SLED Opportunity · FLORIDA · COUNTY OF OKALOOSA
AI Summary
Okaloosa County seeks proposals for EMS Division uniforms including durable, functional apparel suitable for diverse environmental conditions. Evaluation focuses on quality, compliance, pricing, service, and vendor experience. Multiple awards possible. Questions due by 2026-03-31.
The Board of County Commissioners of Okaloosa County, FL, are seeking proposals for Emergency Medical Services (EMS) Division Uniform Contract.
Emergency Medical Services (EMS) Division Uniform Contract
RFP PS 34-26
Scope Of Work
Okaloosa County is seeking proposals from qualified firms to furnish uniforms and related apparel for the Okaloosa County Emergency Medical Services Division (OCEMS). OCEMS operates twenty-four (24) hours per day, three hundred sixty-five (365) days per year, providing emergency medical services under all weather and environmental conditions.
The County desires a durable, functional, and comfortable uniform program designed specifically for continuous emergency medical operations. Uniforms shall present a professional appearance and be suitable for extended wear in demanding operational environments.
Primary uniform color shall be navy blue, with black duty boots. The uniform program should include a pullover-style duty shirt as the primary option, with a button-down duty shirt option also available. Multi-purpose outerwear items shall be provided to address varying conditions, including jackets suitable for cold weather, rain, wind, and other inclement weather. Dress uniform options should include dress shirts in both navy blue and white.
OCEMS personnel operate in a wide range of environmental conditions. Summer temperatures may exceed 100 degrees Fahrenheit with high humidity, while limited cold-weather exposure may occur approximately one (1) to two (2) months per year. Personnel respond in diverse environments, including beaches, forests, rivers, and urban settings, requiring uniforms, footwear, and outerwear that provide all-purpose performance, durability, and safety across varied terrain and weather conditions.
Okaloosa County reserves the right to award contracts to one or more vendors as determined to be in the best interest of the County. Multiple awards may be made to ensure product availability, competitive pricing, or to provide specialized uniform items that may not be offered by a single vendor.
II. EVALUATION PROCESS
Proposals received in response to this Request for Proposals (RFP) will be evaluated by an evaluation committee in accordance with Okaloosa County procurement policies and procedures. The County reserves the right to request additional information, clarifications, interviews, product demonstrations, or samples as part of the evaluation process.
Award will be made to the proposer whose proposal is determined to be in the best interest of Okaloosa County.
III. EVALUATION CRITERIA AND POINT ALLOCATION
Evaluation Criteria | Points |
Product Quality and Durability | 40 |
Compliance with Scope and Specifications | 20 |
Pricing and Cost Structure | 20 |
Customer Service, Delivery, and Support | 10 |
Vendor Experience and Qualifications | 10 |
Total | 100 |
IV. EVALUATION CRITERIA DESCRIPTION
(1) Product Quality and Durability (40 Points)
Proposals will be evaluated on durability, comfort, construction quality, and functional performance of the proposed uniforms during continuous emergency medical services operations. Consideration will include suitability for high heat and humidity, wet and inclement weather, varied terrain, reinforced construction at stress points, breathability, and suitability for extended wear.
Criteria | Description | Points |
Fabric Durability | Abrasion, Tear Resistance, Material Weight | 10 |
Construction Quality | Stitching, Reinforcements, Hardware | 10 |
Laundering Performance | Shrinkage, Colorfastness, Wear After Washes | 10 |
Field Performance | Comfort, Mobility, Public Safety Suitability, Warranty Details | 10 |
| Total | 40 |
Fabric Performance - Vendors should provide documentation demonstrating:
Construction Quality - Garments should include:
Laundering Durability - Garments must maintain performance after industrial wash cycles.
Example requirement:
Field Performance - Products must support high-mobility environments, including:
Vendors should provide:
(2) Compliance with Scope and Specifications (20 Points)
Proposals will be evaluated on the proposer’s ability to meet or exceed all requirements outlined in the Scope of Work, including but not limited to uniform components, color and appearance standards, environmental performance requirements, sizing availability, and customization capabilities.
(3) Pricing and Cost Structure (20 Points)
Proposals will be evaluated on pricing competitiveness, transparency, and overall value to the County. Consideration may include volume pricing, contract price stability, warranty coverage, repair or replacement policies, and total cost of ownership over the contract term. A pricing chart is attached to this RFP scoring criteria. Proposers may include additional items, but pricing must be provided for all items listed on the attached chart.
(4) Customer Service, Delivery, and Support (10 Points)
Proposals will be evaluated on ordering processes, delivery timelines, inventory availability, customer service responsiveness, warranty handling, and the proposer’s ability to provide ongoing support throughout the contract term. Vendors must specify their typical turnaround times and delivery schedules for all items.
(5) Vendor Experience and Qualifications (10 Points)
Proposals will be evaluated on the proposer’s experience providing uniform programs to emergency medical services, fire, law enforcement, or other public safety agencies of comparable size and operational complexity. Evaluation may include years of experience, reference quality, and demonstrated past performance.
V. PRICING CHART
Refer to Attachment A – Pricing Chart: Vendors must use the attached pricing chart to provide pricing for all listed items. Additional items may be included, but all charted items must have pricing.
If any items appear more than once on the pricing chart, proposers shall enter the unit price for each occurrence of the item as listed. Duplicate entries are included for evaluation and comparison purposes, and vendors should repeat the applicable price rather than leaving the field blank.
VI. INSURANCE REQUIREMENTS:
Insurance requirements are detailed in Attachment “B” of the Draft Agreement. All respondents must review and ensure compliance prior to proposal submission.
| Event | Date | Location |
|---|---|---|
| Review Committee Meeting | 2026-05-12T05:00:00.000Z | Water and Sewer Administration Building, 1804 Lewis Turner Blvd, Suite 300, Fort Walton Beach, FL 32547 |
ADDENDUM NO. 1
Section 1. NOTICE:
Changed: "Notice is hereby given that the Board of County Commissioners of Okaloosa County, FL, will accept sealed proposals until 3:00 pm on Wednesday, April 15, 2026"
To: "Notice is hereby given that the Board of County Commissioners of Okaloosa County, FL, will accept sealed proposals until 3:00 pm on Tuesday, April 28, 2026"
Section 2.2 PROCUREMENT SCHEDULE (ANTICIPATED):
Changed: "RFP Response Due Date: April 15, 2026, 3:00pm"
To: "RFP Response Due Date: April 28, 2026, 3:00pm"
Section 3.4 SUBMITTAL OF RESPONSE:
Changed: "All responses shall be submitted electronically no later than Wednesday, April 15, 2026 at 3:00 pm."
To: "All responses shall be submitted electronically no later than Tuesday, April 28, 2026 at 3:00 pm."
Section 8 VENDOR QUESTIONNAIRE:
Changed: "All responses must be submitted by an authorized representative. All responses must be submitted electronically by 3:00 pm on Wednesday, April 15, 2026."
To: "All responses must be submitted by an authorized representative. All responses must be submitted electronically by 3:00 pm on Tuesday, April 28, 2026."
Addendum No. 2
Please refer to the attached document and information provided below. This Addendum is hereby made a part of the Contract Documents and Specifications for the above-referenced project. All other requirements of the original Contract Documents and Specifications shall remain in full force and effect.
The purpose of Addendum No. 2 is to address vendor questions submitted prior to the deadline for receipt of questions. The Question-and-Answer period is now closed. Vendors shall prepare and submit their proposals based on the information provided herein and in the original solicitation documents.
Pursuant to the solicitation’s Question-and-Answer section, badge and nameplate images are hereby incorporated into the attachments for Addendum No. 2, as such materials were specifically requested for review. These images are provided solely for reference by the Corrections Department. The EMS Department does not require vendors to furnish badges or nameplates under this solicitation.
Proposals will be evaluated on durability, comfort, construction quality, and functional performance of the proposed uniforms during continuous emergency medical services operations. Consideration will include suitability for high heat and humidity, wet and inclement weather, varied terrain, reinforced construction at stress points, breathability, and suitability for extended wear.
Criteria | Description | Points |
Fabric Durability | Abrasion, Tear Resistance, Material Weight | 10 |
Construction Quality | Stitching, Reinforcements, Hardware | 10 |
Laundering Performance | Shrinkage, Colorfastness, Wear After Washes | 10 |
Field Performance | Comfort, Mobility, Public Safety Suitability, Warranty Details | 10 |
| Total | 40 |
Proposals will be evaluated on the proposer’s ability to meet or exceed all requirements outlined in the Scope of Work, including but not limited to uniform components, color and appearance standards, environmental performance requirements, sizing availability, and customization capabilities.
Proposals will be evaluated on pricing competitiveness, transparency, and overall value to the County. Consideration may include volume pricing, contract price stability, warranty coverage, repair or replacement policies, and total cost of ownership over the contract term. A pricing chart is attached to this RFP scoring criteria. Proposers may include additional items, but pricing must be provided for all items listed on the attached chart.
Proposals will be evaluated on ordering processes, delivery timelines, inventory availability, customer service responsiveness, warranty handling, and the proposer’s ability to provide ongoing support throughout the contract term. Vendors must specify their typical turnaround times and delivery schedules for all items.
Proposals will be evaluated on the proposer’s experience providing uniform programs to emergency medical services, fire, law enforcement, or other public safety agencies of comparable size and operational complexity. Evaluation may include years of experience, reference quality, and demonstrated past performance.
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?
Enter your DBE/Minority Vendor Certification Number
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.
Upload your proposal documents here.
What are you purchasing?
Will the bid be available to other Florida entities under the same conditions, contract price and the same effective period?
Select an Option below.
Q (Shipping Question): Is shipping to be included in the unit price or charged separately upon invoicing?
A: Seperately
Q (No subject): Could you please provide the current prices,current vendors, and current applicable terms?
A: The current contract may be viewed at https://procurement.opengov.com/portal/myokaloosa/contracts/238579
Q (No subject): Please provide the total expenditures for the current contract over the past three years?
A: EMS - $290,000 Corrections - $140,000
Q (No subject): Our company operates in Miami-Dade County. Please confirm whether we are eligible to participate in this solicitation?
A: Yes
Q (No subject): Please advise how many employees are served under this contract.?
A: There are 155 employees with Public Safety. There are 150 employees with Corrections.
Q (No subject): Please clarify the ordering procedure, including whether orders will be placed on an as-needed basis, in bulk quantities, or as small individual orders?
A: EMS - We keep a modest amount on hand and utilize a JIT inventory method. Corrections - Some common sizes kept in storage and some small or individual orders as needed.
Q (No subject): Please confirm whether services such as hemming and alterations are required under this contract ?
A: No.
Q (No subject): Can pricing be adjusted on an annual basis from the first anniversary?
A: With notification and consent of Okaloosa County it will be considered
Q (No subject): Please advise whether on-site uniform measuring and fitting services are needed?
A: No
Q (No subject): Please provide estimated annual quantities or historical usage by item.
A: EMS: Pants: 500 per year Shirts: 500 per year Boots: 100 pair per year COR: 600 BDU Pants - 600 BDU Shirts (Flex RS) 200 Class A Pants - 200 Class A Shirts (LawPro Unisex) 150 Polo Shirts 20 TRT Pants - 20 TRT Shirts (Vertx Recon) 250 Other Items (Flashlight, Handcuffs, etc.)
Q (No subject): Could you please provide the Embroidery Artworks/ Embroidery Artwork Dimensions or Stitch Count / Silk Screen Artwork ( Clear Color Images) / Patches sizing , backing method details and artworks ?
A: See Addendum 2 for image. The artwork details will be provided to the chosen vendor.
Q (No subject): Do we need to provide patches and also the cost of patches should be included in the unit price?
A: No.
Q (Picture of the DOC badge): Can we have a picture of the DOC badge? Is it embroidery or patches
A: See Addendum 2.
Q (picture of the TRT patch): Can we have a picture of the TRT patch or will Okaloosa be providing the patch?
A: See Addendum 2.
Q (Confirm all customization with pictures and descriptions): we need to confirm how we are doing the patches (GALLS owned, customer supplied, etc)
A: Please provide the uniform items and we will handle the patches embroidery etc.
Q (Clarify Line 14): Line 14 - do you want the Okaloosa EMT patch or the Florida EMT patch?
A: Florida
Q (Clarify Line 18): Line 18 - it says lapel EMS patches - please provide picture
A: We will handle this.
Q (No subject): Could you please provide images of all badges and name plates?
A: See Addendum 2.
Q (No subject): Could you please provide request size range for shoes and uniforms?
A: Shoes: Youth Large-14 wide Shirts: XS-4XL Pants: 2-56
Q (No subject): Please advise if there is a limit on individual employee orders, either by quantity or dollar value.?
A: EMS orders for employee, please note each employee can order 1 pair of shoes,1 pant and 1 shirt per year. Corrections: Employees may order one pair of boots or one duty belt per year from vendor available stock. County pays $100, employee pays difference if goes over. COR orders everything else for employees.
Q (No subject): Please provide clarification on the color requirements for the line items where colors have not been indicated.”
A: EMS: Navy Blue pants/White or Navy Blue shirts/Black Boots Corrections: Black boots or belts
Q (No subject): Could you please mention delivery locations?
A: EMS: 714 Essex Drive, Ft. Walton Beach, FL 32547 Corrections: 1200 E James Lee Blvd, Crestview, FL 32539
Q (Samples): Are we required to send samples?
A: No samples are required. Any documentation of the quality of your products are sufficient.
Q (Styles): Are they any specific styles of garments wanted?
A: EMS: Tactical BDU Style Pants Tactical Shirts Longs Sleeve with Ability to Roll Sleeves and Hold in Place Composite Toe Boots 4"-8" Heights COR: BDUs • Flexible Long Sleeve Shirt - Olive Drab Green • Flexible Short Sleeve Shirt - Olive Drab Green • Flexible Short Sleeve Shirt - Olive Drab Green • Flexible Tactical Pant - Olive Drab Green • Flexible Tactical Pant (Women’s) - Olive Drab Green Class A Dress Unforms: • Unisex Pre-Striped Trousers - Black W/Grey Stripe • Unisex Two-Tone Polyester Long Sleeve Shirt - Grey W/Black Pocket Covers & Shoulder Epaulets TRT (tactical-Different from BDUs) • Flexible Tactical Long Sleeve Shirt - Olive Drab Green • Flexible Tactical Pants - Olive Drab Green Non-Certified Staff: • Polo shirts - Black Other items • Flashlight • Chemical Spray • Chemical Agent pouch • Handcuff Case • Narcan Pouch Metal Badges in Gold or Silver Metal Name Plates in Gold or Silver Metal Chevrons in Gold Misc. other items like windbreakers, polo shirts, or fleece jackets haven’t been specific items.
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.