Active SLED Opportunity · GEORGIA · GLYNN COUNTY

    Glynn Brunswick SS4A Safety Action Plan

    Issued by Glynn County
    countyRFPGlynn CountySol. 248292
    Open · 19d remaining
    DAYS TO CLOSE
    19
    due May 13, 2026
    PUBLISHED
    Apr 8, 2026
    Posting date
    JURISDICTION
    Glynn County
    county
    NAICS CODE
    541330
    AI-classified industry

    AI Summary

    Glynn County seeks qualified firms for transportation planning services to develop a Safe Streets for All Safety Action Plan aimed at reducing roadway fatalities and serious injuries. The project is federally funded and requires adherence to federal regulations and public engagement.

    Opportunity details

    Solicitation No.
    248292
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    April 8, 2026
    Due Date
    May 13, 2026
    NAICS Code
    541330AI guide
    Jurisdiction
    Glynn County
    State
    Georgia
    Agency
    Glynn County

    Description

    The Board of Commissioners of Glynn County, Georgia (“the Owner”) seeks proposals from interested qualified firms experienced in transportation planning and engineering to develop the Glynn County Safe Streets for All (SS4A) Safety Action Plan. This project is funded by the federal Safe Streets and Roads for All Action Plan Grant with Matching Dollars from Glynn County and the City of Brunswick. Therefore, all activities must be performed in strict adherence to applicable federal regulations, and the developed plan must meet the requirements in the FY2024 SS4A Notice of Funding Opportunity (NOFO) including all the details outlined and required in the Program Services section.

    Background

    Glynn County and the City of Brunswick will develop a Safety Action Plan with the goal of eliminating roadway fatalities and serious injuries by a certain percentage and date determined by the plan.  Area representatives will form a Task force and with the assistance of the selected consultant/moderator will plan meetings and combine public input, data analysis, and statistics into a plan. The Task Force will be charged with also providing input, supervising the implementation and monitoring. 

     

    A baseline will be developed from studies of the frequency of crashes, severity of injuries, areas, times, driver ages, law violations, weather conditions, lighting, traffic volume and prevailing types of crashes. A consideration of systemic and specific safety needs will also be performed to employ low cost, high impact strategies that can improve safety. 

     

    The Task Force will review and assess road development policies and guidelines, County and City strategies, comprehensive plans, economic development plans and other transportation manuals to identify standards and guidelines to prioritize transportation safety.  The Task Force will also be charged with identifying 10 viable projects to submit for implementation via a Safe Streets for All Implementation Grant or other similarly related funding opportunities.

     

    Using local data, best evidence and practices, stakeholder input, and countermeasures that address prevailing crash types, strategies and projects will be developed with a timeline. Prioritization will be given to potential of reducing crash rates and eliminating safety concerns.   

     

    The Task Force will report quarterly on Action Plan evaluation data (baseline information, measurement methods and data) to the public via website and local media releases. An annual evaluation will be completed to confirm that safety concerns are addressed.

    Project Details

    • Reference ID: RFP26-034
    • Department: Planning and Zoning Department
    • Department Head: Stefanie Leif (Director)

    Important Dates

    • Questions Due: 2026-04-23T21:00:00.000Z
    • Answers Posted By: 2026-04-30T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-17T13:30:00.000Z — Administrative Conference Room #216 located on the 2nd floor of the Harold Pate Building 1725 Reynolds Street Brunswick, GA 31520. For those unable to attend in person, the pre-bid meeting will be streamed live via Teams. Meeting ID: 270 657 290 395 13 Passcode: gX3Vv7M2

    Addenda

    • Addendum #1 (released 2026-04-08T17:31:48.348Z) —

      Due to a scheduling conflict the Pre-Bid meeting has been pushed to the 17th of April.

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

    • Addendum #2 (released 2026-04-21T20:18:07.103Z) —

      The response to Question #1 has been addressed and document has been updated to show that the price should be uploaded under the questionnaire section #4.

    Evaluation Criteria

    • Firm Experience (30 pts)

      Provide information on the Firms experience on projects of similar function and complexity. Describe three (3) projects, in order of most relevant to least relevant, which demonstrate the capabilities to perform the scope of work. For each project, provide the following information:

      1. Project name, location and dates during which services were performed.
      2. Brief description of project and physical description.
      3. Services performed by your firm.
      4. Provide any Owner-written letters of reference/recommendation about the firm's performance on the project.
      5. Explanation as to how the highlighted project relates to the current Project being considered. If the firm has multiple offices, indicate the office responsible for each highlighted project.
    • Professional Qualifications of Team (25 pts)
      1. Describe your firm's proposed organization for the program management team. Please designate all specific individuals and their roles on your team by submitting an organizational chart for the project: At a minimum, the project organization chart shall show the names of key program managers and staff; descriptions of responsibilities for all proposed staff.
      2. Provide for each of the above personnel current resumes listing relevant project experience and percentage of the person's time to be committed to this project.
      3. Please identify the individual who, from project start to finish, will be the leader of your team and the principal point of contact between your firm and the Owner. Provide detailed information on the qualifications of this individual and the direction, authority, and management tools that will be provided to the individual by the firm. This individual's competence, his/her leadership, and his/her ability to achieve customer satisfaction will be heavily considered in the selection.
      4. Provide examples of your team's experience in three (3) similar projects, including the following information:
        1. Project name, location and dates during which services were performed.
        2. Services performed by your firm.
        3. If your firm has more than one office, indicate which office was responsible for each of the example projects.
        4. Owner's stated satisfaction in program management and/or overall service of your firm. Provide any Owner-written letters of reference/recommendation about the firm's performance on the project.
    • Understanding of Project Scope and Management Plan (20 pts)
      1. The proposer shall provide their interpretation of what is required to meet the needs of the County. The proposer will use this document, their knowledge and experience, to develop their understanding of this project. Proposers are urged to develop scenarios or examples to fully explain their position. A detailed description of the Contractor's project approach including elements to be performed by the Contractor and elements expected to be performed by County Staff.
      2. The Proposer shall provide any unique technical approaches the firm offers relative to addressing anticipated design concepts, use of an alternative method for delivery (if applicable) and/or management of the project. The proposer shall identify any unique challenges of the project and how the firm intends to mitigate these challenges, including quality assurance procedures. Proposers shall provide any specific qualifications, skills, knowledge of the project and project areas which may uniquely benefit the firm and project , and your ability and willingness to meet time requirements.
      3. Provide a statement of your definition of your firm's proposed overall role in this project, your anticipated level of management responsibility and accountability for project concerns. Describe your process for efficiently resolving issues and maintaining the project commitments while working collaboratively with the Owner and stakeholders as applicable. Provide detailed procedures for routine solving of complex project issues without compromising your team commitments. Provide your proposed methods and plans of communication.
    • References and Reputation of the Firm (10 pts)
      1. The Proposer shall provide at least three (3) references for contracts of a similar size and scope, (if available) including at least two references for current contracts or those awarded during the past five years. Include the:
        1. name of the organization,
        2. the length of the contract,
        3. a brief summary of the work,
        4. the name and telephone number of a responsible contact person
        5. A reference letter if available should be included in the proposal from each reference..
      2. Also provide a description of any conflicts occurring over the last 10 years with these or any other contracts for similar work.
      3. References or project examples are requested in other sections of this proposal. The same references can be utilized to meet the requirement of this section, but the references need to still be listed in this section.
    • Cost Proposal (15 pts)
      1. Proposer shall submit detailed breakdown of rates as outlined in Program Services of this solicitation.

    Submission Requirements

    • Proposer Confirmation (required)

      The undersigned Proposer proposes and agrees, if this Proposal is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Proposal Price and within the Proposal Times indicated in this Proposal and in accordance with the other terms and conditions of the Contract Documents.

      Proposer accepts all of the terms and conditions of the Invitation and Instructions to Proposers, including without limitation those dealing with the disposition of Proposal security. This Proposal will remain subject to acceptance for 60 days after the day of Proposal opening, or for such longer period of time that Proposer may agree to in writing upon request of Owner.

      In submitting this Proposal, Proposer represents, as more fully set forth in the Agreement, that:

      1. Proposer has examined and carefully studied the Plans (if any), Specifications for the work, Deliverables and contractual documents relative thereto, and has read all Practical Provisions, Supplementary Conditions, and General Conditions, furnished prior to the opening of Proposals; that Proposer has satisfied himself relative to the work to be performed.
      2. Addenda, if any, have been acknowledged via the County's eProcurement Portal Addenda Acknowledgment feature. 
      3. Proposer has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance and furnishing of the Work;
      4. Proposer is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, performance and furnishing of the Work.
      5. Proposer is aware of the general nature of Work to be performed by Owner and others at the site that relates to Work for which this Proposal is submitted as indicated in the Proposal Documents.
      6. Proposer has correlated the information known to Proposer, information and observations obtained from visits to the site, reports and drawings identified in the Proposal Documents and all additional examinations, investigations, explorations, tests, studies and data with the Proposal Documents.
      7. Proposer has given County Contract Administrator, if any, written notice of all conflicts, errors, ambiguities or discrepancies that Proposer has discovered in the Proposal Documents and the written resolution thereof by County Contract Administrators acceptable to Proposer. The Proposal Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Proposal is submitted.
      8. This Proposal is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Proposer has not directly or indirectly induced or solicited any other Proposer to submit a false or sham Proposal; Proposer has not solicited or induced any person, firm or corporation to refrain from Proposal; and Proposer has not sought by collusion to obtain for itself any advantage over any other Proposer or over Owner. 
    • Pricing Confirmation (required)

      The prices submitted via the County's eProcurement Pricing Table feature  are  inclusive of ALL COSTS relative to performing ALL Statement of Work as described within this RFP.

    • Please upload your TECHNICAL proposal here WITHOUT COST/PRICING info. (required)
    • Please upload your COST/PRICE proposal here--separate from your TECHNICAL proposal. (required)
    • W9 (required)

      Please attach W-9

    • Proposer Representation (required)

      Please download the below documents, complete, and upload.

    • Georgia Security and Immigration Contractor Affidavit (required)

      Please download the below documents, complete, and upload.

      Contractors must attest to compliance with the requirements of O.C.G.A. 13-10-91 and the Georgia Department of Labor Rule 300-01-02 by executing the Contractor Affidavit in accordance with the requirements of the Georgia Security & Immigration Compliance Act. 

    • Georgia Security and Immigration Subcontractor Affidavit (required)

      Please download the below documents, complete, and upload.

      In the event that your company is awarded the contract for this project, and will be utilizing the services of any subcontractor(s) in connection with the physical performance of services pursuant to this contract, the following affidavit must be completed by such subcontractor(s).  your company must provide a copy of each such affidavit to the Glynn County Board of Commissioners, Finance Division, with the executed contract documents.

      All subcontractor affidavit(s) shall become a part of the contract and all subcontractor(s) affidavits shall be maintained by your company and available for inspection by the Glynn County Board of Commissioners at any time during the term of the contract. All subcontractor(s) affidavit(s) shall become a part of any contractor/subcontractor agreement(s) entered into by your company.

    • Proposer's Oath (required)

      Please download the below documents, complete, and upload.

    • Glynn County Legal and Character Qualifications (required)

      Please download the below documents, complete, and upload.

    • Byrd Anti-Lobbying Certification (required)

      Please download the below documents, complete, and upload.

    • System for Award Management (SAM.gov) (required)

      Enter you full entity name or unique entity ID as it appears in SAM.gov.

    • Do You Have the Equal Employment Opportunity (EEO) Practice In Place? (required)

      EEO Plan
      The successful Proposer will develop and implement an EEO policy that, as a minimum, will recruit, hire, train, and promote, at all levels, without regard to race, color, religion, national origin, sex, or age, except where sex or age is a bona fide occupational qualification.

      EEO For Veterans/Handicapped
      The successful Proposer will also provide equal employment opportunities for qualified disabled veterans, handicapped persons and veterans of the Vietnam Era.

      EEO For Successful Proposer Programs
      The successful Proposer, will ensure equal employment opportunity applies to all terms and conditions of employment, personnel actions, and successful Proposer-sponsored programs. Every effort shall be made to ensure that employment decisions, programs and personnel actions are non-discriminatory. That these decisions are administered on the basis of an evaluation of an employee's eligibility, performance, ability, skill and experience.

      EEO Acquisitions
      The successful Proposer will develop and implement a policy that will give  equal opportunity to the purchase of various goods and services from small businesses and minority-owned businesses.

      Please respond by typing YES or NO. If the Answer is NO, will you have such a policy in place prior to commencing work on this project? Please respond YES or NO.

    • Statement of Assurance (required)

      The Proposer herein assures the County that it is in compliance with Title VI & VII of the 1964 Civil Rights Act, as amended, in that it does not on the grounds of race, color, national origin, sex, age, handicap, or veteran status, discriminate in any form or manner against employees or employers or applicants for employment and is in full compliance A.D.A.

    • Basis for Award (required)
    • Pricing (required)
    • Fiscal Year (required)

      Enter Fiscal Year that the project will come out of.

    • Pre-Bid Meeting? (required)
    • Meeting Type (required)
    • Contract Period (required)
    • Contract Time (required)

      Enter Contract Time

    • Liquidated Damages (required)

    Questions & Answers

    Q (Cost proposal - pricing table): Under 6.3 Cost Proposal it states...The cost proposal will be submitted via the pricing table in this solicitation. Please confirm if a Pricing Table will be provided.

    A: This will be updated with an addendum. Pricing will be submitted in the questionnaire section under #4.


    Q (Cost): In reviewing the Instructions for proposers Item 10 for this RFP, we noted that Total Cost is listed as a weighted factor for evaluation. As this procurement is funded using a FHWA SS4A grant, it is subject to federal procurement standards under 2 CFR § 200.320(b)(2)(iv) and specifically 23 CFR § 172.7(a)(1) . These regulations require Qualifications-Based Selection (QBS) for engineering services, where price cannot be used as an evaluation factor and instead negotiated with the most qualified firm. Could the County please clarify if the selection criteria will be updated to align with these federal requirements?

    A: The selection criteria will remain as published. Brooks Act procedures are not required for contracts such as planning studies that are not directly related to or connected with a construction project. SS4A Action Plans are not directly connected to construction project. Additionally, 23 CFR 172 does not apply, as the SS4A program is not a Title 23 program, therefore 2 CFR 200 only applies.


    Key dates

    1. April 8, 2026Published
    2. May 13, 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.