SLED Opportunity · FLORIDA · ORANGE COUNTY, FLORIDA

    Corrections FDC BAS Replacement and Fire Alarm Upgrade

    Issued by Orange County, Florida
    countyRFPOrange County, FloridaSol. 224650
    Closed
    STATUS
    Closed
    due Feb 17, 2026
    PUBLISHED
    Jan 5, 2026
    Posting date
    JURISDICTION
    Orange County,
    county
    NAICS CODE
    236220
    AI-classified industry

    AI Summary

    Orange County, FL seeks bids for Corrections FDC BAS Replacement and Fire Alarm Upgrade with an estimated cost of $6M. Electronic bids due by 4 PM EST on Feb 17, 2026 via OpenGov platform. Questions due Jan 22, 2026.

    Opportunity details

    Solicitation No.
    224650
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    January 5, 2026
    Due Date
    February 17, 2026
    NAICS Code
    236220AI 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 Corrections FDC BAS Replacement and Fire Alarm Upgrade (Y26-717)

    Sealed offers for furnishing the above will be accepted up to 4:00 pm EST on Tuesday, April 7, 2026.

    The Estimated Cost for this project is $6,000,000.00

    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: Thursday, January 22, 2026 at 5:00 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 julianne.foyil@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: Y26-717
    • Department: Administrative Svcs., Capital Projects
    • Department Head: Sara Flynn-Kramer (Division Manager)

    Important Dates

    • Questions Due: 2026-01-22T22:00:07.355Z
    • Pre-Proposal Meeting: 2026-01-13T19:00:53.300Z — 3723A Vision Blvd., Orlando, FL 32839 Logistics Conference Room located in the Maintenance/Facilities building.

    Meetings & Milestones

    EventDateLocation
    Site Visit2026-01-13T20:00:00.322ZGovernment issued picture ID required. Only 1 mobile phone allowed per person (to take photos). No firearms, tobacco/vaping products, or alcohol allowed. Any tool or apparatus to be brought into the secured area will need to be declared and approved to come into the area by Corrections.

    Addenda

    • Official Notice #1: Pre-Bid Sign-in Sheet (released 2026-01-23T14:38:09.830Z)
    • Addendum #1 (released 2026-01-26T18:32:37.049Z) —

      Addendum No. 1 to provide the revised specs & pictures of the roof in regards to Question and Answer # 1 & 4 in the Q/A Portal:

      Question 1:  Please provide new walk pad details

      Answer:  Use roof membrane manufactures walkways. 60 mil min, Gray, 30 in wide. See revised spec 07 54 04 attached in addendum # 1 

      Question 4:  During the scheduled site visit, we were unable to observe the conditions on the roof. Could another site visit be scheduled for roof access? 

      Answer:  There will be no additional site visit, but Facilities has provided pictures of the roof and the equipment attached in addendum # 1 

    • Addendum #2 (released 2026-02-02T12:24:14.687Z) —

      Addendum No. 2 addresses the following changes:

      1. The bid submission is changed from Thursday, February 5, 2026 by 4:00PM EST to Tuesday, February 17, 2026 by 4:00PM EST. 

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

    • Addendum #3 (released 2026-02-16T13:44:47.612Z) —

      Addendum No. 3 addresses the following changes:

      1. The bid submission is changed from Tuesday, February 17, 2026 by 4:00PM EST to Tuesday, March 3, 2026 by 4:00PM EST. 

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

    • Addendum #4 (released 2026-03-02T14:07:46.616Z) —

      Addendum No. 4 addresses the following changes:

      1. The bid submission is changed from Tuesday, March 3, 2026 by 4:00PM EST to Tuesday, March 17, 2026 by 4:00PM EST.

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

    • Addendum #5 (released 2026-03-11T15:08:55.979Z) —

      Addendum No. 5 addresses the following changes:

      1. The bid submission is changed from Tuesday, March 17, 2026 by 4:00PM EST to Tuesday, April 7, 2026 by 4:00PM EST.

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

    • Addendum #6 (released 2026-03-17T14:24:33.671Z) —

      Addendum No. 6 to provide the requested documents in regards to Question and Answer # 5, 12, 33 & 36 &  in the Q/A Portal:

      Question 5:  Can you please provide the Rational Analysis Report documentation for the smoke control system? 

      Answer:  Rational analysis is attached in addendum # 6

      Question 12:  What days of the week, and what hours, will be available for contractor to access construction areas? 

      Answer:  Per revised specification section 01010 attached in addendum # 6, 7am to 5pm, Monday through Friday, excluding County observed Holidays. 

      Question 33:  Please provide the original FSD details with Security Bars as it states on the existing As-builts. The As-builts show the Security Bars in the wall and the FSD just outside of the wall. 

      Answer:  As-builts are provided, drawings are attached in addendum # 6. 

      Question 36:  Please add the original Architectural Wall details showing how the existing interior block walls were designed and built. 

      Answer:  As builts provided, drawings are attached in addendum # 6.

    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 within the last five (5) years, immediately preceding the due date of bids for this Invitation for Bids. Failure to provide this information may be cause for rejection of the response.

      Similar Projects shall be defined as follows:

      Non-residential projects with a renovation or new construction budget of no less than $100,000.

      • At least one (1) project where construction took place at a high-security continuously open facility such as a correctional institution, airport, etc.

      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 three hundred and thirty five (335) consecutive calendar days from date of Official Notice to Proceed.
      3. Final completion in three hundred and sixty five (365) 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 five (5) 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 five (5) 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 five (5) 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 five (5) 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 five (5) 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 five (5) 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 shall result in rejection of the bid.

      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.

    Questions & Answers

    Q (Walk Pad Details ): Please provide new walk pad details

    A: Use roof membrane manufactures walkways. 60 mil min, Gray, 30 in wide. See revised spec 07 54 04 attached in addendum # 1


    Q (Integrators restricted from bidding ): Are the integrators bidding other than those listed as preferred, required to submit to a pre qualification round ?

    A: No. All qualified vendors are welcome to participate. The only requirement for any access control scope is that the integrator must be a Lenel-certified and authorized VAR.


    Q (Preferer Integrators ): You list Lenel "Preferer" Integrators as Security 101 and Convirgent Tech, are others allowed to bid ?

    A: Security 101 and Convergent are listed as Orange County preferred Lenel integrators because they are aligned with and support our enterprise environment, but that does not limit who can bid. All qualified vendors are welcome to participate. The only requirement for any access control scope is that the integrator must be a Lenel-certified and authorized VAR.


    Q (Site Visit - Roof): During the scheduled site visit, we were unable to observe the conditions on the roof. Could another site visit be scheduled for roof access?

    A: There will be no additional site visit, but Facilities has provided pictures of the roof and the equipment attached in addendum # 1


    Q (Smoke Control Rational Analysis Report): Can you please provide the Rational Analysis Report documentation for the smoke control system?

    A: Rational analysis is attached in addendum # 6


    Q (DDC Specs 230923-71 Training ): Per DDC Specs 230923-71, subsection 3.20 Training, a total of 144 hours are requested for training. Please confirm that 16 hours will be sufficient for the owner to be trained on the newly installed BAS. Note that the new controls will connect to the Corrections JCI Server and Facilities will be already familiarized with the system.

    A: Orange County will accept 16 hours of training with video recording provided at the completion.


    Q (DDC Specs 230923-20, 1.14 Warranty): Per DDC Specs 230923-20, subsection 1.14 Warranty, 36 months of warranty is requested. Please confirm if the intent is to have an extended warranty of 3 years, or to have a standard warranty of 1 year.

    A: Per specification 230923, the warranty period is 36 months for labor and materials.


    Q (BAS - Drawings M-202 Note 5 ): Per Drawing M-202 Note 5 Existing sensors and other control devices to remain. Provide new DDC Controller and connect existing sensors and devices to controller. This note applies for OAU-B-1, AHU-B-2 and AHU-B-3. Conditions of existing sensors and compatibility is unknown. New control drawings might reflect additional sensors that might not be existing. Please confirm if the intent is to simply replace the controllers, or if all sensors should be replaced too.

    A: The intent is to replace the controllers and reuse the existing sensors.


    Q (BAS - M-501 Control Drawing for Existing Constant Volume AHU): Per M-501 Control Drawing for Existing Constant Volume AHU, Humidity and CO2 Zone Sensors are shown, but not shown on the plans. These AHUs will have already return air temperature, humidity, and CO2 sensors. Please confirm if Zone Humidity and CO2 are required or not.

    A: Zone 1 and zone 2 humidity and CO2 sensors are required.


    Q (Smoke Detector Compatibility): Who will be responsible for upgrading the fire alarm system if the existing system is not compatible with currently available smoke detectors?

    A: The contractor. The Fire Alarm system is being upgraded as part of this project.


    Q (BAS - M-504 Control Drawing - Existing VAVs): Per M-504 Control Drawing - Existing VAVs shows Zone Temperature, Humidity, and CO2. Floor plans only show Temperature sensors. Please confirm if Humidity and CO2 are also required.

    A: Humidity and CO2 are required.


    Q (Access Hours): What days of the week, and what hours, will be available for contractor to access construction areas?

    A: Per revised specification section 01010 attached in addendum # 6, 7am to 5pm, Monday through Friday, excluding County observed Holidays.


    Q (Work Area): Will Contractor be limited to working one dorm at a time?

    A: The successful bidder will be allowed to close one dormitory at a time but have access to the other areas within the building. Access will be granted by Corrections through the Project Manager per specification section 010100 Work Sequence.


    Q (Roof Warranty): What type of roof is on this building? Is there a warranty on the roof? If so, who holds the roof warranty, and can the contact information for the installing contractor be provided?

    A: The warranty is under Everseal Roofing. Contact information will be provided by Facilities Maintenance at the Pre-Construction meeting.


    Q (Scissor Lift Storage): Will a location be available inside the building for the storage of scissor lifts?

    A: Heavy equipment that cannot be stored in a conex box will be stored in the construction area outside the secured perimeter.


    Q (No subject): In the event existing framed or block thru wall damper penetrations have hollow cavities, who will be responsible for making repairs per code?

    A: The contractor shall repair damper penetrations matching existing wall/roof construction.


    Q (Classroom Ceilings): Are the hard ceilings in the dorm classrooms plaster (concrete) or drywall?

    A: Existing Classroom ceilings are painted gypsum board


    Q (Crane Lift Locations): What areas from within the compound will a crane be allowed to set up for rooftop equipment lifts?

    A: The contractor will be allowed to setup in areas that do not restrict access of deliveries and emergency vehicles.


    Q (Razor Wire): If any needs to be moved, who will be responsible for moving coiled security razor wire along roof edges in order for contractor to gain access with ladders?

    A: The successful contractor will need to use the County vendor.


    Q (Escort Officers): What is the minimum number of escort officers that will be committed to this project daily? Due to the nature of this project, the number of escorting officers assigned daily will have a profound impact on the ability of the contractor to complete the project within a specified project duration. For example, if only two officers are assigned to this project each day, the 335 day substantial completion will be untenable.

    A: Construction projects are allotted 2 escorts.


    Q (No subject): Drawing E-401, the one-line diagram show a 200a 4p breaker. Is this breaker existing to remain?

    A: The breaker in the generator is a new 200A Breaker. Contractor to provide a circuit breaker with same number of poles as the existing breaker to be replaced.


    Q (No subject): Is there sufficient room for the installation of new system equipment while the existing system equipment is in place?

    A: It Is recommended that the contractor place all new fire alarm and smoke control panels and devices in the same location as the existing equipment that will be replaced. The following general note will be added to the fire alarm plans: EXISTING FIRE ALARM AND SMOKE CONTROL PANELS, ANNUNCIATOR PANELS, DEVICES, ETC. SHALL REMAIN IN SERVICE UNTIL REPLACED BY THE NEW EQUIPMENT AS SHOWN ON THE PLANS. CONTRACTOR SHALL COORDINATE WITH OWNER FOR CONSTRUCTION SEQUENCING AND LOCATION STAGING SCHEDULE.


    Q (Smoke Exhaust System Testing): Who is the current Fire Alarm company in charge of testing the smoke exhaust system? When was the last time the smoke exhaust system was tested? Can the most recent certificate be provided? Can a test be done prior to the start of construction?

    A: The alarm is self monitored. The exhaust system has not been tested within the last 5 years.


    Q (Fans): Can the Smoke Exhaust Fans be staged on the roof? If not, each fan will need to be handled individually, and will require two crane lifts (one for demo, one for install)

    A: They can be staged as long as the load from the fans does not exceed the 20 pounds per square foot (design roof live load).


    Q (Prebid Sign-In Sheet): Can the Prebid Sign-In Sheet be uploaded?

    A: The pre-bid sign-in sheet has been provided via notice on the Addenda & Notices page


    Q (No subject): A typical F/S Damper will require an average of three days to replace, due to the steps required in the replacement (demolition of the existing damper, filling of voids in the wall, inspection of the wall penetration, installation of the new damper, inspection of the spacing between wall and damper, installation of brackets holding the damper, and final inspection of said brackets). While each damper is being replaced, the ductwork it is connected to cannot be utilized for airflow purposes. It is imperative that inmates and staff are relocated from each section affected by these airflow interruptions.

    A: There will be some offices that can have staff relocated but areas such as the clinic, main control, records, etc. will not be able to relocate personnel and/or functions.


    Q (Temp AC): In areas where temporary AC is required, will spot coolers suffice?

    A: Orange County Facilities guidelines for indoor temperature between 68-76o F.


    Q (Hard Ceiling Openings): If any openings are required to be made in hard ceiling for the installation of F/S Dampers, will these temporary openings need to be covered while not in active use? If so, will plywood and tapcons suffice to temporarily cover these openings?

    A: Openings will need to be covered while not in active use. The Orange County Facility Management team at the Corrections Facility will need to provide direction on the acceptable security measures.


    Q (M-504 - VAV Count): Per M-504, Control Drawing for existing VAVs shows typical of 48. Per schedule and floor plan quantity is 38. Please confirm the quantity of existing VAVs is 38.

    A: The quantity of existing VAVs is 38.


    Q (No subject):

    A: Do all FSD’s get Security Bars, or do we follow what is on the As-builts provided? Per the Florida Model Jail Standard, “Ducts penetrating inmates’ access areas, which exceed five inches (5”) in length and width, shall have security grilles securely anchored wherever ducts penetrate secure walls, ceilings, or floors.” Ducts in non-secure walls or ducts that are 5 inches or smaller in length and width do not need security grilles.


    Q (No subject):

    A: Please provide a Fire Smoke Damper/Security Bar detail for this project, or should we assume, there will be no Security Bars needed with the new FSD’s? Provide a FSD with factory installed security bars in a common sleeve for ducts penetrating inmates’ access areas. 1-1/2 hour rated, UL555 Classified fire and fire/smoke dampers are available with factory installed security bars in a common sleeve. The fire or fire/smoke damper maintains the UL classification.


    Q (No subject):

    A: On Drawing MD-301, Key Note 1 states to demo the seven existing smoke supply fans and cap and seal curb per architectural drawings. The structural drawings (S-301) describe which curbs to cap, and which to infill, except for SPF-A-2. Is this fan curb to be capped, or infilled? Same answer is needed for SPF-B-2 on MD-302, and SPF-D-3 on MD-304. The curbs for SPF-A-2, SPF-B-2, and SPF-D-3 shall be infilled.


    Q (No subject):

    A: Please provide the original FSD details with Security Bars as it states on the existing As-builts. The As-builts show the Security Bars in the wall and the FSD just outside of the wall. As-builts are provided; drawings are attached in addendum # 6.


    Q (No subject):

    A: It is imperative that we have another walk through with a ladder to view above the ceilings in Area C and one of the classroom areas in A or B on the 2nd Floor. No additional site walk is allowed at this time.


    Q (No subject):

    A: Is the Prime Contractor responsible for Proper Pressure Differentials, Door Opening Forces and Door Operation if existing doors fail during testing? Or will this be considered a CO due to not knowing how many doors fail. Prime contractor is responsible for functioning system.


    Q (No subject):

    A: Please add the original Architectural Wall details showing how the existing interior block walls were designed and built. As-builts provided; drawings are attached in addendum # 6.


    Q (No subject):

    A: On the pictures, it appears that each fan has lightning protection connected to it; however, I did not see anything in the drawings nor the specifications about this. Is the existing lightning protection to be disconnected and reattached to the replacement rooftop equipment? And will new lightning protection need to be run to the new rooftop equipment? New lightning protection air terminals, connections, and conductors shall be provided for the new rooftop equipment. These new lightning protection components will be connected to the existing lightning protection grid.


    Key dates

    1. January 5, 2026Published
    2. February 17, 2026Responses Due

    AI classification tags

    Frequently asked questions

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

    SamSearch Platform

    Stop searching. Start winning.

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