SLED Opportunity · FLORIDA · SARASOTA COUNTY
AI Summary
Sarasota County seeks proposals for customer identity verification and credit check services with an anticipated 3-year contract term.
Request For Proposals
The County is seeking a qualified Proposer to provide customer identity verification and credit check services.
The County anticipates an initial contract term of 3 years.
Refer to the Solicitation Documents and Attachments section for minimum qualifications, scope/specifications, and insurance requirements.
Qualifications of the Proposer and individual experience of key personnel and proposed subconsultants.
Proposer’s past experience providing the requested services.
Proposed approach to providing the requested services.
Overall value provided to the County. Compensation will be scored individually by each member of the evaluation committee.
Only proposers who submit a Local and American Business Certification Form with their proposal will be considered for local and American business preference points.
Only proposers who submit a Local and American Business Certification Form with their proposal will be considered for local and American business preference points.
Qualifications and experience of key personnel, including subconsultants.
Qualifications and experience of key personnel.
Relevant experience of Proposer and subconsultants with projects that indicate proficiency in similar work.
Relevant experience of Proposer with projects that indicate proficiency in similar work.
Proposed approach to providing the required services including, proposer’s ability to meet time and budget requirements, anticipated impacts of a proposer’s current and projected workload on the project, organizational structure, and proposed project schedule.
Ten points will be awarded based on the location of the Proposer’s office. For the purposes of this section, “local” shall be defined as having a staffed office located within Sarasota, Charlotte, or Manatee County that has been in operation for one or more years. When calculating location points, the County will only consider information provided on the Proposer Information Form that is submitted with the proposal.
Proposers will receive 1 point for each project submitted on the Summary of Professional Experience & Capabilities Form that meets all of the following criteria. A maximum of 5 points is available for this criterion:
Proposers who submit proof of their certified minority business enterprise status as defined by the Florida Small and Minority Business Assistance Act, will be awarded 5 points.
All bidders are required to complete the Vendor Information Form. Bidders who fail to upload a completed Vendor Information Form with their submittal may be found non-responsive
All Proposers are required to complete the Proposer Information Form. Proposers who fail to upload a completed Proposer Information Form with their submittal may be found non-responsive.
All bidders are required to complete the Construction Bidder Information Form. Bidders who fail to upload a completed Construction Bidder Information Form with their submittal may be found non-responsive.
Proposers are required to upload their written proposal as a single document. File must be uploaded in a format that is compatible and easily read (pdf, doc, docx, etc.)
The written proposal should include the following Sections. Proposers are responsible for reviewing the Part I of the Solicitation Documents attached to this RFP for specific requirements for each section of the Written Proposal.
All bidders are required to provide a copy of the required Bid Bond. Bidders who fail to upload a copy of their Bid Bond with their submittal may be found non-responsive.
Upon notification by the County, the apparent low bidder will be required to deliver the original Bid Bond (or cashier’s check) to the County within 5 business days.
License requirements are specified in the solicitation. Bidders must submit proof of all required licenses with their submittal. License(s) must be active at time of bid opening.
Certification requirements are specified in the solicitation. Bidders must submit proof of required certifications with their submittal. Certifications must be achieved prior to bid opening. Bidders who fail to submit proof of required certifications may be found non- responsive.
Certification requirements are specified in the solicitation. Bidders must submit proof of required certifications with their submittal. Certifications must be achieved prior to bid opening. Bidders who fail to submit proof of required certifications may be found non-responsive.
Please download the below documents, complete, and upload. Bidders who fail to submit a completed Fee Proposal may be found non- responsive.
Bidders who qualify as a local or American business must download and complete the Local and American Business Preference Certification Form. Bidders who fail to complete and upload this form will not be considered for local or American business preference. Submittal of this form is optional.
Bidders submitting as a joint venture or partnership must complete the Joint Venture Form. Bidders who do not complete the Joint Venture Form and upload required documentation will not be considered as a Joint Venture. Submittal of this form is optional.
All responses submitted to Sarasota County are subject to the requirements of Florida Public Record laws. Bidders claiming an exemption from public records under Florida public records law must complete and upload the Public Records Disclosure form and all required documentation with their submittal. Submittal of this form is optional.
This solicitation includes additional requirements due to grant funding. By clicking Confirm, Bidder acknowledges receipt of those documents and confirms they will comply with any grant requirements Confirm that you have receive the grant documents and will comply if awarded the solicitation.
This solicitation includes additional requirements due to grant funding. Bidder must download and complete the required grant forms. Bidders who fail to upload the completed grant forms with their submittal may be found non-responsive.
If a bidder is meeting qualifications through demonstrated experience, they must complete the provided Contractor Qualification Form(s). Bidders who fail to upload completed Contractor Qualification Form(s) with their submittal may be found non-responsive.
If Bidder is meeting qualifications by being FDOT prequalified, they must complete the provided FDOT Prequalification Form. Bidders who fail to upload a completed FDOT Prequalification Form with their submittal may be found non-responsive.
If a Bidder is meeting qualifications by being FDOT prequalified, they must provide evidence of FDOT precertification for each required work class. Acceptable documents include (1) FDOT Pre-qualification Letter or (2) FDOT Certificate of Qualification. Bidders who fail to upload required documentation may be found non-responsive.
Proposers are required to upload their written proposal as a single document. File must be uploaded in a format that is compatible and easily read (pdf, doc, docx, etc.)
The written proposal should include the following sections. Proposers are responsible for reviewing Part I of the Solicitation Documents attached to this RPS for specific requirements for each section of the Written Proposal.
Proposers must download the Summary of Professional Experience & Capabilities Form and upload the completed form with their submittal. Proposers who fail to provide a completed Summary of Professional Experience & Capabilities form with their submittal may be found non-responsive.
Proposers must download the Current & Projected Workload Form and upload the completed form with their submittal. Proposers who fail to provide a completed Current & Projected Workload Form with their submittal may be found non-responsive.
Bidders submitting as a Certified Business Entity must complete the State of Florida Certified Business Entity Form Form. Bidders who do not complete the FL CBE Form and upload required documentation will not be considered as a FL CBE. Submittal of this form is optional.
Sworn Statement under Section 287.133(3)(a), Florida Statutes, on Public Entity Crimes. By answering "yes" to the statements below, vendor agrees to provide additional documentation upon request by the County. Vendors responding "no" may be deemed non-responsible.
*By responding "yes", vendor attests that neither the vendor, nor any officer, director, executive, partner, shareholder, employee, member or agent who is active in the management of the vendor nor any affiliate of the vendor has been convicted of a public entity crime subsequent to July 1, 1989.
All Respondents are required to download and complete the Foreign Country of Concern Attestation Form (PUR 1355). Respondents who fail to upload a completed Foreign Country of Concern Attestation Form (PUR 1355) with their submittal may be found non-responsive.
This attestation is required pursuant to Section 287.138 (4)(a), Florida Statutes which states:
(4)(a) Beginning January 1, 2024, a governmental entity may not accept a bid on, a proposal for, or a reply to, or enter into, a contract with an entity which would grant the entity access to an individual’s personal identifying information unless the entity provides the governmental entity with an affidavit signed by an officer or representative of the entity under penalty of perjury attesting that the entity does not meet any of the criteria in paragraphs (2)(a)-(c).
Respondent acknowledges that selected respondent(s) shall be required to submit a Common Carrier or Contracted Carrier Attestation Form (PUR 1808) prior to contract execution. The attestation form will be provided by the County.
This attestation is required pursuant to Section 908.111 (3), Florida Statutes, which states:
(3) A contract between a governmental entity and a common carrier or contracted carrier which is executed, amended, or renewed on or after October 1, 2022, including a grant agreement or economic incentive program payment agreement, must include:
Respondent acknowledges that selected respondent(s) shall be required to submit a Human Trafficking Attestation form prior to contract execution. The attestation form will be provided by the County.
This attestation is required pursuant to Section 787.06 (14), Florida Statutes, which states:
(14) When a contract is executed, renewed, or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services as defined in this section. For purposes of this subsection, the term "governmental entity" has the same meaning as in s. 287.138(1).
Select the solicitation method for this project.
Select all that apply
Would you like to have bidders respond to an electronic pricing table through OpenGov?
OpenGov Pricing Table should be the default for price based solicitations. Only use an excel spreadsheet when it is not possible to create an pricing table in OpenGov.
If you are NOT using the Electronic Pricing Table option, will you want your bidder to separate a Price Proposal from the rest of their Response? You'll want to do this if you open your bids initially WITHOUT showing price, and then come back in after a technical evaluation to unseal pricing later.
Will there be an evaluation committee to review the proposals and score them based on weights and multiple criteria?
Will the awarded vendor have access to an individual's personal identifying information per 287.138 FS?
Does the project involve the transportation or delivery of goods or passengers by common carrier?
Q (No subject): Can the County provide additional detail on how deposit determinations, fraud reviews, and adverse actions are currently performed (e.g., manual processes vs. system-driven workflows)? Additionally, does the County expect the selected solution to provide a web-based interface to manage these workflows?
A: Some processes are manually initiated, and others are automated or system-driven workflows. Yes, the County does expect the solution to provide a web-based interface to manage these workflows.
Q (No subject): Can the County provide additional detail regarding integration expectations with the UMAX Customer Information System, including how real-time API interactions and SFTP-based exchanges are expected to be utilized within the overall solution architecture? Additionally, are there any existing integration standards or constraints the selected vendor should be aware of?
A: The County’s current integration structure consists of two primary data streams between the UMAX Customer Information System and the service provider. Additional technical documentation has been included in Attachment A - Integration Design Document. The first data stream supports credit check functions and utilizes JSON via a REST API on an on-demand basis. The County prefers that any proposed solution remain as close as reasonably possible to this existing real-time API structure. The second data stream supports payment history reporting and currently uses text-based files transmitted via SFTP during the nightly business day batch process. The County is open to this process being converted to an API-based solution if supported by the vendor. No additional integration standards or constraints have been identified beyond standard secure data exchange requirements.
Q (No subject): Is the County currently utilizing a vendor for identity verification and credit check services? If so, are there specific challenges or gaps the County is seeking to address through this procurement?
A: Yes, the County currently contracts for identity verification and credit check services. The County is looking for a qualified Proposer to provide identity verification and credit check services, complying with Part II, Scope of Services. Vendors may describe solutions, complying with Part II, Scope of Services, as part of their proposal.
Q (Integration): 1. For the integration with Customer Information Services, what systems are you using?
A: The County is using UMAX
Q (No subject): Do you have middleware in place supporting integration services?
A: No, middleware is not used.
Q (No subject): For reporting, what reporting tools does the County have in place – Powerbi?
A: Yes, PowerBI is used for UMAX reporting.
Q (No subject): Support consumer dispute workflows – does the county have a tool supporting this and other workflows? Is it expected to replace or integrate into these workflows? Or update the flow based on information derived from the solution?
A: No, The County does not use consumer dispute workflows.
Q (No subject): For the service delivery and access: allows access to web based portal and secure systems integration options using API and SFTP. Are you simply looking for confirmation that our solution provides API’s or are you looking to integrate with other systems?
A: Yes, The County is looking to integrate with UMAX, our current CIS in use.
Q (Contract term & renewals.): Please confirm the initial term (e.g., x years) and any renewal options, plus the not‑to‑exceed total term (including renewals). (Part I §9 references a “Term Contract” template but does not specify duration.)
A: The County intends for a 3-year initial term contract, with 2 Optional 1-year renewals. As stated in Part 1 Section 9.2 of the project documents, Sarasota County reserves the right to contract for a term less than or greater than indicated in OpenGov.
Q (Evaluation criteria & weights. ): Please publish the scoring criteria and weights referenced for written proposals in OpenGov.
A: Please refer to the Evaluation Criteria in the project documents section of OpenGov for the evaluation criteria and their weights in the evaluation.
Q (volumes): Volumes & channels. Please provide anticipated annual and monthly transaction volumes, broken down by real‑time API vs. batch/SFTP vs. web‑portal lookups; expected concurrency/throughput for API; and average file sizes for batch. (Part II §6 and §2.F)
A: Annual: approximate 3,000 new accounts Monthly: approximate 250 Channels: Real-time API: 70–80%; Web portal: 15–25%; Batch/SFTP: 5–10% API: 5–15 concurrent requests; 20–40 transactions/minute Batch files: 1–5 MB; 100–1,000 records; periodic use
Q (Decisioning policy): For deposit determination, does the County have existing credit policy/thresholds and deposit matrix (e.g., score bands/attributes),f? (Part II §2.B)
A: The County uses a deposit matrix based on risk factors, including utility payment history: · Low risk: No deposit (e.g., no delinquent or late payments in 23 of the past 24 months and no unpaid utility debt) · Moderate risk: Standard deposit · High risk: Higher deposit and/or additional verification We use a system that specializes in risk management and identity verification designed specifically for utility providers to manage customer onboarding, reduce bad debt, and prevent fraud will support automated, configurable decisioning; final authority remains with the County.
Q (Employment screening.): define scope: is this limited to identity/credit‑based employment checks for utilities‑related roles, or broader background screening
A: No, Refer to Part II - Scope of Services, Section 1. Overview.
Q (CIS platform ): Which Customer Information System (CIS) is in use (vendor/version), and will the County provide API specifications, auth method (OAuth2/OpenID Connect, mTLS), and required message formats (JSON/XML)? (Part II §1 & §2.F)
A: Please refer to the answer provided to Question 4, and the information provided in Attachment A- Integration Design Document.
Q (Budget guidance): Is there an estimated budget/range the County can share, or a not‑to‑exceed for evaluation purposes?
A: The current contract is approved for a total not-to-exceed amount of $250,000 for the initial five-year term, with actual annual expenditures historically ranging between approximately $30,000 and $40,000. These figures are provided for reference only and do not represent a guarantee of future spending.
Q (use case ): Of the scope items (instant credit, deposit determination, fraud screening/Red Flags, bad‑debt prevention, debt recovery, employment screening), which are mandatory at go‑live versus optional/phase 2?
A: All items are mandatory at go-live.
Q (Incumbent status): Is this a new initiative or a re‑bid? If re‑bid, please identify the incumbent vendor(s) and whether the County will release incumbent usage/volume and pricing for benchmarking.
A: The incumbent vendor is ONLINE Information Services, Inc. dba ONLINE Utility Exchange and was procured through a single source. Refer to Question 11 for approximate usage/volume. Please see attached Attachment B- Contract Amendment No. 1 - Fee Schedule for current pricing.
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.