SLED Opportunity · CALIFORNIA · GOLDEN STATE CONNECT AUTHORITY

    GSCA Mono County Fiber Splicing (Mono County, California Broadband Fiber-Optic Network Project)

    Issued by Golden State Connect Authority
    stateRFQGolden State Connect AuthoritySol. 239878
    Closed
    STATUS
    Closed
    due Apr 17, 2026
    PUBLISHED
    Mar 6, 2026
    Posting date
    JURISDICTION
    Golden State
    state
    NAICS CODE
    237130
    AI-classified industry

    AI Summary

    Golden State Connect Authority seeks bids for fiber splicing services as part of the Mono County broadband fiber-optic network project in California. Bids are due April 17, 2026.

    Opportunity details

    Solicitation No.
    239878
    Type / RFx
    RFQ
    Status
    open
    Level
    state
    Published Date
    March 6, 2026
    Due Date
    April 17, 2026
    NAICS Code
    237130AI guide
    Agency
    Golden State Connect Authority

    Description

    Golden State Connect Authority (GSCA) invites you to submit Bids for GSCA Mono County Fiber Splicing (Mono County, California Broadband Fiber-Optic Network Project). Bids must be submitted through the Procurement Portal no later than 4:00 pm on Friday, April 17, 2026.

    Background

    This bid includes the Fiber Splicing only as part of the GSCA Mono County Outside Plant (OSP) Project.

     

    Project includes fiber splicing throughout the project area and splicing in the 4 Huts in the project. Project Plans include the OSP, FAT sheets and HUT construction plans.

     

     

    Project Details

    • Reference ID: 2026-GSCA-RFB-009
    • Department: GSCA Construction
    • Department Head: Barbara Hayes (Chief Economic Development Officer)

    Important Dates

    • Questions Due: 2026-04-04T00:00:00.000Z
    • Answers Posted By: 2026-04-11T00:00:59.940Z
    • Pre-Proposal Meeting: 2026-03-19T22:00:53.473Z — Attendees will be required to sign in via the "chat" in the virtual meeting to confirm attendance. Please provide name, company and email and/or phone number. ________________________________________________________________________________ Microsoft Teams meeting Join: https://teams.microsoft.com/meet/25297203237988?p=wzUoRt7CBs0fvnrBHH Meeting ID: 252 972 032 379 88 Passcode: Mm3QS3F9 ________________________________________ +1 323-451-1087,,687573644# United States, Los Angeles Find a local number Phone conference ID: 687 573 644#

    Meetings & Milestones

    EventDateLocation
    Bid Opening Date2026-04-20T21:00:30.390ZGSCA Offices, 1215 K Street, Suite 1650, Sacramento, California. Also Virtually, ________________________________________________________________________________ Microsoft Teams meeting Join: https://teams.microsoft.com/meet/23927446699979?p=IdG2xCjPlwUR8mZ8Yz Meeting ID: 239 274 466 999 79 Passcode: yE3Fi2f3 ________________________________________ Need help? | System reference Dial in by phone +1 323-451-1087,,252123660# United States, Los Angeles Find a local number Phone conference ID: 252 123 660# For organizers: Meeting options | Reset dial-in PIN ________________________________________________________________________________

    Evaluation Criteria

    • Award Determination

      The contract will be awarded to the lowest responsive and responsible bidder based solely on lowest price in the Bid Schedule and Additive Bid Schedule.

      GSCA will review each bid in detail to determine its compliance with the solicitation requirements. GSCA reserves the right to use multiple means to validate and determine the bidder’s response to a requirement. This may be through details in its description and/or supporting documentation provided or material that is publicly available, that may either support or contradict the bidder’s claim of intended compliance.

      The lowest bid will be determined pursuant to Public Contract Code section 20103.8, subdivision (b), as the lowest total of the Total Base Bid Price and Total Additive Alternative No. 1 Bid Price. 

      After the lowest responsive and responsible bidder has been determined, GSCA’s Board of Directors, or its Executive Committee, may elect to award the Base Bid only, or the Base Bid and Additive Alternate No. 1, in its sole discretion.

    • The Entity

      Golden State Connect Authority (“GSCA”) is a joint powers authority and public agency organized and existing under Chapter 5 (Section 6500 et seq.) of Division 7 of Title 1 of the California Government Code. GSCA’s objective is to increase access to reliable, affordable high-speed internet for the residents and businesses of our member counties. GSCA’s membership represents 40 of California’s 58 counties, 14.7% of the California population, and 61% of the California land mass.

      GSCA’s member California counties are: Alpine, Amador, Butte, Calaveras, Colusa, Del Norte, El Dorado, Glenn, Humboldt, Imperial, Inyo, Kings, Lake, Lassen, Madera, Mariposa, Mendocino, Merced, Modoc, Mono, Monterey, Napa, Nevada, Placer, Plumas, Santa Barbara, San Benito, San Luis Obispo, Shasta, Sierra, Siskiyou, Solano, Sonoma, Sutter, Tehama, Trinity, Tulare, Tuolumne, Yolo, and Yuba.

    • Administrative Guidance

      The requirements and recommendations included in this bid packet are created to provide interested parties and those who submit bids (“bidders”) with enough information to readily understand the nature of the project and the information required in a complete bid. This Request for Bids (“RFB”) is not intended to limit bid content or to exclude any potential bidder from submitting a bid. Bidders who do not meet certain requirements may still submit bids so long as they include supporting documentation and/or information on why and how the bidder may work to fulfill those requirements.

      Bidders are reminded that they have the following responsibilities:

      • Carefully read the entire RFB.
      • Carefully review all RFB requirements prior to submitting a bid.
      • Submit questions in a timely manner.
      • Abide by all procedures and requirements of the RFB.
      • Not include conditional statements, assumptions, or exception language with a bid.
    • Administrative Requirements

      Bidders must submit each of the included Proposal Forms, including all information required on each form.

      All submissions must address each of the requirements in the Scope of Work and include all requested information. Narrative descriptions must be clear and apply directly to the solicitation requirements. Any documentation necessary to support narrative descriptions must be included in the submission. Any conflicting information may result in the bid being deemed non-responsive and may result in the Bidder being disqualified.

      GSCA may reject any or all bids and may waive any immaterial deviation or defect in a bid. GSCA’s waiver of any immaterial deviation or defect shall in no way modify the solicitation documents or excuse the bidder from full compliance with the solicitation specifications if awarded the contract.

    • Overview

      GSCA requires electronic submission of bids and proposals. GSCA has established a Procurement Portal which includes this complete bid packet and allows for electronic submission of bids. All questions must be submitted through the Procurement Portal and all question responses and addenda will be hosted exclusively in the Procurement Portal.

      The Procurement Portal may be accessed at the following location:

      https://procurement.opengov.com/portal/goldenstateconnect

      Sealed bids on the proposal forms furnished by GSCA and in accordance with the plans and specifications in this bid packet must be submitted via the Procurement Portal.

      The bid submission deadline is Friday, April 17, 2026 at 4:00 pm. The Procurement Portal clock is the official clock for the determination of all deadline dates and times. Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections. GSCA strongly recommends bidders complete their response well ahead of the deadline.

      All bids received before this deadline will be publicly opened, examined and declared on the same day by GSCA, as described in “Bid Opening.”

    • See Attached

      The Scope of Work for this project are contained within the attached Plans and Specifications documents, including all attachments and exhibits thereto.

       

      Form of Agreement

      The successful bidder will be required to execute a contract in the form shown in the attached "Form of Agreement" prior to beginning work.

       

      Plans

      The Plans can be downloaded from the ATTACHMENTS. It is Contractor’s responsibility to coordinate with the Engineer to ensure the downloaded plans are complete and no ambiguity in the file(s) exist.

      There are three components of the plans:

       

      • Mainline fiber splice schematic
        • See attachments: Mono County OSP
      • Hut system construction
        • See attachments: Mono County LOC 1 HUT Construction Drawing, Mono County LOC 6 HUT Construction Drawing, Mono County LOC 7 HUT Construction Drawing, Mono County LOC 12 HUT Construction Drawing

       

      The mainline fiber splice schematic plan shows the running line and is used for the placement of splice closures and the individual fibers that will need to be spliced/terminated.

       

      Special Provisions

      This project shall be bound by the California Department of Transportation (Caltrans) 2024 Standard Specifications (2024 Standard Specifications) unless as modified in these provisions.

      Bid Item Technical Specifications

      Some bid items require specific interpretation, as described in specifications that tie to individual bid items. These interpretations shall control over any other specifications or provisions. Bid items are further interpreted by the tables represented in the section “Bid Items Relationship to Plans,” which interpret how individual bid items should be read alongside the Plans.

      Special Provisions

      Special provisions that apply to all work under this contract are under headings that correspond with the main-section headings of the Caltrans 2024 Standard Specifications. In this document, the Divisions and Sections tie to the same in the Caltrans 2024 Standard Specifications. Each special provision begins with a revision clause that describes or introduces a revision to the Standard Specifications. If not stated, text to be added to a section shall be inserted following text already present in the 2024 Standard Specifications. Any paragraph added or deleted by a revision clause does not change the paragraph numbering of the Standard Specifications for any other reference to a paragraph of the Standard Specifications.

    • Technical Considerations

      To open the PDF construction drawings (Plans), due to their size, it is recommended that bidders use BlueBeam or FoxIT PDF applications. Some files may render improperly using other software such as Adobe Acrobat. Bidders should contact GSCA prior to the bid submission deadline to resolve any issues regarding PDF files. If applicable, KMZ files may be opened using Google Earth (Pro or web). Alternatively, they may be viewed using Google Maps, or other third-party mapping tools like Equator or QGIS.

    • Legal Requirements and Attestations

      Bidders must provide proof that they meet the following requirements:

      • They are registered to do business in the State of California and authorized with a valid and current business license.
      • They carry workers’ compensation, employer’s liability, comprehensive general liability, and comprehensive automobile liability insurance at the terms and coverage amounts stated in the terms of the Form of Agreement.
      • They have a non-discrimination clause in their hiring practices.

      Additionally, bidders must provide the following lists:

      • All ongoing or anticipated litigation.
      • All potential political issues they are involved in.
      • Any lawsuits settled within the past three (3) years pertaining to the operation of their business.

      In submitting a bid, bidders attest and confirm their participation and agreement to the following:

      • They are following all federal, state, and local regulations.
      • They understand they are subject to the PRA when communicating with GSCA and will comply with PRA requests.
      • They will cooperate with all legal subpoenas received and are responsible for their own legal fees incurred in doing so.
    • Confidentiality

      All bids, including all supporting documentation, become public after contracts are awarded. GSCA reserves the right to delay release of these records to other bidders or the public until the contract award date.

      GSCA is subject to the California Public Records Act (Government Code section 7920.000 et seq.), which provides public access to all records in GSCA’s possession – including submissions for this RFB. Everything submitted to GSCA is presumptively a public record. Such disclosure may be made regardless of whether the proposal (or portions thereof) is marked “confidential,”  "trade secret," “proprietary,” or otherwise, and regardless of any statement in the proposal (a) purporting to limit the GSCA’s right to disclose information in the proposal, or (b) requiring GSCA to inform or obtain the consent of the Bidder prior to the disclosure of the proposal (or portions thereof).

      Exceptions to disclosure are those parts or portions of a proposal that are justifiably defined as business or trade secrets, as determined by GSCA its sole discretion, and are plainly marked by the Bidder as “confidential,” "trade secret," or “proprietary.”

      GSCA will not, in any way, be liable or responsible for the disclosure of any such record or any parts thereof, if disclosure is required or permitted under the California Public Records Act or otherwise by law, as determined by GSCA in its sole discretion. A blanket statement of confidentiality or the marking of each page of the proposal as confidential will not be deemed sufficient notice of exception. Bidders must specifically label only those provisions of their respective proposal which are “confidential,” "trade secret," or “proprietary” in nature.

      In the event GSCA is required to defend an action on a Public Records Act request for any of the aforementioned documents, information, books, records, and/or contents of a proposal marked “confidential,” "trade secret," or “proprietary,” Bidder agrees to defend and indemnify GSCA from all costs and expenses, including reasonable attorneys' fees, incurred in connection with any action, proceedings, or liability arising in connection with the Public Records Act request. 

      Bidders should be aware that marking a document “confidential,” “proprietary,” or “trade secret” in a Final Bid may exclude it from consideration for award and will not keep that document from being released after notice of award as part of the public record unless a court has ordered GSCA not to release the document. The content of all working papers and discussions relating to any bid shall be held in confidence indefinitely, unless the public interest is best served by an item’s disclosure because of its direct pertinence to a decision, agreement, or the evaluation of the bid.

      Any disclosure of confidential information by a bidder is a basis for rejecting the bidder’s bid and ruling the bidder ineligible to further participate.

    • The Project

      The work consists of mobilization and demobilization of construction equipment; traffic control systems; installation of conduit via directional bore, trenching, or micro trenching; installation of fiber-optic cable in conduit; installation of utility pull boxes within sidewalks and roadway shoulders and over-excavation (if required); restoration of concrete, pavement, striping, and landscaping; installation of splice enclosures; installation of fiber termination panels; testing of fiber splices and terminations; and installation of hut systems at various locations within Mono County, California.

      Detailed scope of work is included in the bid documents.

      The successful Bidder shall be responsible for furnishing all labor, material, tools, equipment, incidentals, and services necessary to complete all the work as specified and in accordance with the plans and specifications for the project. At the time of contract award, the successful Bidder must be legally entitled to perform contracts requiring a Must meet one of the following two options: 1) Class A General Engineering license, OR 2) Class C-34 Pipeline Contractor’s license and one of the following: C-10 High Voltage license or C-7 Low Voltage Systems Contractors License (See Section 2.3.5). Any Bidder not so licensed shall be subject to all penalties imposed by law including, but not limited to, any appropriate disciplinary action by the Contractors' State License Board.

    • Working Days

      Work for this project must be completed within 170 Working Days, to be coordinated with work on related project for OSP work titled GSCA Mono County Outside Plant (OSP) Fiber Construction Project (See Section 3.1.2 "Working Days" and Special Provisions section 8-1.05) (see Special Provisions section 8-1.05). Liquidated Damages, in the amounts stated in Section 1.1 (General Requirements), will be assessed for each day that work is not completed after the Working Days have elapsed.

      Working Days for this project are designed to run concurrently with work performed in the related project for OSP work: GSCA Mono County OSP Fiber Construction Project Working Days will begin as described in the Notice to Proceed issued by GSCA (see Special Provision 8-1.04B); this date will be determined by the project Engineer and may not be the same date that OSP construction begins.

      In consultation with the Engineer, the Bidder selected for this project will coordinate splicing work around the OSP work described above. The successful Bidder shall be expected to be available to complete all work within the number of Working Days as areas become available for work. Should splicing work not be possible due to ongoing work by the OSP contractor, the working days for this project shall be suspended. GSCA’s Engineer shall make the sole determination about whether a Working Day suspension is appropriate but will not unreasonably refuse a determination as long as the successful Bidder remains in active consultation and coordination on this topic.

    • Bid Preparation Costs

      GSCA is not liable for any cost incurred by the bidder associated with the preparation of their bid nor the negotiation of a contract prior to the issuing of the contract.

    • Pre-Bid Meeting

      A Mandatory pre-bid meeting will be held virtually on Thursday, March 19, 2026 at 3:00 pm using the following meeting information:

      Attendees will be required to sign in via the "chat" in the virtual meeting to confirm attendance. Please provide name, company and email and/or phone number. ________________________________________________________________________________ Microsoft Teams meeting Join: https://teams.microsoft.com/meet/25297203237988?p=wzUoRt7CBs0fvnrBHH Meeting ID: 252 972 032 379 88 Passcode: Mm3QS3F9 ________________________________________ +1 323-451-1087,,687573644# United States, Los Angeles Find a local number Phone conference ID: 687 573 644#

    • Protests

      Any protest of the proposed award of Contract to the Bidder with the lowest responsible bid must be submitted in writing to Golden State Connect Authority, 1215 K St., Suite 1650, Sacramento, CA 95814, no later than 5 p.m. of the third (3rd) business day following the date of the Bid Opening, along with a bid protest filing fee in the amount of $2,000. Only those who actually submitted a bid may protest the proposed award. The Bid Protest Procedure is detailed in the form “Bid Protests Procedure," included in the PROPOSAL FORMS, which all bidders must accept as a component of their bid submission.

      The venue for any litigation related to this procurement will be Sacramento, California.

    • Questions

      Bidders are required to register for an account via the Procurement Portal in order to submit and receive answers to questions. Once the bidder has completed registration, they will receive addenda notifications to their email by clicking “Follow” on this project. It is the sole responsibility of each bidder to check the site for any question responses and addenda.

      Before submitting bids, bidders must fully inform themselves as to the conditions, requirements, and specifications of the work or materials specified. Bidders are required to visit the entire project site, either personally or through an agent. Failure to do so will be at bidders’ own risk. Bidders cannot secure relief on the plea of error or mistake.

      Bidders requiring clarification on the intent, terms and conditions, content of this RFB, or on procedural matters regarding the competitive bid process may request clarification by submitting questions in writing to GSCA via the Procurement Portal. Only questions submitted in writing in this manner shall be binding and official.

      If a bidder who desires clarification or further information on the content of the solicitation, but whose questions relate to the proprietary aspect of its bid and disclosure exposes its bid to other bidders, the question may be submitted using the same criteria above with the notation “CONFIDENTIAL”. The bidder must explain why the question is sensitive in nature. If GSCA, in its sole discretion, concurs that the disclosure of the question or answer would expose the proprietary nature of the bid, the question will be answered, and both the question and answer will be confidentially maintained. If GSCA does not concur with the proprietary aspect of the question, the question and answer will not be confidentially maintained, and the bidder will be so notified.

      Bidders are solely and exclusively responsible for submitting such inquiries or clarification requests not less than five (5) calendar days prior to the scheduled closing date for the receipt of bid proposals. GSCA will only respond to bidder inquiries or clarification requests submitted timely and by this method. Responses, and any addenda to the RFB, shall be posted in the Procurement Portal and made available to all potential bidders. Responses may be provided on a flow basis, but will be posted no later than Friday, April 10, 2026.

    • Prevailing Wages Required

      This is a Public Works Contract. In entering into a public works contract, or a subcontract, to supply goods, services, or materials pursuant to a public works contract, the successful contractor agrees to follow (and require all subcontractors to follow) the State Labor Standards on the awarded contract. State Labor Standards provisions, including prevailing wage requirements, will be enforced such that the general rate of per diem wages (prevailing wage) shall be paid for each craft, classification, or type of worker needed to execute the contract to all workers employed in the execution of the contract. All contractors and subcontractors must furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement). The State General Prevailing Wage Determination is as established by the California Department of Industrial Relations (available at http://www.dir.ca.gov/DLSR/PWD/index.htm). The prevailing rate of per diem wages are on file at Golden State Connect Authority, 1215 K St., Suite 1650, Sacramento, CA 95814, and are available to any interested party on request.

      The Contractor’s duty to pay State prevailing wages can be found under Labor Code Section 1770. et. seq. and Labor Code Sections 1775 and 1777.7 outline the penalties for failure to pay prevailing wages and employee apprentices including forfeitures and debarment.

    • Bid Terms

      Submission of a bid by the bidder shall constitute acceptance of all terms and conditions in this bid packet. Conditional bids may be rejected.

      The issuance of this RFB does not constitute an assurance that GSCA will enter into a contract with any bidder. GSCA expressly reserves the right to:

      • Reject any and/or all bids.
      • Adjust or change requirements within the RFB.
      • Reissue the RFB.
      • Adjust or extend any due dates in the RFB process without advance warning.

      GSCA reserves the unequivocal right to decline awarding the Request for Bid to any of the participants at its sole discretion, without being bound to provide any justification or compensation for such decisions.

    • Certified Payroll Records Required

      Pursuant to the provisions of Labor Code Section 1776, Contractor shall keep and shall cause each subcontractor performing any portion of the work under this Contract to keep an accurate payroll record, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by Contractor or subcontractor in connection with the work. Such payroll records for Contractor and all subcontractors shall be certified and shall be available for inspection at all reasonable hours at the principal office of Contractor pursuant to the provisions of Section 1776 of the Labor Code. Contractor's failure to furnish such records to GSCA or GSCA’s authorized Labor Compliance representative in the manner provided herein for notices shall entitle GSCA to withhold the penalty prescribed by law from progress payments due to Contractor.

      Applicable prevailing wage rates that apply to this project are the State Department of Industrial Relations (DIR), 2025-1 for the county and region where work occurs, and Statewide for the Journeymen and Apprentices. Please be advised that residential rates will not be applicable to this project.

      Each contractor and every subcontractor and supplier shall be required to submit certified payrolls and labor compliance documentation electronically at the discretion and manner specified by GSCA.

    • Form of Submission

      Bids shall be made on the forms provided in this Bid Packet. Bid submittals must include all completed proposal forms and other required documents. All parts and components of a bid must be received via the Procurement Portal by the bid deadline. GSCA is not responsible for notifying bidders about incomplete submittals.

      It is bidder’s responsibility to ensure its bid is submitted in a manner that enables GSCA to easily locate all requirements stated in this Bid Packet. A bidder is responsible for ensuring all submission material is submitted by the deadline, whether submitted via the Procurement Portal or as hard copy.

      Final submissions must be signed by an individual authorized to bind the bidder’s organization contractually. An unsigned final bid may be rejected.

    • Bidder's Bond

      All bidders must submit, no later than the Bid Submission Deadline, a Bidder’s Bond in the form of cash, cashier's check, or certified check, payable to the order of Golden State Connect Authority, of not less ten percent (10%) of the Base Bid Amount, or a bond in said amount, payable to Golden State Connect Authority and signed by the bidder as well as a corporate surety. Bidders are responsible for ensuring that bonds are received by GSCA by the deadline, and GSCA is not responsible for any delays in delivery.

      Bidders Bonds may be delivered by mail or hand delivered during normal business hours (8:00 am - 5:00  pm) to the following address:

      Golden State Connect Authority
      1215 K Street, Suite 1650
      Sacramento, CA 95814

      The amount so posted shall be forfeited to GSCA if the bidder does not enter into a contract with GSCA within ten (10) calendar days after Notice of Award. GSCA shall have the right to hold all bid bonds until 90 days following bid opening. However, GSCA may order the return of all bid bonds except that of the two (2) lowest bidders prior to the award.

    • License Required

      The Contractor submitting a bid shall possess either a Must meet one of the following two options: 1) Class A General Engineering license, OR 2) Class C-34 Pipeline Contractor’s license and one of the following: C-10 High Voltage license or C-7 Low Voltage Systems Contractors License (See Section 2.3.5) at the time this project is bid. Subcontractors listed in the bid proposal shall also possess the required contractor’s license for each specialty work specified and/or possess a Class A Contractor’s license at the time this project is bid. Attention is also directed to the provisions of Public Contract Code section 10164. The Contractor and subcontractors shall be properly licensed and in good standing at the time the contract is awarded.

      Reference Standards for this project can be obtained from American Society for Testing and Materials (ASTM) and the California Building Codes.

    • Withdrawal and Resubmission

      A bidder may withdraw its final submission at any time prior to the submission deadline by using the withdraw option in the Procurement Portal. The bidder may thereafter submit a new or modified bid prior to the respective submission deadline. Modification offered in any other manner, oral or written, will not be considered. Other than as allowed by law, final bids cannot be changed or withdrawn after the submission deadline date and time.

    • Compliance Monitoring and Enforcement

      This Contract will be subject to compliance monitoring and enforcement by the California Department of Industrial Relations, pursuant to Labor Code section 1771.4. Under California Labor Code section 1771.1, as amended by S.B. 854, a contractor may not bid, nor be listed as a subcontractor, for any bid proposal submitted for a public work unless the contractor and its subcontractors are registered and qualified to perform public work pursuant to section 1725.5 of the Labor Code. The Bidder and its Subcontractors must be registered and qualified to perform public work pursuant to section 1725.5 of the Labor Code, subject to limited legal exceptions under Labor Code section 1771.1.

      In accordance with the provisions of Section 1773.3 of the Labor Code, GSCA will provide notice to the Department of Industrial Relations (DIR) of the award of any public works contract subject to the requirements of Chapter 1 of the Labor Code, within five days of the award. The notice shall be transmitted electronically in a format specified by the DIR (see https://www.dir.ca.gov/pwc100ext/) and shall include the name of the contractor, any subcontractor listed on the successful bid, the bid and contract award dates, the contract amount, the estimated start and completion dates, job site location, and any additional information the DIR specifies that aids in the administration and enforcement of this chapter. Bidders must be registered with the State of California Department of Industrial Relations (DIR) and California Contractor License number. All required registrations must be valid and current throughout the life of the project.

    • Suspension and Debarment

      All bidders must submit a Debarment & Suspension Certification. A bidder that has been issued a Federal SAM - Unique Entity Identifier (UEI) must to include their valid Unique Entity Identifier (UEI), assigned by SAM.gov. in their proposal.

      A bidder that is currently Federally debarred is ineligible to bid on this project.

      If any of the following apply, a bidder may bid on this project but this information will be considered in determining bidder responsibility:

      • The bidder is currently or has been within the past three years under suspension, voluntary exclusion, or determination of ineligibility by any federal, state, or local agency.
      • The bidder was under federal debarment in the past three years.
      • The bidder has a proposed debarment pending.
      • The bidder has been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years.
    • Bid Irrevocability Period

      No Bidder may withdraw their bid for a period of ninety (90) calendar days from the date of opening of the bids for the purpose of reviewing the bids and investigating the qualifications of Bidders, prior to awarding of the contract. Any bid withdrawal before the expiration of such time period shall result in the forfeiture of Bidder’s Bond. In the event of a bid mistake resulting from a clerical error made by the Bidder, withdrawal of such bid without forfeiture of the Bid Bond may only be allowed if the criteria set forth in California Public Contracts Code section 5103 are met and the procedures set forth therein are followed; any such approval by GSCA of bidders request to withdraw bid shall be at the sole discretion of GSCA.

    • Additional Information Requests

      Prior to the award of contract, GSCA must be assured that a selected bidder has the resources to successfully perform under the contract. This includes, but is not limited to, personnel in number and requisite skill; equipment of appropriate type and quantity; financial resources sufficient to complete performance under the contract; and experience in similar endeavors. If, during the evaluation process, GSCA is unable to assure itself of the bidder’s ability to perform under the contract if awarded, GSCA has the option of requesting from the bidder any information that GSCA deems necessary to determine the bidder’s responsibility. If such information is required, the bidder will be so notified and will be permitted five (5) business days to submit the information requested in writing.

    • Withheld Contract Funds / Substitution of Services

      The successful bidder shall be permitted to substitute securities for any moneys withheld by GSCA to ensure performance under the executed Contract. At the request and expense of the successful bidder, securities equivalent to the amount to be withheld shall be deposited with GSCA, or with a state or federally chartered bank in California as escrow agent, to ensure performance under the Contract. Upon satisfactory completion of the Contract, unused securities shall be returned to the Contractor.

      Alternately, on written request of the successful bidder, GSCA shall make payments of the retention earnings directly to an escrow agent at the expense of the successful bidder. The successful bidder, at their expense, may direct the investment of the payments into securities and the successful bidder shall receive the interest earned on the investments on the same terms provided for securities deposited by contract. Upon satisfactory completion of the Contract, the successful bidder shall receive from the escrow agent all unused securities, interest and payments received by the escrow agent from GSCA.

      Securities eligible for deposit shall include those listed in Section 16430 of the Government Code, bank or savings and loan certificates of deposit, interest bearing demand deposit accounts, standby letters of credit, or any other security mutually agreed to by the successful bidder and GSCA. The successful bidder shall be the beneficial owner of any securities substituted for moneys to be withheld, and shall receive any interest accrued upon the unused amount. If security is deposited with a state or federally chartered bank as Escrow Agent, it is agreed that the successful bidder and GSCA will enter into an escrow agreement with the Escrow Agency in form substantially similar to that which is on file with GSCA and available for review.

    • No Federal Funding

      This project is not federally funded.

    • Bid Opening

      Bids will be publicly opened, examined, and declared, and thereafter referred to GSCA’s Board of Directors for award, at either a regular or special meeting, to the lowest responsive and responsible bidder.

      The lowest bid will be determined pursuant to Public Contract Code section 20103.8, subdivision (b), as the lowest total of the Total Base Bid Price and Total Additive Alternative No. 1 Bid Price

      After the lowest responsive and responsible bidder has been determined, GSCA’s Board of Directors, or its Executive Committee, may elect to award the Base Bid only, or the Base Bid and Additive Alternate No. 1, in its sole discretion.

      The bid opening date and time and login information can be found in the KEY DATES AND DEADLINES section.

    • Federal Funding

      (insert language for Federal Funding Procurement Requirements)

    • Contract Award

      Contracts shall be awarded by the GSCA Board of Directors, or its Executive Committee, at an agendized meeting, which may be a regularly scheduled meeting or a special meeting. The date of this meeting can be found in the KEY DATES AND DEADLINES, but is subject to change at GSCA’s sole discretion. Should GSCA award the contract at a date following the Bid Irrevocability Period and a bidder opt not to accept the award at that time, the bidder may do so without forfeiting their Bidder’s Bond. Should that occur, GSCA may choose to award the contract to the next lowest responsive and responsible bid, and so on, reject all remaining bids, or reissue the RFB.

    • No Kickbacks

      Contractor agrees to comply with the requirements of the Secretary of Labor and the latest amendments to: Executive Orders 11246 and 11375, as supplemented in Department of Labor regulations (41 C.F.R. chapter 60); the Copeland “Anti-Kickback” Act (18 U.S.C. § 847) as supplemented in Department of Labor regulations (29 C.F.R. part 3); Title VI of the Civil Rights Act of 1964 (42 U.S.C. §§ 2000); Section 109 of Title I of the Housing and Community Development Act of 1974 (42 U.S.C. §§ 5301 et seq.); the Age Discrimination Act of 1975 (42 U.S.C. §§ 6101 et seq.); and Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. §§ 701 et seq.). Contractor agrees to comply with the requirements of all other applicable State, and local laws and regulations.

    • Bid Rigging

      The U.S. Department of Transportation (DOT) provides a toll-free hotline to report bid rigging activities. Use the hotline to report bid rigging, bidder collusion, and other fraudulent activities. The hotline number is (800) 424-9071. The service is available 24 hours 7 days a week and is confidential and anonymous. The hotline is part of the DOT's effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General.

    • Insurance Required

      The Contractor shall take out and maintain during the life of this Agreement the following policies of insurance, which shall be no less than the amounts required by Section 7-1.06D of the 2024 Standard Specifications. The following insurance coverages are required:

      Workers' Compensation and Employers' Liability Insurance providing full statutory coverage.

      Employer’s Liability Insurance shall be in amounts not less than:

      1. $1,000,000 for each accident for bodily injury by accident.
      2. $1,000,000 policy limit for bodily injury by disease.
      3. $1,000,000 for each employee for bodily injury by disease.

      Coverage shall include a waiver of subrogation in favor of GSCA, including its officers, directors, agents, and employees.

      Comprehensive General Liability Insurance.

      Public Liability Insurance must be at least the following amount:

      1. Combined single liability limit for bodily injury and property damage: $1,000,000 for each occurrence
      2. Aggregate for products/completed operation: $2,000,000
      3. General aggregate (must apply separately to your work under this Agreement):
        • Total bid ≤ $10,000,000: $2,000,000
        • > $10,000,000: $4,000,000
      4. Umbrella or excess liability:
        • Total bid ≤ $1,000,000: $5,000,000
        • Total bid > $1,000,000 and ≤ $10,000,000: $10,000,000
        • Total bid > $10,000,000 and ≤ $25,000,000: $15,000,000
        • Total bid > $25,000,000: $25,000,000

      The umbrella or excess policy must contain a clause stating that it takes effect (drops down) in the event the primary limits are impaired or exhausted. The required umbrella liability limits are separate from and in addition to the required general liability limits. The umbrella or excess policies shall not contain exclusions barring follow-form coverage for required coverages in this specification.

      Insurance must:

      1. Extend to all operations by or on behalf of Contractor providing insurance for bodily injury liability, property damage liability, and personal and advertising injury.
      2. Extend to premises, operations and mobile equipment, personal and advertising injury, products and completed operations, and contractual liability.
      3. Not exclude explosion, collapse, and underground hazards.

      Comprehensive Automobile Liability Insurance (includes owned, non-owned, and hired vehicles).
      For all owned, hired, and non-owned automobiles:

      1. Primary limits not less than $2,000,000 combined single limit for each accident for bodily injury and property damage liability.

      The umbrella or excess liability coverage required for Comprehensive General Liability Insurance also applies to automobile liability. The required limits of liability can be achieved by any combination of primary and excess policies. Automobile liability coverage must be scheduled on excess liability policies in order to meet the required automobile liability limits.

      GSCA must be named as Additional Insured.

      The comprehensive insurance required, in an aggregate amount of not less than ONE MILLION FIVE HUNDRED THOUSAND DOLLARS ($1,500,000), shall be extended to include as additional insured GSCA, its elective and appointive boards, commissions, officers, agents, employees, with respect to operations performed by the Contractor, as described herein. Evidence of this insurance described above shall be provided to GSCA upon execution of the contract and shall be subject to approval of GSCA Attorney as to form, amount, and carrier. The policy of insurance shall also contain a provision indicating that such insurance shall not be reduced or cancelled except upon thirty (30) calendar days written notice to GSCA. In addition, the following endorsement shall be made on said policy of insurance:

      "The following are named as additional insured on the above policies: Golden State Connect Authority, its elective and appointive boards, officers, agents, and employees."

      "Notwithstanding any other provision in this policy, the insurance afforded hereunder to Golden State Connect Authority shall be primary as to any other insurance or re-insurance covering or available to Golden State Connect Authority, and such other insurance or reinsurance shall not be required to contribute to any liability or loss until and unless the approximate limit of liability afforded hereunder is exhausted."

      The above requirements that GSCA be named as additional insured, that the insurance shall be primary to any other, and that the insurance not be cancelled without notice, shall be provided in the form of an endorsement signed by an authorized representative of the insurance company providing coverage, who shall declare his or her authority to sign on behalf of the insurer.

      Proof of Carriage of Insurance.

      Contractor shall furnish GSCA, concurrently with the execution hereof, with satisfactory proof of carriage of the insurance required and that each carrier shall give GSCA at least thirty (30) calendar days prior notice of the cancellation or change of any policy during the effective period of this contract.

      If Contractor’s insurance policy includes a self-insured retention that must be paid by a named insured as a precondition of the insurer’s liability, or which has the effect of providing that payments of the self-insured retention by others, including additional insureds or insurers do not serve to satisfy the self-insured retention, such provisions must be modified by special endorsement so as to not apply to the additional insured coverage required by this agreement so as to not prevent any of the Parties from satisfying or paying the self-insured retention required to be paid as a precondition to the insurer’s liability.

      The certificates of insurance must note whether the policy does or does not include any self-insured retention and also must disclose the deductible.

    Submission Requirements

    • Proposal (required)

      In submitting this proposal as herein described, Bidder declares that they have thoroughly examined all of the contract documents including those contained in the addenda; that they have carefully examined the locations of the proposed work, the plans and specifications for the GSCA Mono County Fiber Splicing (Mono County, California Broadband Fiber-Optic Network Project), GSCA CONTRACT NO. 2026-GSCA-RFB-009and hereby proposes to furnish all materials and do all work necessary and/or required to complete the work in accordance with the plans, special provisions, and specifications for the lump sum prices or bid prices set forth in the schedule below and forming a part of this proposal.

      Bidder declares that they have fully informed themself as to the conditions, requirements, and specifications of the work or materials specified and become familiar with and satisfied themselves as to the surface and sub-surface general, local, and site conditions that may affect cost, progress, and performance of the Work. Bidder declares that they have conducted a site visit. Bidder acknowledges that their failure to do so will be at their own risk and they cannot secure relief on the plea of error or mistake.

      Bidder has carefully studied all on-site conditions and all drawings of physical conditions in or relating to existing surface or subsurface structures at the site, including the existing site conditions.

      By submitting this Bid, the bidder acknowledges, and is fully aware, that all site-work construction inspections on this project shall be carried out through an inspector designated by GSCA. The designated inspector shall perform all necessary site-work inspections on the project pursuant to local ordinance, standards for public improvements and the project's special and technical specifications.

      Bidder is familiar with and has satisfied itself as to all State and local laws and regulations and permits that may affect cost, progress and performance of the work.

      The Bidder further proposes that if this proposal is accepted, they will execute a contract with GSCA, in the form of Agreement for Public Improvement to furnish all materials, to provide a superintendent and all labor, equipment and expenses of whatever nature necessary to construct the work in conformity with the plan, specifications, and other contract provisions herein contained, or reasonably implied as necessary to complete the work in a manner satisfactory to GSCA.

      Bids must be for the entire work. The estimated quantities are given only for the purpose of comparing bids. GSCA does not expressly or by implication agree that the actual amount of work will correspond with these quantities and reserves the right to increase or decrease the amount of any class or portion of the work or omit portions of the work, as it may deem necessary or desirable.

      For each bid item, the bidder shall set forth the item price. In the case of unit-priced items, the amount set forth under the total column shall be the extension of the unit-price bid for the estimated quantity for the item.

      GSCA reserves the right to reject any and all proposals and/or waive any irregularity in any proposal received. Unless otherwise required by law, no bidder may withdraw his proposal for a period of ninety (90) calendar days after the date set for receipt thereof. Any bid withdrawal during the irrevocability period shall result in forfeiture of the bidder’s bond.

      Complete bids shall be submitted for all items on both the Base Bid Schedule and the Additive Alternate Bid Schedule. Failure to bid an item (including an additive item) may be just cause for considering the bid as non-responsive. GSCA reserves the right to reject any or all Bids. The lowest bid will be determined pursuant to Public Contract Code section 20103.8, as described in the Notice Inviting Bids. Additive Bid items will only be paid by change order. GSCA, at its sole discretion, may add or not add any Additive Bid items.

      A bidder’s bond, certified check or cash in the amount of ten percent (10%) of the Total Base Bid Amount, payable to GSCA, shall accompany the bid proposal, otherwise the bid shall be considered invalid. All forms shall be completely filled out, signed and dated as indicated. All completed forms shall be submitted with this proposal.

      The Bidder further agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturdays, Sundays, and State of California holidays (as set forth in Government Code section 19853), after having received notice that the contract is ready for signature, the proceeds of the check, cash or bond accompanying this bid shall become the property of GSCA.

    • Legal Requirements (required)

      Upload proof that Bidder meet the following requirements:

      • They are registered to do business in the State of California and authorized with a valid and current business license.
      • They carry workers’ compensation, employer’s liability, comprehensive general liability, and comprehensive automobile liability insurance at the terms and coverage amounts stated in the terms of the Form of Agreement.
      • They have a non-discrimination clause in their hiring practices.

      Additionally, bidders must provide the following lists:

      • All ongoing or anticipated litigation.
      • All potential political issues they are involved in.
      • Any lawsuits settled within the past three (3) years pertaining to the operation of their business.
    • Legal Attestations (required)

      By submitting this bid, Bidder attests and confirms their participation and agreement to the following:

      • They are following all federal, state, and local regulations.
      • They understand they are subject to the PRA when communicating with GSCA and will comply with PRA requests.
      • They will cooperate with all legal subpoenas received and are responsible for their own legal fees incurred in doing so.
    • Contractors License Number(s): (required)

      Provide information on all contractor licenses:

      Contractor's License Number:
      Contractor's License State:
      Classification:
      Expiration Date:

    • Department of Industrial Relations (required)

      Provide DIR Registration No and Expiration Date.

    • SAM - Unique Entity Identifier (UEI) No. and expiration date: (required)

      A bidder that has been issued a Federal SAM - Unique Entity Identifier (UEI) must to include their valid Unique Entity Identifier (UEI), assigned by SAM.gov. in their proposal. Bidders who have not been issued a UEI should state as much in this field.

    • Provide Names and Titles of all officers in the firm: (required)

      If bidder is a corporation, the legal name of the corporation shall be set forth together with the names of the officer or officers authorized to sign contracts on behalf of the corporation; if bidder is part of a partnership, the true name of the firm shall be set forth together with the name of the partner or partners authorized to sign contracts on behalf of the partnership; and if bidder is an individual, their legal name shall be set forth.

    • References for Prime Contractor / Bidder (required)

      Bidder must include a minimum of three (3) business references to vouch for their financial stability, customer service, and/or character. This information will be considered in determining bidder responsibility.

      Provide the following for each reference:

      Company Name and Address:
      Contact Person and Phone Number:
      Type of Work:
      Contract Amount:

    • Designation of Subcontractors (required)

      Pursuant to the provisions of Sections 4100 through 4113 of the Government Code of the State of California, the Contractor shall not, without the consent of GSCA, either:

      (a) Substitute any person or subcontractors in place of the subcontractors designated in his or her original bid.

      (b) Permit any subcontract to be assigned or transferred, or allow it to be performed by anyone other than the original subcontractor listed in the bid.

      (c) Sublet or subcontract any portion of the work in excess of one-half (½) of the one percent (1%) of his bid as to which his original bid did not designate a subcontractor.

      Should the Contractor violate any of the provisions of said Government Code Sections, his or her so doing shall be deemed a violation of this Contract, and GSCA may cancel the Contract. In the event of such violation, the Contractor may be penalized to the extent of ten percent (10%) of the amount of the subcontract involved.

      Note: Not less than fifty percent (50%) of the contract work shall be done by the Prime Contractor, also typically referred to as the Bidder.

      The following information must be provided for EACH Subcontractor:

      • Name of Sub-Contractor
      • Address of Sub-Contractor
      • License No. & Exp. Date
      • Sub-Contractor DIR No.
      • Description of Work
      • $ Amount / % of Work

      If the Bidder fails to specify a subcontractor for any portion of the work, they agree to perform that portion themselves.

    • Worker's Compensation Certification (required)

      I certify, by my confirmation below, that I am aware of the provisions of Section 3700 of the California Labor Code. Section 3700 requires every employer be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of the Labor Code. I further certify that I will comply with such provisions before commencing the performance of the work of this contract.

    • Non-Collusion Declaration (required)

      In making this bid and by my confirmation below, I certify and declare under penalty of perjury under the laws of the State of California that the following is true and correct:

      The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose.

      Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf
      of the bidder.

    • Debarment & Suspension Certification (required)

      The Bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager:

      • Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal, state, or local agency;
      • Has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal, state, or local agency within the past 3 years;
      • Does not have a proposed debarment pending; and
      • Has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years.

      If there are any exceptions to this certification, insert the exceptions in the provided response space.

      Exceptions will not necessarily result in denial of award but will be considered in determining bidder responsibility.

      Note: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification.

    • Exceptions to Debarment & Suspension Certification (required)

      In the space below, indicate:

      • Any exceptions to Bidder's Debarment & Suspension Certification
      • To whom each exception applies, the initiating agency, and the dates of action(s).

      Bidder certifies that this information is true and correct under penalty of perjury.

      If no exceptions, indicate N/A in the required response field.

    • Certificate of Non-Discrimination (required)

      In making this proposal, Bidder certifies that there will be no discrimination in employment with regard to race (including natural hair texture and hairstyles), national origin or ancestry, color, religious creed (including religions dress and grooming practices), sex (including pregnancy, childbirth, breastfeeding, or related medical conditions), national origin or ancestry, gender identity or expression, transgender or transitioning status, marital status, registered domestic partner status, age (persons age 40 and over), sexual orientation, military or veteran status, reproductive health decisions, disability (mental or physical), medical condition (including genetic characteristics or information, cancer or record or history of cancer, or AIDS/HIV status), off-duty cannabis use (that does not cause on-the-job impairment), or any combination of the above characteristics; that all Federal, State and local directives and executive orders regarding nondiscrimination in employment will be complied with; and that the principle of equal opportunity in employment will be demonstrated positively and aggressively.

    • Acknowledgement of Bid Protest Procedure (required)

      By confirming below, Bidder acknowledges the following Bid Protest Procedure:

      Any protest of the proposed award of Contract to the Bidder with the lowest responsible bid must be submitted in writing to Golden State Connect Authority, 1215 K St., Suite 1650, Sacramento, CA 95814, no later than 5 p.m. of the third (3rd) business day following the date of the Bid Opening (“Bid Protest Deadline”). Email is not an acceptable form for a bid protest submission. All protests shall comply with the following procedures:

        1. To be eligible to submit a bid protest, the party filing the protest must have actually submitted a bid on the Project. A subcontractor or supplier of a party filing a bid on this Project is not eligible to submit a bid protest. A Bidder may not rely on the bid protest submitted by another Bidder, but must pursue its own protest in a timely manner as set forth herein.
        2. The bid protest must be accompanied by a non-refundable bid protest filing fee in the amount of $2,000.00 in the form of a cashier’s check or certified check made out to “Golden State Connect Authority.” A protest that is submitted without this filing fee will be returned without further action or consideration.
        3. The bid protest must contain a complete statement of the basis for the protest, as well as all documentation supporting or justifying the protest. The bid protest must refer to the specific portions of the Contract Documents upon which the protest is based. The bid protest must be notarized and signed under penalty of perjury. Material submitted after the Bid Protest Deadline will not be considered.
        4. The protest must state the facts and refer to the specific portion of the document(s) or specifications or the specific statute that form the basis for the protest. The protest must include the name, address, email address, and telephone number of the person representing the protesting party, and the address to which notices should be directed.
        5. A Bidder filing the protest must concurrently transmit a copy of the initial protest to the other Bidder who is the subject of the protest (Protested Bidder), if applicable.
        6. The Protested Bidder may submit a written response to the protest, provided the response is received by GSCA before 5:00 p.m. two working days after the Bid Protest Deadline or after actual receipt of the bid protest, whichever is sooner.
        7. The procedure and time limits set forth in this Section are mandatory and are the Bidder’s sole and exclusive remedy in the event of a bid protest. The Bidder’s failure to fully comply with these procedures shall constitute a waiver of any right to further pursue the bid protest, including filing of a challenge of the award pursuant to the California Public Contract Code, filing of a claim pursuant to the California Government Code, or initiation of any other legal proceedings.
        8. GSCA shall review all timely protests prior to formal award of the Contract. At the time the GSCA Board of Directors considers the award of the Contract, subject to referral by the GSCA Executive Director, the GSCA Board of Directors may also consider the merits of any timely protests. The GSCA Board of Directors may either accept the protest and award the Contract to the next lowest responsive and responsible Bidder, or reject the protest and award to the lowest responsive and responsible Bidder.
        9. These bid protest procedures shall not limit the GSCA Board of Directors’ ability to reject all bids.
    • Bidder's Bond (required)

      Please download the below documents, complete, and upload.

    • Project Location (required)
    • Bid Security (required)

      Example: 10% of maximum amount of bid

    • Time for completion: (required)

      Example: 120 Calendar Days

    • License Requirements (required)

      Example: Class A General Engineering license or Class C-34 Pipeline Contractor’s license and C-10 High Voltage license

    • Payment Bond (required)

      Example: 100% of total bid

    • Performance Bond (required)
    • Do prevailing wages apply? (required)
    • Construction Cost Estimate (required)
    • Are there any technical considerations for viewing the bid package? (required)

      For example: "To open the PDF construction drawings (Plans), due to their size, it is recommended that bidders use BlueBeam or FoxIT PDF applications. Some files may render improperly using other software such as Adobe Acrobat. Bidders should contact GSCA prior to the bid submission deadline to resolve any issues regarding PDF files."

    • Is this project Federally Funded (required)
    • Does the Statement of Work include attachments? (required)

    Key dates

    1. March 6, 2026Published
    2. April 17, 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.