SLED Opportunity · FLORIDA · CITY OF PORT ST. LUCIE

    Electrical Services - Facilities Maintenance

    Issued by City of Port St. Lucie
    cityRFPCity of Port St. LucieSol. 202373
    Closed
    STATUS
    Closed
    due Apr 2, 2026
    PUBLISHED
    Feb 27, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    238210
    AI-classified industry

    AI Summary

    The City of Port St. Lucie seeks qualified proposers to provide electrical services for facilities maintenance under an RFP, pursuant to City Code Ordinance 35.07.

    Opportunity details

    Solicitation No.
    202373
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    February 27, 2026
    Due Date
    April 2, 2026
    NAICS Code
    238210AI guide
    State
    Florida
    Agency
    City of Port St. Lucie

    Description

    Pursuant to the Port St. Lucie City Code of Ordinance 35.07, this electronic Intake Request is being issued to establish a contract with a qualified proposer(s) who will provide Electrical Services to the City of Port St. Lucie (hereinafter, “City”) as further described in this Intake.

    Project Details

    • Reference ID: 20250302
    • Department: Facilities Maintenance
    • Department Head: Roger Jacob (Director)

    Important Dates

    • Questions Due: 2026-03-16T20:00:02.152Z
    • Answers Posted By: 2026-03-23T19:30:27.084Z

    Addenda

    • Addendum #1 (released 2026-03-09T16:24:50.147Z) —

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

      This amendment removes Section 2.3(C) from the Proposer Minimum Requirements. The revised section shall read as follows:

      2.3. Proposer Minimum Requirements A. The Contractor shall possess and maintain a current business license. 

      B. The Contractor shall possess a Certified Electrical Contractor (EC) license and/or electrical certifications capable of contracting in the City of Port St. Lucie.

    • Addendum #2 (released 2026-03-24T15:20:34.449Z) —

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

      This Addendum is issued to advise all bidders that the markup percentage for parts and supplies must be entered using decimal format. We are aware that the bid form automatically displays a “$” symbol in that field; however, bidders must still enter the markup as a decimal to ensure accurate and consistent bid calculations.

      Examples:

      • 10% → enter 0.10
      • 15% → enter 0.15

      The decimal entered will then be multiplied by the estimated expenditure of 80,000 to determine the extended cost.

       

      Bidders are responsible for ensuring the markup is entered correctly. Incorrect formatting may result in miscalculated bid totals. Please disregard the “$” symbol displayed in the field.

    Evaluation Criteria

    • Cost of Proposed Products and/or Services (35 pts)

      • Proposers must complete and submit a Cost Proposal. It is the Proposer’s responsibility to state all costs to provide the services outlined in Section Preliminary Scope of Services. Costs shall include, but not be limited to, direct labor, overhead, fringe benefits, profit, other direct costs (ODC). A Proposer’s failure to submit a Cost Proposal will deem the submittal non-responsive. Include the Cost Proposal with the Electronic Response.

        The price will be evaluated in the following manner:

        A. The responsive proposal with the lowest price will be given the full weight of points assigned to the pricing criteria.

        B. Every other responsive proposal will be given points proportionately in relation to the lowest price. This point total will be calculated by dividing the lowest proposed price by the total proposed price of the proposal being evaluated with the result multiplied by the maximum weight for the price (100 %) to arrive at a price score of less than the full score for price.

         

        Example: Lowest Total Proposed Price Total % Price Proposer’s Total Proposed Price X for Price = Score

    • Past Experience, References, Existing Contracts with Similar Scope of Services (25 pts)

      • Experience. A brief statement of how long Proposer has been performing the services required to complete the Scope of Work. Proposer shall have a minimum of five (5) years of experience providing the services required to complete the Scope of Work. Provide a matrix of at least three (3) projects from within the past five (5) years, of similar size and scope, including, but not limited to:

        A. Client Name
        B. Project Description
        C. Project Value
        D. Role of the Individuals involved
        E. Project Completion Date
        F. Reference Contact Name
        G. Reference Contact Phone Number
        H. Reference Contact Email address

    • Key Personnel, Certifications and Licenses (15 pts)

      • Provide resumes for the Key Personnel the Proponent intends to assign to this project. Resumes should be organized as follows:

        1. Name and Title
        2. Professional Background
        3. Current and Past Relevant Employment
        4. Education
        5. Certifications/Licenses

        If awarded the contract, Proposer shall make every effort to ensure that the staff resources identified in the proposal will be available for the Project. If staff identified in the proposal are not available, the City reserves the right to review and approve alternate personnel.

    • Service Coverage & Support Capacity (25 pts)

      The Service Coverage rating evaluation score shall be assigned as follows:

      LocationPoints
      Maintains staffed operational coverage within 0-20 miles  25
      Maintains staffed operational coverage within 20-40 miles 20
      Maintains staffed operational coverage within Florida5

       

    Submission Requirements

    • Mandatory Forms
    • Proposal Upload (required)
    • Proposer's General Information Worksheet (required)

      It is understood and agreed that the following information is to be used by the City to determine the qualifications of prospective Contractor to perform the work required. The Contractor waives any claim against the City that might arise with respect to any decision concerning the qualifications of the Contractor.

      The undersigned attests to the truth and accuracy of all statements made on this questionnaire. Also, the undersigned hereby authorizes any public official, Engineer, Surety, bank, material or equipment manufacturer, or distributor, or any person, firm or corporation to furnish the City any pertinent information requested by the City deemed necessary to verify the information on this questionnaire.

      Please download the below documents, complete, and upload.

    • E-Verify Form (required)

      Please download the below documents, complete, and upload.

    • Non-Collusion Affidavit (required)

      Please download the below documents, complete, and upload.

    • Supplier Location Certification

      Please download the below documents, complete, and upload.

    • Copy of W-9 (required)
    • Copy of Certificate of Insurance (required)
    • Copy of your license(s) and certification(s) relevant to this type of work. (required)
    • Electronic Confirmation
    • Cone of Silence and Communication Document (required)

      To ensure fair consideration is given for all Proposers, it must be clearly understood that upon release of the proposal and during the proposal process, firms and their employees of related companies as well as paid or unpaid personnel acting on their behalf shall not contact or participate in any type of contact with City employees, department heads or elected officials, up to and including the Mayor and City Council. The “Cone of Silence” is in effect for this solicitation from the date the solicitation is advertised on the OpenGov Portal, until the time an award decision has been approved by City Council and fully executed by all parties. Information about the Cone of Silence can be found under the City Code of Ordinances, Section 35.13. Contact with anyone other than the Issuing Officer may result in the vendor being disqualified. All contact must be coordinated through the Issuing Officer, for the procurement of these services.

    • Drug Free Workplace (required)

      The undersigned Contractor in accordance with section 287.087, Florida Statutes, hereby certifies that they comply fully with the below requirements.

      1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 

      2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 

      3. Give each employee engaged in providing the commodities or contractual services that are under proposal a copy of the statement specified in subsection (1). 

      4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under proposal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 Florida Statutes or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 

      5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 

      6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.

    • Contractor's Code of Ethics (required)

      The City of Port St Lucie (“City), through its Procurement Management Division (“Procurement  Management Division”) is committed to a procurement process that fosters fair and open competition, is  conducted under the highest ethical standards and enjoys the complete confidence of the public. To achieve  these purposes, Procurement Management Division requires each vendor who seeks to do business with  the City to subscribe to this Contractor’s Code of Ethics.  

      ♦ A Contractor’s bid or proposal will be competitive, consistent and appropriate to the bid documents. 

      ♦ A Contractor will not discuss or consult with other Vendors intending to bid on the same Contract or similar City Contract for the purpose of limiting competition. A Vendor will not make any attempt to induce any individual or entity to submit or not submit a bid or proposal. 

      ♦ Contractor will not disclose the terms of its bids or proposal, directly or indirectly, to any other competing Vendor prior to the bid or proposal closing date. 

      ♦ Contractor will completely perform any Contract awarded to it at the contracted price pursuant to the terms set forth in the Contract. 

      ♦ Contractor will submit timely, accurate and appropriate invoices for goods and/or services actually performed under the Contract. 

      ♦ Contractor will not offer or give any gift, item or service of value, directly or indirectly, to a City employee, City official, employee family member or other vendor contracted by the City. 

      ♦ Contractor will not cause, influence or attempt to cause or influence, any City employee or City Official, which might tend to impair his/her objectivity or independence of judgment; or to use, or attempt to use, his/her official position to secure any unwarranted privileges or advantages for that Vendor or for any other person. 

      ♦ Contractor will disclose to the City any direct or indirect personal interests a City employee or City official holds as it relates to a Vendor contracted by the City. 

      ♦ Contractor must comply with all applicable laws, codes or regulations of the countries, states and localities in which they operate. This includes, but is not limited to, laws and regulations relating to environmental, occupational health and safety, and labor practices. In addition, Contractor must require their suppliers (including temporary labor agencies) to do the same. Contractor must conform their practices to any published standards for their industry. Compliance with  laws, regulations and practices include, but are not limited to, the following:  

      o Obtaining and maintaining all required environmental permits. Further, Contractor will endeavor to minimize natural resource consumption through conservation, recycling and substitution methods. 

      o Providing workers with a safe working environment, which includes identifying and evaluating workplace risks and establishing processes for which employee can report health and safety incidents, as well as providing adequate safety training. 

      o Providing workers with an environment free of discrimination, harassment and abuse, which includes establishing a written antidiscrimination and anti-bullying/harassment policy, as well as clearly noticed policies pertaining to forced labor, child labor, wage and hours, and freedom of association.

      DISCLAIMER: This Code of Ethics is intended as a reference and procedural guide to Contractors. The  information it contains should not be interpreted to supersede any law or regulation, nor does it supersede the  applicable Contractor Contract. In the case of any discrepancies between it and the law, regulation(s) and/or  contractor contract, the law, regulatory provision(s) and/or vendor contract shall prevail. 

    • Affidavit of Nongovernment Entity Anti-Human Trafficking Laws (required)

      In accordance with section 787.06(13), Florida Statutes, the representative of the nongovernmental entity bidder (“Entity”), attests under penalty of perjury that the Entity does not use coercion for labor or services as defined in section 787.06.

    • Vendor Scrutinized Companies List Certification (required)

      Sections 287.135 and 215.473, Florida Statutes, prohibit Florida municipalities from contracting with companies, for goods or services over $1,000,000 that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or to engage in any Business operations with Cuba or Syria. Sections 287.135 and 215.4725 also prohibit Florida municipalities from contracting with companies, for goods or services in any amount that are on the list of Scrutinized Companies that Boycott Israel.

      The list of "Scrutinized Companies" is created pursuant to Section 215.473, Florida Statutes. A copy of the current list of "Scrutinized Companies" can be found at the following link:

      https://www.sbafla.com/media/mqodaonn/2024_12_17_-israel-scrutinized-companies-list-for-web.pdf

      As the person authorized to sign on behalf of the Respondent Vendor, I hereby certify that the company identified above in the section entitled "Respondent Vendor Name" is not listed on either the Scrutinized Companies with Activities in Sudan List; or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; is not participating in a boycott of Israel; and does not have any business operations with Cuba or Syria. I understand that pursuant to Sections 287.135 and 215.473, Florida Statutes, the submission of a false certification may subject the Respondent Vendor to civil penalties, attorney's fees, and/or costs.

      I understand and agree that the City may immediately terminate any contract resulting from this solicitation upon written notice if the company referenced above are found to have submitted a false certification or any of the following occur with respect to the company or a related entity: (i) for any contract for goods or services in any amount of monies, it has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, or (ii) for any contract for goods or services of one million dollars ($1,000,000) or more, it 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 it is found to have been engaged in business operations in Cuba or Syria.

    • I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this response on behalf of my company. (required)
    • General description of the services to be performed by proposer? (required)

      Example: Real Estate Brokerage Services 

    • What is the renewal term? (required)
    • What type of award is this? (required)
    • What insurance terms should be included? (required)

      Please select all applicable from the following:

    • Is a bid bond required for this RFP? (required)

      Example: Trash Collection and Emergency Debris Monitoring

    • What is the bid bond amount? (required)
    • Are payment and performance bonds required? (required)

      Example: Construction (F.S. 255.05) OR Other Bid Base Selection Process. 

    • Is a security deposit required? (required)

      Example: Mowing Services

    • Will there be a pricing table? (required)
    • Pricing (required)
    • Is this project federally funded? (required)

    Questions & Answers

    Q ( Incumbent): Was there a previous incumbent? If so, can you share their price proposal? Has there been any changes to the scope from the last?

    A: 1.No, there was no previous incumbent. This is the first time the City is issuing this solicitation. 2. There is no previous scope to compare, and therefore no changes.


    Q (Bid tabulation): Can you share the previous bid tabulation? Are the specifications the same?

    A: Bid tabulation not available. This is the first time the City is issuing this solicitation.


    Q (Budget): Is there a set budget for this solicitation?

    A: No, this is a continuing contract for on‑call services and repairs, and a specific budget amount has not been established.


    Q ( Projected start): Is there a projected award and start date?

    A: The projected award and start date are approximately two months from the bid opening date.


    Q (Selected bidder): Is the City selecting 3 bidders for this RFP as section 2.6 implies ?

    A: Yes, Award of this Contract will be made to up to three (3) Proposer(s) as it stated in section 2.6 and section 9.2.


    Q (Classifications): Can you provide the city's expectations for the years experience for Journeyman electrician and Master Electrician ?

    A: This RFP does not require specific years of experience for individual Journeyman or Master Electricians. The only requirement is that the contractor’s business must have a minimum of five (5) years of experience providing the services outlined in the Scope of Work.


    Q (No subject): Is this solicitation for a public works project as defined under Florida 255.0992(1)(b)?

    A: Thank you for your question. Based on the scope of work, this solicitation is expected to meet the definition of a “public works project” under section 255.0992(1)(b), Florida Statutes.


    Key dates

    1. February 27, 2026Published
    2. April 2, 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.