pre-Bid Conference and signed in to the meeting, as required to document attendance.

    • Mobilization Fee Restrictions (required)

      The Bidder acknowledges and agrees that the mobilization fee shall not exceed any caps prescribed in the fee schedule. In the event of a miscalculation or submission of a mobilization line item exceeding this percentage, it is understood and agreed that the mobilization fee shall be capped as prescribed. The bidder acknowledges that the County will adjust the bid accordingly to reflect any prescribed caps, and the adjusted amount shall be used for purposes of evaluation, award and administration. This adjustment shall be made without further action or consent from the Bidder.

    • Acknowledgment of Addenda and Q&A (required)

      Respondent acknowledges that they are solely responsible for reviewing the latest questions and answer, notices and addenda associated with this procurement process. Failure to consider key information and changes within your submission may result in your offer being deemed non-responsive if key data or forms are omitted.

    • Quality Assurance for File Uploads (required)

      Respondent acknowledges that they are solely responsible for reviewing their submission to ensure all files and attached documents uploaded are uncorrupted. Failure to perform quality assurance on this submission may result in the offer being deemed non-responsive if key data is omitted or inaccessible.

    • Bid Additives (required)

      As part of this bid submittal the County is seeking pricing on bid additives and/or deductive. To this end, you are instructed as follows:

      Complete all required 

       

    • Procurement Objective
    • Project Overview (required)

      Provide 3-5 sentences about the objective of this procurement. Use proper grammar and formatting before copying and pasting here.

    • Project Estimate (required)

      IF APPLICABLE ONLY enter a statement concerning the estimated cost. Enter this in sentence format!

      ( e.g. "The Estimated Cost for this project is $465,000.00.")

      IF NOT APPLICABLE - ENTER A DASH ONLY ( e.g. "-")

    • Document Structure
    • Is a MANDATORY pre-bid conference required? (required)

      Consult with Supervisors before allowing mandatoryconferences.

    • Project Type (required)
    • Substantial Completion (required)

      Substantially complete in ______ calendar days from date of Official Notice to Proceed.

      Enter number of days in wordsand numbersbelow (lowercase):

      i.e. one hundred and eighty (180)

    • Final Completion (required)

      Final completion in ______ consecutive calendar days from date of Official Notice to Proceed.

      Enter number of days in wordsandnumbersbelow (lowercase):
      i.e. two hundred and ten (210)

    • What is the Consideration? (required)
    • Fee Schedule Structure (required)
    • Are Additives, Deductives, or Alternates a part of the bid form? (required)
    • County Permits (required)

      This question pertains to Orange County permits only. Permits from outside agencies are not required to be itemized.

    • Owner Direct Purchases (required)

      Is the County seeking to make Owner Direct Purchases through this contract?

    • Special Terms and Conditions (required)

      Select special terms and conditions to be included in your draft. These can be modified or deleted in editing later.

    • Regulatory Considerations
    • Is reciprocal preference a consideration of this procurement? (required)

      Default for this is "No". Consult with your supervisor before considering reciprocal preference.

    • Funding Considerations (required)

      Is Federal Funding a consideration of this Procurement?

      Carefully consider both funding sources and pass-through sources when answering.

    • Is Davis-Bacon Act (DBA) and prevailing wage a consideration of this contract? (required)
    • Enter Name of Federal Funding Agency (required)

      Orange County is/may be receiving federal funding through ________________________for the services solicited herein.

    • Sub-Contracting Impacts (required)

       

      • For Federal Compliance confirm you have identified sources using the Small Business Administration's Dynamic Small Business Search
        https://web.sba.gov/pro-net/search/dsp_dsbs.cfm

      • For Orange County Compliance confirm you have coordinated with the Business Development Division .

      SELECT ONE BELOW:

    • Minority and Women Owned Business Enterprise Goal (required)

      The Business Development Division has established the Minority and Women Owned Business Enterprise Goal at the following percentage:

    • Qualifications
    • Is a pre-qualification applicable to this procurement (required)
    • What is the solicitation number and title for the Pre-qualification? (required)

      Enter using this format:

      Y0-0000, Title of my Pre-Qualification Solicitation

    • Quantity of Similar Projects Required (required)

      Respondent shall supply a list of at least

    • Reference Type (required)

      Indicate if the references must be for Prime Contractor work onlyor if references are allowable for work as both a Prime Contractor and a Sub-Contractor.

    • Reference Time Period (required)

      References shall be within the last ___ years, immediately preceding the due date of bid submittal.

    • Risk Management Requirements

      The following insurance coverages are included by Default

      • Workers’ Compensation
      • Commercial General Liability
      • Business Automobile Liability
    • Specify any Additional Insurance Requirements: (required)
    • Are liquidated damages a consideration of this procurement? (required)
    • Amount of Liquidated Damages (required)

      Do not include a "$", enter only the numeric value.

    • Are bonds required for this project? (Bid/Payment/Performance) (required)
    • Evaluation Procedure
    • Configure Department Technical Evaluation (required)
      • Confirm by indicatingYES.
        Default value is configured to be yes - do not override.
      • Do not select NO.
        Only Supervisors are authorized to Override this setting.
        Standard Evaluation will have to be manually deleted.

        This is NOT Recommended.

    Key dates

    1. April 9, 2026Published
    2. May 7, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

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