Active SLED Opportunity · FLORIDA · CITY OF ST. CLOUD

    Enterprise Resource Planning (ERP) Software and Implementation Services

    Issued by City of St. Cloud
    cityRFPCity of St. CloudSol. 241721
    Open · 26d remaining
    DAYS TO CLOSE
    26
    due Jun 9, 2026
    PUBLISHED
    Apr 19, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    541512
    AI-classified industry

    AI Summary

    The City of St. Cloud, FL seeks proposals for an integrated Enterprise Resource Planning (ERP) system covering finance, HR, procurement, budgeting, and asset management. The RFP includes software acquisition, implementation services, and staff training. Multi-vendor proposals allowed. Key dates: Pre-proposal meeting May 4, 2026; questions due May 18, 2026; proposals due June 9, 2026.

    Opportunity details

    Solicitation No.
    241721
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    April 19, 2026
    Due Date
    June 9, 2026
    NAICS Code
    541512AI guide
    Jurisdiction
    City of St. Cloud
    State
    Florida
    Agency
    City of St. Cloud

    Description

    SCOPE OF SERVICES SUMMARY

    The City of St. Cloud is requesting proposals to purchase or otherwise acquire rights to use an Enterprise Resource Planning (ERP) system for the City’s financial, procurement, budgeting, human resources, and capital asset management needs, meeting the requirements identified in this RFP. The City recognizes the benefits of a solution where Finance and HR/Payroll are tightly integrated and is therefore seeking proposals that will facilitate full integration between these and other critical business operations. In addition, the City requires proposals for processional services necessary to implement the system and train City staff on the new software. Proposers may submit multi-vendor proposals. However, if doing so, Proposers should clearly describe the roles and responsibilities of each vendor, both as related to implementation activities and to post-implementation support.

    The selection of the successful proposer(s) shall be at the City’s discretion and shall be made in a prompt manner after receipt and evaluation of all responses. If you are interested in preparing a response to the RFP, please complete all the requirements set forth in this RFP document. Under the proposal process, the stipulations set forth herein are fully binding on the proper to the extent that you confirm acceptance by your electronic signature of the Respondent’s Certification.

    Table 1.1

    Functional Scope

    FinanceHuman Resources

    Accounting/ General Ledger/ CoA Admin.

    Human Resources
    Financial ReportingEmployee File
    Project and Grant AccountingBenefit Enrollment
    Budget ManagementPersonnel Evaluations
    Procurement (AP)Risk Management
    Customer Billing (AR)Training/ Certifications
    Treasury ManagementPersonnel Actions
    Capital Asset ManagementRecruitment
    Time EntryNew Hire (On-boarding/ Off-boarding)
    PayrollSalary Adjustment/ Position Change

     

    PRE-RESPONSE CONFERENCE

    A non-mandatory pre-response conference is required for this RFP.

    CONTRACT FOR SERVICES

    After selection by the City, each firm will be required to negotiate and execute and agreement with the City.

    FUND AVAILABILITY

    Any contract resulting from this solicitation is deemed effective only to the extent that funds are available. The City of St. Cloud abides by the provisions set forth in Florida Statutes relative to appropriations of funds. The ability of the successful Proposer to maintain a sense of fiscal responsibility and budgetary awareness shall be favorably considered in the ranking and award of a contract. This disclosure is being made to assist all Proposers in the gauging of their desire to participate in this Proposal and in the planning and preparation of their written response. The City reserves the right to negotiate all Proposer fees, costs, charges, for any proposed services or appurtenant requirements.

    PERSONNEL

    The work shall be performed and directed by the key personnel identified in the submittal from the awarded firm or individual in response to this RFP. The awarded firm or individual shall not subcontract, assign or transfer any work under the agreement without the prior written consent of the City. Subconsultants must be identified in the submittal and shall be subject to the approval of the City. Any changes in the identified personnel shall be subject to the prior review and approval of the City. When directed by the City, subconsultants personnel whose performance or behavior is determined to the unsatisfactory shall be immediately removed. The awarded firm or individual shall provide a sufficient number of qualified personnel as necessary to effectively carry out its responsibilities under the agreement.

    Background

    The City of St. Cloud, Florida is a full-service municipal government located in Osceola County within the Orlando metropolitan region and serves a population of more than 70,000 residents, covering approximately 35 square miles. Governed under a council–manager form of government, the City provides a broad range of municipal services including police and fire protection, public works, stormwater, solid waste, planning and development, parks and recreation, and general administrative services. City operations are supported by an annual operating budget of approximately $214.8 million across governmental and enterprise funds and are delivered through multiple departments with diverse operational, financial, and regulatory responsibilities. To obtain general information about the City of St. Cloud, access our website at www.stcloudfl.gov.

    As the City continues to experience growth and increasing service demands, it is seeking to modernize and consolidate its business systems through the implementation of an Enterprise Resource Planning (ERP) solution that will improve efficiency, data integrity, financial stewardship, and service delivery across the organization.

    City of St. Cloud, Florida / City Departments

    City Departments City Departments

    Building

    City Manager’s Office

    Communications

    Community Development

    Finance

    Fire Rescue

    Human Resources

    Information Technology

    Parks & Recreation

    Police

    Procurement

    Public Works

     

    Background Summary

    Employee Count (Permanent / Seasonal)

    Approx. 730

    Operating Budget

    $214.8 million

    W-2s Issued

    820

    Fiscal Year (City)

    October 1 – September 30

     

    The City has been using Central Square, and AS 400-based system, since approximately 2005. The City has recently implemented NeoGov for various HR related functions, as well as OpenGov for budgeting and procurement functions. The City recognized the need to improve business processes, user experience, and generally implement a more modern ERP solution. The Government Finance Officers Association (GFOA) was selected to help the organization define the project scope for a replacement solution and to facilitate the selection process.

    The City worked with GFOA to discuss current processes and identify potential opportunities for improvement.  Through this process the functional requirements (Attachment E) were developed.  Many staff members participated in the current and future state process meetings and are excited to move forward to final selection and implementation.

    Joint Proposal

    If all our RFP requirements are not met with products and services provided by one firm, proposers may partner with another firm to submit a joint proposal. Failure to meet all requirements will not disqualify a firm. However, the City will evaluate each proposal to determine if it overall fit is in the best interests of the organization.

    If multiple firms partner to submit a joint proposal, the proposal must identify one firm as the primary contact. This primary contact will be the primary point of contact throughout the procurement process and will be held responsible for the overall implementation included in the joint proposal.

    Project Details

    • Reference ID: 2026-027
    • Department: Procurement
    • Department Head: Leslie Flores (Procurement Services Director)

    Important Dates

    • Questions Due: 2026-05-18T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-05-04T17:00:00.000Z — ZOOM

    Addenda

    • Addendum #1 (released 2026-04-23T14:52:26.236Z) —

      This addendum includes the following:

      • Pre-Proposal Zoom Link

    Evaluation Criteria

    • The criteria that will be used to evaluate proposals may include, but are not limited to, the following: (100 pts)
      • Overall Understanding of City Needs
      • Functionality
      • Cost
      • Implementation Methodology/Approach
      • Software Demonstrations/ Implementation Interviews
      • Software and Implementation References
      • Compliance with Contract Terms and Conditions
      • Ability to Accommodate System Security Assessment

      The City reserves the right to determine the suitability of proposals on the basis of any or all of theses criteria or other criteria not included in the above list.

    Submission Requirements

    • DBA (required)
    • Authorized Representative Name/Title (required)
    • Federal Employer Identification Number (FEIN) (required)

      Verfied in SunBiz

    • PROPOSAL (required)

      A. TITLE PAGE
      The title page shall list the subject “RFP NO. 2026-027 Enterprise Resource Planning (ERP) Software and Implementation Services. It shall also contain the proposing firm’s full legal name, physical address, mailing address (if different than physical address), telephone number and e-mail address, as well as the name, address, telephone and/or cell phone number, and e-mail address of a contact person.


      B. TABLE OF CONTENTS
      The table of contents shall list all major topics with their corresponding section title or heading and beginning page number.


      C. EXECUTIVE SUMMARY
      Provide a brief narrative summarizing the proposal.

      D. PROPOSER TEAM
      This section of the proposal should identify all firms included in the proposal and any necessary third-party products or firms required or recommended for the City. 


      Identify the proposed project team including the firms responsible for implementation, and any key consulting team members that will be providing services to the City.

      • How many staff will the Proposer have assigned to the project?
      • What is the approximate dedication to the project of each resource and approximate time work will be completed on-site vs. off-site?
      • What are the major roles and responsibilities for each resource?

      Complete Attachment A – Professional Services Background for each firm involved with the project.
      Complete Attachment B – Reference Form for each firm involved in the project.
      Complete Attachment F – Staffing Sheet


      E. FUNCTIONAL REQUIREMENTS
      This section describes the software and implementation scope of the overall project and the requirements for each functional area. Responses to the functional requirements should be completed to identify the capability of the software and the scope of the implementation.

      TABLE 3.1

      Attachment E Functional Requirements Responses

      Column E: Available Responses

      Y

      Requirement Met and Proposed (Standard features in the generally available product)

      Y-ND

      Requirement Met and Proposed (Features that are not offered as a generally available product or require custom development)

      N

      Requirement Not Met with Proposal

      I

      Need More Information/Discussion

      Column F: Available Responses

      S

      Requirement and Feature Supported by Software Developer

      TPS

      Requirement and Feature Supported by Third Party

      NS

      Requirement and Feature Not Supported


      Complete Attachment E – Functional Requirements

      • Failure to provide some requirements or excluding some requirements from scope will not eliminate the proser from contention. The City will evaluate the proposal as a whole, including price and value comparisons when evaluating proposals.
      • The requirements responses submitted will become part of the agreement. Proposers are expected to warrant the delivery, configuration, and implementation of all positive responses (every response except “N”).
      • For requirement responses other than “N” proposers must indicate the module or product that is required to meet the requirement.
      • For requirement responses other than “N” proposers must indicate the phase of the project that the functionality will be implemented.
      • All responses which are marked “Y” or “Y-ND” will be considered to be included in the scope, and the cost proposal and all other information submitted in the proposal should reflect this.
      • For functionality that is not currently available and not available for viewing at a demo, but that will be in scope for the project either as generally available features in a future release or as a customization, modification, or enhancement specific for this project, Proposers should indicate a response code of “Y-ND” and provide more detail in the appropriate column.


      F. TECHNOLOGY DEPLOYMENT
      This section of the proposal should identify any technical requirements for operating the system:
      Complete Attachment C – Technology Deployment for the primary proposed solution.
      Complete Attachment C – Technology Deployment for any additional third-party proposed products.


      G. IMPLEMENTATION APPROACH
      This section should describe the proposed implementation plan. Proposers should reference Section B – Project Scope for more information on the project scope, goals, and implementation effort.

      • Please provide a description of your methodology for this project, taking into account the environment, the scope, and the desired goal to improve business processes.


      Complete Attachment D – Project Expectations
      Complete Attachment G – Interface List


      The following information is intended to address current applications and Third-Party Systems (TPS) that are used by the City for major business functions.  Information about their replacement or interface is provided in detail in Attachment G (Interface List).  All systems listed in Attachment G (Interface List) are assumed to be in scope for replacement or interface to the new ERP system.  The City intends to discuss the future use of these applications, or their replacement, during software demonstrations and contract negotiations.  However, Proposers should complete Attachment G (Interface List) to the best of their ability based upon the instructions provided and submit with other attachments as part of the RFP response.  

      Information regarding the available responses has been provided in the table below.  Please read carefully and respond thoughtfully as interfaces to the City’s existing systems and/or their replacement is critical to project success.


      TABLE 3.2

      Available Interface List Responses

      Attachment G: Interface List Responses

      Column E: Available Responses

      Replace w/ERP

      System is replaced with functionality native to the new the ERP

      Replace w/New TPS

      System is replaced with a new Third Party System (TPS) that has been proposed as part of the new solution

      Keep

      Keep the current system and build a permanent interface as part of the project

      Column F: Available Responses

      Inbound Only

      Data will be pulled from the TPS into the ERP System

      Outbound Only

      Data will be pushed from the ERP System into the TPS

      Bi-Directional

      Data will be pushed from the ERP System into the TPS and pulled from the TPS into the ERP System 

      Column G: Available Responses

      Temporary

      Interface will be needed for limited amount of time during the project be will not be necessary after the project is completed

      Permanent

      Interface will be needed for the lifetime of the ERP System

      Column H: Available Responses

      Real-Time

      Data is transferred, at a minimum, every 15mins.

      Hourly

      Data is transferred, at a minimum, every 60mins.

      Daily

      Data is transferred, at a minimum, every 24 hours

      Weekly

      Data is transferred, at a minimum, every 7 days

      Monthly

      Data is transferred, at a minimum, every 30/31 days


      Complete Attachment H – Conversions


      Proposers must provide responses to the conversion requirements (Attachment H – Conversions). If additional items to be converted are proposed, please add them to the spreadsheet. The following answer key shall be used when responding to the conversion requirements. 


      TABLE 3.3

      Available Responses for Data Conversions

      Item

      Response

      Response Description

      Agree

      Y/N

      Respondents should identify whether or not your firm agrees that this item needs to be converted.

      Included in Price

      Y/N

      If your firm agrees that this item needs to be converted, indicate with a Yes or No whether or not your firm's work effort to complete the conversion is included in the pricing schedule.

      Estimated Consulting Hours

      Number of Hours

      Include the number of estimated consulting work hours to complete the conversion.

      Comments

      Text

      Include any comments or assumptions relevant to the answers above.

       

    • PRICE PROPOSAL (required)

      Proposers should submit price proposals using the format provided in Attachment I ― Cost to this RFP.

      1. Complete and submit Attachment I ― Cost
        • All pricing must be submitted as fixed by milestone. Costs listed as “to-be-determined” or “estimated” will not be considered.
        • Identify major milestones as part of the project. It is required that costs will be invoiced upon completion of major milestones. Please provide a schedule of all payments necessary to complete the proposed scope.
        • All service costs must be provided on a task or completion basis with costs assigned to each milestone, deliverable or task. Proposers are required to fill in deliverables and tasks under the provided headers.  Additional detail may be provided to further explain deliverable or task costs.
        • Proposers should include all software modules and state any limitations on module use. If no limitations are listed, the City will consider that pricing is based on full enterprise-wide access for the City.
        • Proposers must submit implementation costs as fully loaded rates that include all necessary travel or other expenses. By submitting a proposal, all proposers acknowledge that all pricing (including travel) must be a fixed fee or included in the implementation milestones.
    • IMPLEMENTATION TERMS AND CONDITIONS (required)

      This section asks for proposers to accept key terms and conditions for the project.

      1. Complete Attachment D – Project Expectations
      2. Proposers may take exception to certain requirements in this RFP. All exceptions shall be clearly identified in this section, with a written explanation of the exception and an alternate proposal (if applicable). The City, at its sole discretion, may reject any exceptions or specifications within the proposal.
    • ADDITIONAL DATA TO SUPPORT PROPOSAL (required)

      Provide a copy of your current certificate of insurance. During the entire period of performance of any contract resulting from this solicitation, the successful Proposer shall procure and maintain the minimum insurance coverage required by the City of St. Cloud as stipulated in the Insurance Requirements Section. Policies other than Workers’ Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the company by the Department of Insurance of the State of Florida to conduct business in the State of Florida, with a minimum A.M. Best rating of VII/A-. Proof of such insurance must be provided to the City prior to beginning contract performance.

    • COMPLIANCE FORMS
    • Respondent's Certification (required)

      I have carefully examined the Request for Proposal.

      I hereby propose to furnish the services specified in the Solicitation. I agree that my submittal will remain firm for a period of at least 120 days in order to allow the City adequate time to award contract.

      I certify that all information contained in this submittal is truthful. I further certify that I am duly authorized to provide this submittal on behalf of the firm as its act and deed and that the firm is ready, willing and able to perform if awarded the contract.

      I further certify, under oath, that this submittal is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation tendering a submittal for the same service, that no officer, employee or agent of the City of St. Cloud or any other respondent is interested in said submittal; and that the undersigned executed this Respondent’s Certification with full knowledge and understanding of the matters therein contained and was duly authorized to do so.

    • Sworn Statement Pursuant to Section 287.133(3)(a), Florida Statutes, on Public Entity Crimes (required)

      I understand that a “”public entity crime” as defined in Paragraph 287.133 (1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentations.

      I understand that “convicted” or “conviction” as defined in Paragraph 287.133 (1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or non contendere.

      I understand that an “affiliate” as defined in Paragraph 287.133(1)(a), Florida Statutes, means:

      1. A predecessor or successor of a person convicted of a public entity crime; or 
      2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term “affiliate” includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm’s length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate.

      I understand that a “person” as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term “person” includes those officers, directors, executives, and partners. Shareholders, employees, members, and agents who are active in management of an entity.

      Based on information and belief, the statement, which I have marked below, is true in relations to the entity submitting this sworn statement. (Indicate which statement applies).

           □ Neither the entity submitting this sworn statement, nor any of its officers, directors, executives,  partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989.

           □ The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime  subsequent to July 1, 1989.

           □ The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing  Officer of the State of Florida, Division of Administrative Hearings and the final Order entered by              the Hearing Officer determined that it was not in the public interest to place the entity submitting  this sworn statement on the convicted vendor list (attach a copy of the final order). 

      I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. 

    • Americans with Disabilities Act (ADA) Disability Nondiscrimination Statement (required)

      I, being duly first sworn state: That the named firm, corporation or organization is in compliance with and agreed to continue to comply with, and assure that any subcontractor, or third party contractor under this project complies with all applicable requirements of the laws listed below including, but not limited to, those provision pertaining to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new construction. The Americans with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat327,42USC1210112213 and 47 USC Sections 225 and 661 including Title I, Employment; Title II, Public Services: Title III, Public Accommodations and Services Operated by Private entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions. The Florida Americans with Disabilities Accessibility Implementation Act of 1993, Section 553.501-553.513, Florida Statutes: The Rehabilitation Act of 1973, 229 USC Section 794; The Federal Transit Act, as amended 49 USC Section 1612; The Fair Housing Act as amended 42USC Section 3601-3631

       

    • Business Entity Affidavit (Vendor/Bidder Disclosure) (required)

      OWNERSHIP DISCLOSURE AFFIDAVIT

      1. If the contact or business transaction is with a corporation, the full legal name and business address shall be provided for each officer and director and each stockholder who holds directly or indirectly five percent (5%) or more of the corporation’s stock. If the contract or business transaction is with a trust, the full legal name and address shall be provided for each trustee and each beneficiary. All such names and addresses are (Post Office addresses are not acceptable), as follows:

                  Full Legal Name:

                  Address:

                  Ownership %:

      The full legal names and business address of any other individual (other than subcontractors, materialmen, suppliers, laborers, or lenders) who have, or will have, any interest (legal equitable, beneficial or otherwise) in the contract or business transaction with the City are (Post Office addresses are not acceptable), as follows

       

    • City of St. Cloud Drug Free Workplace Compliance Form (required)

      Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids, which are equal with respect to price, quality, and service, are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: (The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that does): (Name of Business)

      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 bid 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 bid, 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 contender to, any violation of Chapter 1893 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.

      As the person authorized to sign the statement, I confirm that this form complies fully with the above requirements. 

       

    • No Lobbying Affidavit (required)

      I confirm that I am an authorized representative, maker of the attached submittal made in response to a request for bid, proposals, qualifications and/or any other solicitation released by the City of St. Cloud, and swear that the bidder and any of its agents agrees to abide by the City of St. Cloud’s no lobbying restrictions in regard to this solicitation 

    • Certification for Contracts, Grants, Loans, and Cooperative Agreements (required)

      The undersigned certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all sub awards at all tiers (including subcontracts, sub grants, and contracts under grants, loans, and cooperative agreements) and that all sub recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned Contractor hereby certifies and attests to the 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. § 3801 et seq., apply to this certification and disclosure, if any.

       

    • Vendor Certification of Scrutinized Companies Lists (required)

      Section 287.135, Florida Statutes, prohibits agencies from contracting with companies for goods or services of $1,000,000 or more, that are on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which are created pursuant to s. 215.473, F.S., or the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725, F.S., or companies that are engaged in a boycott of Israel. As the person authorized to sign on behalf of Respondent, 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, or the Scrutinized Companies that Boycott Israel List. I further certify that the company is not engaged in a boycott of Israel. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject company to civil penalties, attorney’s fees, and/or costs.

      I confirm that I am authorized to sign on behalf of the referenced company and certify acknowledgement and acceptance that the above statement is true. 

       

    • Certification Regarding Debarment, Suspension, and Other Responsibility Matters (required)

      This certification is required by the Federal Regulations Implementing Executive Order 12549, Debarment and Suspension, 45 CFR Part 93, Government-wide Debarment and Suspension, for the Department of Agriculture (7CFR Part 3017), Department of Labor (29 CFR Part 98), Department of Education (34 CFR Parts 85,668,682), Department of Health and Human Services (45 CFR Part 76).

      I, the prospective bidder certify to the best of its knowledge and belief that it and its principals:

      1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency;
      2. Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements , or receiving stolen property;
      3. Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any offenses enumerated in paragraph (B) of this certification; and
      4. Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, local) terminated for cause or default.

      I understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award. Any exceptions provided will not necessarily result in denial of award, but will be considered in determining bidder responsibility and whether or not the City will enter into contract with the party. For any exception noted, indicate on an attached sheet to whom it applies, initiating agency, and dates of action. Providing false information may result in criminal prosecution or administrative sanctions.

    • E-Verify Compliance Form (required)

      Definitions:

       “Contractor” means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration.

       “Subcontractor” means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration.

      Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E-verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security’s E-Verify System to verify the employment eligibility of: 

      1.  All persons employed by Vendor/Consultant/Contractor to perform employment duties within         Florida during the term of the contract; and
      2. All persons (including subvendors/subconsultants/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department.         The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department       of  Homeland Security’s E-Verify System during the term of the contract is a condition of the           contract with the City of St. Cloud, Florida; and
      3. Should vendor become successful Contractor awarded for the above-named project, by              entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E-Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. 

       

    • Federal Requirements (If Applicable)

      Please review and confirm the acceptance of the Federal Requirements. #Federal Requirements

    • Anti-Human Trafficking Affidavit (required)

      Please download the below documents, complete, and upload.

    • General Terms and Conditions

      Please review and confirm the acceptance of the General Terms and Conditions. 

    • Additional Documents
    • PROPRIETARY INFORMATION

      Please upload any proprietary information.

    • Is this for an RFP or an RFQ (required)
    • PRE-RESPONSE CONFERENCE (required)
    • Are federal requirements applicable for this project? (required)
    • What services is the consultant providing? (required)
    • SUBSTITUTIONS (required)

      Is this section applicable under "Instructions to Bidders" for this project?

    • BID BOND? (required)
    • PAYMENT AND PERFORMANCE BOND? (required)

    Questions & Answers

    Q (Budget Range): Is there a budget range you share?

    A: At this time, there is no predefined budget range. The City is open to considering all proposals, provided they fully meet the requirements outlined in the Request for Proposals.


    Q (No subject): Has a budget range been identified for this project? If so, could you share the estimated implementation cost, annual operating cost, and anticipated term (in years)?

    A: At this time, there is no predefined budget range. The City is open to considering all proposals, provided they fully meet the requirements outlined in the Request for Proposals.


    Key dates

    1. April 19, 2026Published
    2. June 9, 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.