SLED Opportunity · COLORADO · CITY OF WHEAT RIDGE

    Door Access Readers

    Issued by City of Wheat Ridge
    cityRFPCity of Wheat RidgeSol. 247026
    Closed
    STATUS
    Closed
    due Apr 16, 2026
    PUBLISHED
    Mar 18, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    561621
    AI-classified industry

    AI Summary

    The City of Wheat Ridge, Colorado, requests proposals to replace its AMAG access control system with an integrated solution enhancing physical security. The RFP includes hardware, software, implementation, training, and ongoing costs. Evaluation focuses on firm capabilities, approach, plan effectiveness, and pricing. Pre-proposal site walk scheduled for April 6, 2026.

    Opportunity details

    Solicitation No.
    247026
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    March 18, 2026
    Due Date
    April 16, 2026
    NAICS Code
    561621AI guide
    Agency
    City of Wheat Ridge

    Description

    The City of Wheat Ridge is seeking responsive and responsible proposals to replace the existing AMAG system around the City for access control. The preferred system will integrate with existing security systems and allow for increased flexibility and improved physical security.

    Background

    The City of Wheat Ridge (the “City”) Municipal Building is located in the northwest Denver metropolitan area, with municipal offices at 7500 W 29th Avenue, Wheat Ridge, CO 80033. The City’s area consists of about nine square miles of rolling land adjacent to the Interstate 70 transportation corridor between Denver and the Rocky Mountains.  The topography is somewhat unique, with a natural ridge traversing the City. The City is a suburban community of approximately 33,000 residents. Wheat Ridge is a home-rule municipality with an elected mayor and eight council members, and a Council- Manager form of government. Wheat Ridge recognizes the Best Value procurement model which allows the City to appoint suppliers that best meet the needs of the City, taking into consideration proposer qualifications, price, products, and service capabilities and other factors relevant to the City’s policies, programs, administrative resources, and budget.

    Project Details

    • Reference ID: 26-17
    • Department: IT Services
    • Department Head: Jesse Dubin (IT Manager)

    Important Dates

    • Questions Due: 2026-04-06T20:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-06T17:00:00.000Z — Wheat Ridge City Hall No agenda, we will walk the site and answer any questions that arise.

    Addenda

    • Addendum #1 (released 2026-04-13T17:42:58.917Z) —

      Photos of current access control panel boards for each building. Photos can also be located under Attachments. 

    • Addendum #2 (released 2026-04-13T20:05:17.509Z) —

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

    Evaluation Criteria

    • Firm Capabilities and References for Similar Work Completed by Proposed Team (20 pts)
      1. Provide an overview of your company’s history. Include information on management, firm size, number of employees, years in business, location of working office, and other DBA’s.
      2. Provide references for projects of similar size and scope: include the name, current phone number and email address of the owner’s project manager for each project listed. Provide total dollar amount and a brief summary of the work performed, listing any sub-consultants you may have partnered with.
      3. Demonstrate experience in overseeing and coordinating multiple, concurrent projects.
      4. Discuss your firm’s familiarity with the project area and local market.
      5. State any MBE/WBE, disadvantaged business enterprise participation.
      6. Provide a statement agreeing to provide and maintain insurance per the RFP requirements, if awarded.
      7. Disclose any relationships the owner or employees may have that could be construed or perceived as personal or organizational conflicts of interest.
      8. Provide a brief summary regarding your firm’s financial stability. Disclose whether or not your firm or any affiliates have filed for bankruptcy or reorganization under bankruptcy laws.
    • Scope of Submission (15 pts)
      1. Provide resumes of essential staff; indicate experience with similar projects, credentials of training, education, and certifications, and lengths of time with the company,
      2. Outline experience and references of the project manager on similar projects in the same capacity.
      3. Describe individual experiences with the City or other government agencies. Detail experience in the Denver metropolitan and other areas in Colorado.
      4. Describe any prior client relationships that were not renewed after the agreed upon term and why.
      5. Describe the unique strengths and relevant experience your firm offers.
      6. Provide any instances in the past 5 years of client-firm dispute resolution and whether or not the dispute was resolved to the satisfaction of both parties and if not be prepared to explain why.
    • Effective Approach and Timeline (20 pts)
      1. Provide information on current and projected (next 9 months) workload and how this project will be accomplished within that framework, outlining various phases, if any.
      2. Detail your approach in managing work to meet project deadlines, or an expedited schedule if needed.
      3. Identify any foreseeable problems in the implementation of the program.
      4. Describe how the objectives identified will be achieved.
      5. Demonstrate your understanding of the technical requirements.
    • Plan Effectiveness (15 pts)
      1. Discuss your customer service philosophy and your firm’s approach toward client communication and reporting.
      2. Discuss quality control methodology, including adherence to widely accepted standards.
      3. Discuss your firm’s billing procedures, claims processing, reporting, collection, and customer service policies.
      4. Detail any value-added services such as reporting, training, public outreach, educational programs, resources, health and safety programs, investments, or service at public events.
    • Price and/or Total Cost of Ownership (30 pts)
      1. Pricing must be presented as:
        1. Hardware
        2. Software Licensing
        3. Implementation Services
        4. Training
        5. Annual Recurring Costs
      2. Specify a maximum percentage of increase for renewal years subsequent to initial contract.
      3. Rates are negotiable.

    Submission Requirements

    • ACKNOWLEDGEMENTS
    • Non-Discrimination Assurance Title VI Regulations at 49 CFR Part 21 (required)

      Title VI of the Civil Rights Act of 1964 prohibits discrimination of the basis of race, color or national origin by any entity receiving Federal financial assistance.

      The City of Wheat Ridge is a recipient of Federal financial assistance and as such, it—as well as all of its responsible agents, contractors and consultants—is required by the United States Department of Transportation Title VI Regulations at 49 CFR Part 21 (the Regulations) to assure nondiscrimination. The City of Wheat Ridge assures that no person shall be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination on the grounds of race, color, or national origin under any program or activity conducted by the City.

      All bidders are hereby notified that the City of Wheat Ridge will affirmatively ensure that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color or national origin in consideration for an award.  This applies to all solicitations for bids for work or material subject to the Regulations, and for all proposals for negotiated agreements.

      By clicking "Please confirm" below, the bidder agrees as follows:

      1. The bidder shall comply with the provisions of Title VI of the Civil Rights Act of 1964.
      2. The bidder assures the City of Wheat Ridge that disadvantaged business enterprises are afforded full opportunity to submit bids as sub-contractors or sub-consultants and will not be discriminated against on the grounds of race, color or national origin in consideration for award.
      3. The bidder shall comply with all reasonable requests made in the course of an investigation of Title VI, the Regulations and this assurance by the Colorado Department of Transportation, the US Department of Transportation or the City of Wheat Ridge, as a sub-recipient of Federal financial assistance.
      4. The bidder agrees that the United States has a right to seek judicial enforcement with regard to any matter arising under Title VI, the Regulations and this assurance.
    • Non-Collusion Affidavit (required)

      The Contractor, of lawful age, being duly sworn, on oath says that (s)he is the agent authorized by the Bidder to submit the attached bid. Affidavit further states that the Bidder has not been a party of any collusion among Bidders in restraint of freedom of competition by agreement to bid at a fixed price or to refrain from bidding; or any Federal, State or Municipal official or employees as to quantity, quality, or price in the prospective Contract, or any other items of said prospective Contract; or in any discussions between bidders and any Federal, State or Municipal official concerning exchange of money or other thing of value for special consideration in the letting of a Contract.

    • Contractor acknowledges they: (required)
      1. Have read the RFP documents thoroughly prior to submitting a proposal,
      2. Will fulfill the obligations in accordance to the scope of work or specifications, terms, and conditions,
      3. Are capable of performing quality work to achieve the City objectives, and
      4. Are submitting without collusion with any other individual or firm.

      By clicking "Please confirm" the contractor agrees to the above.

    • OWNERSHIP/MANAGEMENT, PROJECT MANAGEMENT, SUPERVISORS, AND RELATED ENTITIES
    • Principle In Charge Name (required)
    • Principle in Charge Email (required)
    • Type of Business Organization (required)
    • State in which incorporated
    • Joint Venture
    • Contact Information (required)

      Name, position, and address of contract person regarding the information on this form.

    • Number of years your firm has done business under current name? (required)
    • Previous Names or Partnerships

      Previous firm names and / or partnerships (or firms you have had any interest in), and number of years of each name

    • CONTRACTING HISTORY
    • Major Account History (required)

      Attach a list of all major accounts for the past two (2) years. For each account indicate the following:

      • Original contract bid amount
      • Owner (address, telephone number, and contact name)
      • Account services provided
      • Litigation or claims related to each project—state nature of claim(s), the parties, the dollar value, the status and outcome—including the value of any judgment(s) or settlement(s)
      • Name, address, and phone number(s) of reference(s)
    • Company Availability (required)

      List major equipment, facilities, number and type of employees available for City contract work. Specify type of work normally done by your forces, and type of work you normally subcontract.

    • Have you ever terminated or abandoned any work prior to completion, or had work completed by others? (required)
    • If yes, describe the situation (required)
    • Has your firm—or any firm you have had any interest in—ever been debarred or prohibited from contract work with any government or private institution? (required)
    • If yes, describe the situation: (required)
    • City Staff will evaluate all qualification forms. The evaluation will include the following: (required)
      • Verification of statements and information provided
      • Ability to perform work of similar nature
      • Financial stability and capability
      • Any pattern of controversy, poor management, delayed claims, late completion, inferior service or equipment, or other undesirable characteristics

      This qualification process is not intended to restrict competition. The intent is to protect the City’s legitimate interests by ensuring that vendors are competent, capable of quality work, and financially able to complete the work awarded.

    • COMPLIANCE WITH LAWS AND OTHER REGULATIONS

      If “Yes” is answered to any of the following questions in Sections IV, V, or VI, please provide details—including a brief summary of cause(s) of action, indicating if applicant firm, owner, or affiliate firms were plaintiffs (P) or defendants (D); define charges explicitly, identifying by what authority, court, or jurisdiction charge(s) were made. Complete details are required.

      NOTE: For Sections IV and V below, the definition of an “investigation” includes:

      • An appearance before a grand jury by representatives of the firm
      • Any oral or written inquiry or review of the firm’s documents by a governmental or law enforcement agency or investigative agency
      • Questioning of employees concerning the general operation or specific activities of the firm
    • Public Benefit

      I, the vendor, swear or affirm under penalty of perjury, and under the laws of the State of Colorado, that: (select an option below)

      I understand that this sworn statement is required by law because I have applied for a public benefit. I understand that State law requires me to provide proof that I am lawfully present in the United States prior to receipt of this public benefit. I further acknowledge that making a false, fictitious, or fraudulent statement or representation in this sworn Affidavit is punishable under the criminal laws of Colorado as perjury in the second degree under C.R.S. 18-8-503 and it shall constitute a separate criminal offense each time a public benefit is fraudulently received.

    • Acceptance of Conditions Statement (required)

      City of Wheat Ridge prohibits contracting with firms that employ certain relatives of City employees, unless the City Council determines that the making of such a contract is in the City’s best interest. No City Council member, member of a City Board or Commission, Municipal judge, City Manager, City attorney(s), or employee of the City of Wheat Ridge—or any such person’s spouse, child, parent, brother, sister, dependent or person assuming a relationship being the substantial equivalent of the above—has an existing or pending (direct or indirect) financial, pecuniary, or personal interest in the proposing firm or this Request for Proposal (RFP)

    • References
    • Reference Authorization (required)

      I authorize the City of Wheat Ridge to contact the following listed references.

    • Reference #1 (required)

      Reference Contact Name

    • Company Name (required)
    • Email (required)
    • Phone Number (required)
    • Project Information (required)

      Brief overview of projected completed.

    • Reference #2 (required)

      Reference Contact Name

    • Company Name (required)
    • Email (required)
    • Phone Number (required)
    • Project Information (required)

      Brief overview of projected completed.

    • Reference #3 (required)

      Reference Contact Name

    • Company Name (required)
    • Email (required)
    • Phone Number (required)
    • Project Information (required)

      Brief overview of projected completed.

    • ADDITIONAL DOCUMENTATION REQUIRED

      Additional document copies to be submitted with this application:

    • Pricing Proposal (required)
      1. Pricing must be presented as:
        1. Hardware
        2. Software Licensing
        3. Implementation Services
        4. Training
        5. Annual Recurring Costs
    • Contract Term (required)

      Enter the contract term for your project.

      Example: one (1) year with the option to renew for four (4) one-year periods 

    • Pricing (required)
      • Choose Option 1 when you have set line items, for example:
        • This is a quote for goods or commodities
        • This is a public works bid, with a pricing table that can be uploaded into OpenGov Procurement from an Excel spreadsheet.
        • Seeking services for hourly rate schedules.
      • Choose Option 2 when you need vendors to provide you with the line items.

    Questions & Answers

    Q (No subject): Please confirm whether any new doors are to be included in the project scope for installation of access control readers.

    A: At this time, the project is focused on replacement of existing access control systems. No new doors are specifically identified


    Q (No subject): Please provide floor plans and/or drawings showing the locations of all existing access-controlled doors and associated access control panels.

    A: The City is currently working on updated floor plans that will show all existing access-controlled doors and associated equipment. These will be provided when available. Control Panels & Reader Counts by Location: Public Works – 11220 W 45th Ave 1 control box 6 readers (includes gate control) Recreation Center – 4005 Kipling St 1 control box 6 readers Active Adult Center – 6363 W 35th Ave 1 control box 2 readers Anderson Pool – 4355 Field St 1 control box 3 readers Anderson Park Shops – (address TBD) 1 control box 2 readers PNSB – 7490 W 45th Ave 1 control box 4 readers Evidence Building – (located at Public Works) 1 control box 4 readers City Hall – 7500 W 29th Ave 6 control boxes (although I count 8 boxes on the wall) 61 readers


    Q (No subject): Please clarify whether the scope of work includes replacement of the existing access control cabling infrastructure, or whether existing cabling is to be reused where feasible.

    A: Existing cabling is to be reused where feasible.


    Q (No subject): Please confirm whether the project requires installation or replacement of door hardware at any existing openings, including electromagnetic locks, electric strikes, or other electrified locking devices.

    A: The project primarily focuses on replacing access control components. Existing door hardware (maglocks, strikes, etc.) should be reused where feasible and in good working condition. Vendors may recommend replacement of hardware where necessary to meet current code or system requirements. Most readers will need to be replaced.


    Q (No subject): Please confirm the number of doors, if any, that require kick plates to be installed as part of this project.

    A: Kick plates are currently only installed at the City Hall Police Department booking area, specifically on the four doors that are part of the man trap system. There are a total of 6 kick plates and 2 buttons in that area.


    Q (No subject): Please clarify whether proposers should assume reuse of the existing server hardware infrastructure, or whether new servers and workstations are required.

    A: We use Microsoft Hyper-V and can create new virtual machines for you to use as servers.


    Q (No subject): Please confirm whether server redundancy is required as part of the proposed solution.

    A: Redundancy (and prod/dev servers) are not required but are preferred.


    Q (No subject): Please identify the systems with which the new access control system must integrate.

    A: There are no required system integrations as part of this project. However, the City would prefer a solution that has the capability to integrate with other systems such as video surveillance (currently Verkada), Microsoft Entra ID for authentication, and other potential future systems.


    Q (No subject): Please confirm whether badging workstations are required and, if so, provide the required quantity.

    A: We would prefer a solution where users can access the badging system from their desktop PCs and print to a network printer. However, the current printer does not reliably function on the network, so new printer(s) may be required.


    Q (No subject): Would the City prefer responses to be organized strictly under the evaluation criteria headings, or may proposers use their own section structure provided the response clearly cross-references each evaluation item?

    A: Proposers may use their own response structure, provided that all evaluation criteria are clearly addressed and cross-referenced.


    Q (Scope and Site): How many total buildings or facility locations are included in this replacement? The RFP references 'around the City' but only City Hall is specifically mentioned.

    A: Control Panels & Reader Counts by Location: Public Works – 11220 W 45th Ave 1 control box 6 readers (includes gate control) Recreation Center – 4005 Kipling St 1 control box 6 readers Active Adult Center – 6363 W 35th Ave 1 control box 2 readers Anderson Pool – 4355 Field St 1 control box 3 readers Anderson Park Shops – (address TBD) 1 control box 2 readers PNSB – 7490 W 45th Ave 1 control box 4 readers Evidence Building – (located at Public Works) 1 control box 4 readers City Hall – 7500 W 29th Ave 6 control boxes (although I count 8 boxes on the wall) 61 readers


    Q (Scope and Site): Of the 92 existing door readers, how many are interior vs. exterior locations? How many are vehicle gate readers?

    A: The City currently has one vehicle gate reader located at Public Works. There are 21 exterior door readers across the following facilities: Public Works – 5 City Hall – 5 Recreation Center – 2 Anderson Building – 2 Anderson Park Shops – 2 Evidence Building – 2 PNSB – 2 Active Adult Center – 1 The remaining readers are located on interior doors throughout the facilities. Vendors should validate all counts during site walkthroughs.


    Q (Scope and Site): What is the condition and reusability of existing door hardware (strikes, maglocks, request-to-exit devices, door contacts)? Is the City expecting full door hardware replacement or reader/controller replacement only?

    A: Existing hardware varies in age and condition. The City expects vendors to reuse existing hardware where feasible; however, vendors should evaluate and recommend replacement where equipment is outdated, non-compliant, or incompatible with the proposed solution. All readers will need to be replaced.


    Q (Scope and Site): Are there any ADA-compliant power door operators at currently controlled doors that will need integration?

    A: No, there are currently no ADA-compliant power door operators tied into the system. However, we would like to have the option to integrate them in the future.


    Q (Existing System): What specific AMAG controller model(s) are currently deployed (e.g., AMAG Symmetry M2100, M3100)? Are any of the existing panels Mercury-based?

    A: The City currently utilizes the following access control node hardware: multiNODE 2100 / 2150 Series DBU Used at: City Hall (SC), Recreation Center (RC), Public Works (PW Ops), PW Garage, PD Municipal (multiple chains), Active Adult Center (AC), Shops, PFOS, and other facilities multiNODE 2150 Series 4DBC Used at: PD Municipal (select chains), 7490 W 45th Ave, Evidence Building All nodes are configured using standard HID 26-bit / 37-bit Wiegand formats, with card capacities typically set between 20,000 and 100,000, depending on node type.


    Q (Existing System): Can the City provide existing wiring documentation, panel schedules, or as-built drawings showing controller locations, cable runs, and reader wiring?

    A: The City has limited existing documentation available. We can provide drawings showing current reader and control panel locations; however, detailed wiring diagrams, panel schedules, and as-built documentation are not available. Vendors should plan to validate all field conditions during site walkthroughs.


    Q (Existing System): Is the expectation a full rip-and-replace of all infrastructure, or a phased migration that reuses existing wiring and hardware where possible and code-compliant?

    A: We will reuse existing wiring and hardware where possible, and we are open to the plan which is the least disruptive to our users.


    Q (Existing System): Will the City export existing credential/user data from the current AMAG system for migration, or will all 400+ users need to be re-enrolled from scratch?

    A: The City can export existing credentials and user data from the current AMAG system. However, would prefer to re-enroll from scratch, as it may provide an opportunity to clean up outdated records and ensure accuracy.


    Q (Network and IT): Does the City have existing PoE-capable network switches at or near all controller/reader locations, or will network infrastructure upgrades be required?

    A: We do have POE-capable switches, although we will need to collaborate to make sure we have enough POE ports for the number of readers.


    Q (Network and IT): Does the City have a preference for cloud-managed vs. on-premises deployment? If on-premises, does the City have existing server infrastructure available for the access control head-end?

    A: Cloud-managed is preferred but not necessarily required. We do have server infrastructure.


    Q (Network and IT): Are there any cybersecurity compliance frameworks required for this system (e.g., NIST 800-53, StateRAMP, FedRAMP)? The RFP references federal funding — does that impose specific IT security standards on the selected platform?

    A: We follow NIST 800-53 for CjiS compliance.


    Q (Network and IT): Does the City use an existing Identity Provider (e.g., Microsoft Entra ID / Azure AD, Okta) that the new system should integrate with for SSO?

    A: Good question! We use Entra ID and would like to integrate with that. Any sign-ons should use MFA.


    Q (Credentials and Badging): What credential technology is currently in use — 125kHz proximity (HID Prox, EM4100) or 13.56MHz smart card (HID iCLASS, SEOS, DESFire)?

    A: The City is currently using legacy proximity-based credentials. The intent of this project is to move toward a more secure, modern credential technology. Vendors should propose recommended credential types.


    Q (Credentials and Badging): Does the City currently have a photo ID badge printer and badging software? If not, is procurement of a badging workstation expected to be part of this proposal?

    A: The City currently has two badging workstations, each equipped with an HID Fargo DTC4500e printer. If these printers are compatible with the proposed solution, the City would prefer to continue using them. Otherwise, vendors should include replacement badging equipment as part of their proposal.


    Q (Credentials and Badging): Are there specific badge design templates or branding requirements for department-specific badges?

    A: The City currently uses a badge design that features the City logo at the top, followed by the user’s photo and name, with the department and division listed below. The reverse side of the badge currently includes the user’s title and phone number. The City is open to updating the badge design as part of this project; however, we would prefer to retain the user’s photo and name as core elements.


    Q (Integration): What specific existing security systems does the City expect the new access control system to integrate with (e.g., video surveillance VMS, intrusion/alarm panels, visitor management, intercom)?

    A: There are no required system integrations as part of this project. However, the City would prefer a solution that has the capability to integrate with other systems such as video surveillance (currently Verkada), Microsoft Entra ID for authentication, and other potential future systems.


    Q (Integration): Does the City's existing video surveillance system have an open API or SDK available for integration? What VMS platform is in use?

    A: The City currently utilizes Verkada as its video management system (VMS). Integration with the VMS via API or other supported methods would be preferred but is not required as part of this project.


    Q (Pricing and Contract): Is the City open to a hardware-as-a-service (HaaS) or subscription-based pricing model, or is the preference a one-time capital purchase for hardware with separate annual software/support costs?

    A: The City is open to both capital purchase and subscription-based models. Vendors should provide clear pricing for both options where available.


    Q (Pricing and Contract): Is the City open to leveraging an existing cooperative purchasing contract (e.g., Sourcewell, NASPO ValuePoint, OMNIA Partners, TIPS) for hardware procurement to expedite the award timeline?

    A: Yes, the City frequently utilizes cooperative contracts.


    Q (Pricing and Contract): The RFP specifies prices must remain firm for one year with escalation capped at 10%. Does this cap apply to both hardware/software and labor rates, or only to recurring service costs?

    A: Generally, the City will accept 3-5% rate increase year over year. Anything over 10%, regardless of the commodity, will trigger a new solicitation.


    Q (Count clarification ): Please provide number of card readers, kick plates, panic buttons and strobes to be included as part of the scope.

    A: Card Readers: Approximately 92 total Vehicle Gate Readers: 1 (Public Works) Kick Plates: 6 (located at City Hall Police Department booking man trap doors) Panic Buttons: 2 in City Hall PD Investigations 1 at City Hall Lobby 1 in City Hall Admin 1 at Public Works (gate) 2 at Anderson Building 1 at PNSB Door Open/Release Buttons (RTE): 2 in PD Investigations 1 in PD Admin 1 at the City Hall front lobby marshal desk 1 at Public Works (gate) 1 in City Hall Admin (to be confirmed) Strobes/Alarms: 8 total Vendors should validate all quantities and locations during site walkthroughs.


    Q (Annual Maintenance): Is there a budget the city has for annual maintenance as part of this RFP?

    A: Yes. Vendors should be transparent about recurring annual maintenance costs as well as implementation and capital costs.


    Q (Equipment to reuse): Please confirm we are to reuse all existing door hardware and cable.

    A: Existing cabling and door hardware should be reused where feasible and in good condition. Most door hardware will be reusable, cabling might not be.


    Q (IT closet): Please provide locations of IT closets that have existing Access Control Headend equipment for all city buildings that are part of this RFP.

    A: Control Panels & Reader Counts by Location: Public Works – 11220 W 45th Ave 1 control box 6 readers (includes gate control) Recreation Center – 4005 Kipling St 1 control box 6 readers Active Adult Center – 6363 W 35th Ave 1 control box 2 readers Anderson Pool – 4355 Field St 1 control box 3 readers Anderson Park Shops – (address TBD) 1 control box 2 readers PNSB – 7490 W 45th Ave 1 control box 4 readers Evidence Building – (located at Public Works) 1 control box 4 readers City Hall – 7500 W 29th Ave 6 control boxes (although I count 8 boxes on the wall) 61 readers


    Key dates

    1. March 18, 2026Published
    2. April 16, 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.