Active SLED Opportunity · FLORIDA · COUNTY OF OKALOOSA
AI Summary
County of Okaloosa seeks bids for asphalt pavement rehabilitation of Taxiway A, realignment of Hangar Row Taxilane, and related airfield improvements including signage, lighting, drainage, and pavement markings at Destin-Fort Walton Beach Airport.
The project can generally be described as: The asphalt pavement rehabilitation of Taxiway A and all
associated taxiway connectors, the realignment of the Hangar Row Taxilane and rehabilitation of
associated taxi streets, modifications to affected airfield signage and lighting, drainage improvements,
pavement markings, and restoration.
Addendum 1
Addendum 2
The County of Okaloosa is accepting electronic bid submissions. Bidders shall create a FREE account with OpenGov Procurement by signing up at https://procurement.opengov.com/signup. Once you have completed account registration, browse back to this page, click on "Draft Response", and follow the instructions to submit the electronic bid.
The project can generally be described as: The asphalt pavement rehabilitation of Taxiway A and all
associated taxiway connectors, the realignment of the Hangar Row Taxilane and rehabilitation of
associated taxi streets, modifications to affected airfield signage and lighting, drainage improvements,
pavement markings, and restoration.
Please see the Attachments section for specifications and attachments.
| Release Project Date: | March 30, 2026 |
| Pre-Proposal Meeting (Non-Mandatory): | April 8, 2026, 1:00pm A NON-MANDATORY Pre-Bid Conference will be conducted at the Destin-Fort Walton Beach Airport, |
| Question Submission Deadline: | April 17, 2026, 3:00pm |
| Proposal Submission Deadline: | April 29, 2026, 3:00pm |
Erin Poole
Purchasing Agent II
5749A Old Bethel Road
Crestview, FL 32531
Email: epoole@myokaloosa.com
Phone: (850) 689-5960
Erin Poole
Purchasing Agent II
5749A Old Bethel Road
Crestview, FL 32531
Email: epoole@myokaloosa.com
Phone: (850) 689-5960
Please Upload your COMPLETE response, including any and all required forms listed in the solicitation and the corresponding attachments.
(Do not upload cost information in here)
Confirm that your fee proposal is not attached in your Proposal and is attached separately here.
Enter your Sam.Gov Unique Entity Identifier (UEI) number.
Enter your Cage Code
I certify that this bid is made without prior understanding, agreement, or connection with any other respondent submitting a bid for the same materials, supplies, equipment or services, and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of this bid and certify that I am authorized to sign this bid for the respondent.
RESPONDENT CERTIFIES that it has implemented a drug-free workplace program. In order to have a drug-free workplace program, a business shall:
As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements.
In accordance with Okaloosa County Policy and Executive Order Number 11-116 from the office of the Governor of the State of Florida, Respondent hereby certifies that the U.S. Department of Homeland Security’s E-Verify system will be used to verify the employment eligibility of all new employees hired by the Respondent during the contract term, and shall expressly require any subcontractors performing work or providing services pursuant to the contact to likewise utilize the U.S. Department of Homeland Securities E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term; and shall provide documentation such verification to the COUNTY upon request.
The Board of County Commissioners have established a solicitation silence policy (Cone of Silence) that prohibits oral and written communication regarding all formal solicitations for goods and services (ITB, RFP, ITQ, ITN, and RFQ) or other competitive solicitation between the bidder (or its agents or representatives) or other entity with the potential for a financial interest in the award (or their respective agents or representatives) regarding such competitive solicitation, and any County Commissioner or County employee, selection committee member or other persons authorized to act on behalf of the Board including the County’s Architect, Engineer or their sub-consultants, or anyone designated to provide a recommendation to award a particular contract, other than the Purchasing Department Staff.
The period commences from the time of advertisement until contract award.
Any information thought to affect the committee or staff recommendation submitted after bids are due, should be directed to the Purchasing Manager or an appointed representative. It shall be the Purchasing Manager’s decision whether to consider this information in the decision process.
Any violation of this policy shall be grounds to disqualify the Respondent from consideration during the selection process.
Respondent hereby certifies to comply with this policy.
Respondent certifies that they shall indemnify and hold harmless COUNTY, its officers and employees from liabilities, damages, losses, and costs including but not limited to reasonable attorney fees, to the extent caused by the negligence, recklessness, or intentional wrongful conduct of the CONTRACTOR and other persons employed or utilized by the CONTRACTOR in the performance of this Agreement.
The undersigned certifies, to the best of his or her knowledge and belief, that:
[Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than
$100,000 for each such expenditure or failure.] The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any.
The following statement is made in accordance with the Privacy Act of 1974 (5 U.S.C. § 552(a), as amended). This certification is required by the regulations implementing Executive Orders 12549, Debarment and Suspension, and OMB 2 C.F.R.
Part 180, Participants' responsibilities. The regulations were amended and published on August 31, 2005, in 70 Fed. Reg. 51865-51880.
The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal or State department or agency;
Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.
Proposer certifies that it is not:
Pursuant to section 287.135(5), Florida Statutes, the County may disqualify the bid proper immediately or immediately terminate any agreement entered into for cause if the bid proposer is found to have submitted a false certification as to the above or if the Contractor is placed on the Scrutinized Companies that Boycott Israel List, is engaged in a boycott of Israel, has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria, during the term of the Agreement. If the County determines that the bid proposer has submitted a false certification, the County will provide written notice to the bid proposer. Unless the bid proposer demonstrates in writing, within 90 calendar days of receipt of the notice, that the County’s determination of false certification was made in error, the County shall bring a civil action against the bid proposer. If the County’s determination is upheld, a civil penalty shall apply, and the bid proposer will be ineligible to bid on any Agreement with a Florida agency or local governmental entity for three years after the date of County’s determination of false certification by bid proposer.
As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements.
This solicitation contains Federal Grant funds. To the extent applicable, in accordance with Federal law, respondents shall comply with the clauses as enumerated below. Proposer shall adhere to all grant conditions as set forth in the requirements of the Grant including, but not limited to, those set forth below, as well as those listed below, which are incorporated herein by reference:
These cited regulations are hereby incorporated and made part of this Solicitation as if fully set forth herein. As stated above, this list is not all inclusive, any other requirement of law applicable in accordance with the Federal, State or grant requirements are also applicable and hereby incorporated into this Solicitation. If Proposer cannot adhere to or objects to any of the applicable federal requirements, Proposers proposal may be deemed by the County as unresponsive. The provisions in the exhibit tilted GRANT FUNDED CLAUSES in the Exhibit and Attachments Section are supplemental and in addition to all other provisions within the procurement. In the event of any conflict between the terms and conditions of this Exhibit and the terms and conditions of the remainder of the procurement, the conflicting terms and conditions of this Exhibit shall prevail. However, in the event of any conflict between the terms and conditions of this Exhibit and the terms and conditions of any federal grant funding document provided specific to the funds being used to contract services or goods under this Procurement the conflicting terms and conditions of that document shall prevail.
Proposer certifies that they are fully able to comply with these requirements, federal terms and conditions and has made any inquires and/or further examination of the law and requirements as is necessary to comply.
Are you a certified DBE or Minority Vendor?
Upload a copy of your DBE/Minority Vendor certification.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Will there be an evaluation committee to review the proposals and score them based on weights and multiple criteria?
Select the information you would like display.
Q (Davis Bacon ): Could you provide a wage table for davis bacon wages?
A: This will be provided in the first Addendum.
Q (Budget): What is the county budget/estimate for the project?
A: The county's estimated budget is $7,000,000
Q (Question submission dead): The ITB state questions are due by 3 PM on April 17. However, the question and answer section of OpenGov states the questions are due by today please clarify.
A: Questions are due by 3pm on April 17th via OpenGov.
Q (Question deadline in bid due date): ITB indicates the bid submittal/opening date as April 29, 2026. However, addenda #1 states the bid opening is scheduled for April 22, 2026 with the anticipated award occurring on April 29,2026. Please clarify.
A: The bid opening/submittal date is April 29th at 3:00pm.
Q (Contract Time): If the bid alternates are awarded, will the contract time run concurrently with the base bid or in addition to the base bid?
A: Please see Addendum 2
Q (CAD FIle ): May we Please get the CAD file?
A: Please see Addendum 2
Q (Contract): Will this contract be a lump sum or unit price contract?
A: Please see Addendum 2
Q (Bid Alternate 1 ): Bid Alt 1 Is for Runway 14-32 but the plans do not give any information on this.
A: Please see Addendum 2
Q (Bid Alt 2&3 ): Bid Alt 2&3 are for Phase 4-9 But the plans do not show where Alternate 2 Stops and Alternate 3 Picks up
A: Please see Addendum 2
Q (Drainage Headwall Removal): Please confirm quantity of 6 headwall removals within the base bid. it appears to be only 4.
A: Please see Addendum 2
Q (Concrete Removal - Base bid): Please confirm quantity of 1100 SY of Concrete Pavement Removal in the base bid. If appears to be higher than what is called out in the plans.
A: Please see Addendum 2
Q (Stockpile location Request): Would it be acceptable for the contractor to stockpile materials in the southwest corner of the airport property? This area is located in proximity to the phase 3 site access gate. If this is acceptable what would be the overall height restriction? The staging area provided in the plans does not allow adequate space.
A: Please see Addendum 2
Q (Jet and Clean Existing Storm): what size is the storm pipe needing to be cleaned?
A: Please see Addendum 2
Q (14" x 23" ERCP): Bid form shows 300' of 14" x 23" ERCP. Plans show 150' (3) 50' runs on Airport Rd. Please confirm
A: Please see Addendum 2
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.