SLED Opportunity · TEXAS · TEXAS FACILITIES COMMISSION

    IFB 0007016 - 2025 Chevrolet Silverado and Colorado Equipment Outfitting – Austin, TX

    Issued by Texas Facilities Commission
    localIFBTexas Facilities CommissionSol. 248662
    Closed
    STATUS
    Closed
    due Apr 10, 2026
    PUBLISHED
    Mar 20, 2026
    Posting date
    JURISDICTION
    Texas Facilities
    local
    NAICS CODE
    336390
    AI-classified industry

    AI Summary

    The Texas Facilities Commission seeks bids to furnish and install upfit components for 17 2025 Chevrolet pickup trucks with six configurations. The project includes vehicle outfitting, installation, and warranty compliance. Bids are due April 10, 2026, with evaluation based on cost, experience, delivery, and quality.

    Opportunity details

    Solicitation No.
    248662
    Type / RFx
    IFB
    Status
    open
    Level
    local
    Published Date
    March 20, 2026
    Due Date
    April 10, 2026
    NAICS Code
    336390AI guide
    State
    Texas
    Agency
    Texas Facilities Commission

    Description

    The Texas Facilities Commission (TFC) is soliciting bids from qualified vendors to furnish and install the listed upfit components for 17 pickup trucks (e.g., 2025 Chevrolet Colorado and Chevrolet 2500) with six configurations herein. TFC reserves the right to make an award on the basis of low line-item bid, low total of line items, or any other combination that will serve the best interest of TFC and the right to reject any and all bid items or waive minor technicalities at the sole discretion of the State.

    Project Details

    • Reference ID: IFB-0007016
    • Department: Procurement
    • Department Head: Rico Gamino (Director of Procurement)

    Important Dates

    • Questions Due: 2026-03-27T17:00:00.000Z
    • Answers Posted By: 2026-04-02T20:30:00.000Z

    Evaluation Criteria

    • Submission Instructions

      The Texas Facilities Commission is accepting electronic bid submissions. Bidders shall create a FREE account with OpenGov Procurement by signing up at https://procurement.opengov.com/signup. Once you have completed account registration, browse back to this page, click on "Draft Response", and follow the instructions to submit the electronic bid.

      • OpenGov: TFC is using the eProcurement OpenGov Interactive. Respondents interested in submitting a response must register for an OpenGov account (No Charge). Bids must be submitted through TFC’s OpenGov Portal at: https://procurement.opengov.com/portal/tfctexas.   In order to ensure that all documents are submitted before the deadline, allow enough time to upload the documents into the portal. We recommend beginning the upload process one (1) day prior to deadline date. Facsimile and email submittals are not acceptable responses to this IFB.
      • Deadline: Bids may be received up to but not later than the date and time specified in the Schedule of Events via the Texas Facilities Commission's eProcurement Portal located at https://procurement.opengov.com/portal/tfctexas. The Texas Facilities Commission's eProcurement 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. Texas Facilities Commission strongly recommends completing your response well ahead of the deadline.
      • Technical Support: Any issues regarding the OpenGov site shall be first addressed with OpenGov Support via https://opengov.my.site.com/support/s/.
      • Respondents having difficulty using the OpenGov portal should contact the support. If unable to upload the documents to the OpenGov Portal, contact the Purchaser prior to the deadline to make alternate arrangements. Failure to contact the Purchaser prior to the deadline will result in deeming submittal non-responsive or late.
    • Summary

      The Texas Facilities Commission (TFC) is soliciting bids from qualified vendors to furnish and install the listed upfit components for 17 pickup trucks (e.g., 2025 Chevrolet Colorado and Chevrolet 2500) with six configurations herein. TFC reserves the right to make an award on the basis of low line-item bid, low total of line items, or any other combination that will serve the best interest of TFC and the right to reject any and all bid items or waive minor technicalities at the sole discretion of the State.

    • Statement of Work

      Awarded vendor will outfit fleet vehicles with new, unused equipment. Vendor is responsible for all materials, equipment, hardware, shop supplies, and labor necessary to deliver and install complete fully functional configurations on agency-owned vehicles. All work shall comply with applicable federal, state, and local laws and maintain the OEM manufacturer’s warranty to the greatest extent possible.

      1. Vehicles:
        • Chevrolet Silverado (Model Year: 2025, Crew Cab, 6’10” standard bed), Quantity: 4.
        • Chevrolet Colorado (Model Year: 2025, Crew Cab, 5’2” standard bed), Quantity: 13.
      2. Location: Installation shall occur at Vendor’s facility. Vendor is responsible for pick-up/delivery. Vendor shall include round-trip transport in pricing.
      3. Scheduling: Vendor shall provide lead time necessary to begin work and time necessary to complete work from pick in bid response.
      4. Documentation: Vendor shall provide all product data sheets, operations instructions, required maintenance instructions, compliance certifications, and warranty documentation at delivery.
      5. Quality Assurance and Inspection
        • Services are not considered complete for purposes of payment until TFC inspects and accepts the work performed by the vendor.
        • Deficiencies shall be corrected within 14 business days at Vendor’s expense.
        • TFC reserves the right to reject any items not conforming to specifications or workmanship standards.
      6. Warranty
        • Accessories: Minimum 3-year parts warranty (or manufacturer's standard if longer).
        • Labor: Minimum 1-year workmanship warranty.
        • Liftgates/Flatbed/Fuel System: Provide manufacturer warranty statements; on-site service support within 5 business days.
      7. Delivery
        • FOB Destination.
        • Delivery hours: Monday through Friday, 8:00 AM – 4:30 PM.
        • Vendor shall coordinate scheduling 2 business days in advance.
    • Timeline
      Issue Date:March 20, 2026
      Questions Due Date:March 27, 2026, 12:00pm
      Issue Responses to Questions Date:April 2, 2026, 3:30pm
      Bid Due Date and Time:April 10, 2026, 2:00pm
    • Technical Specifications

      Note: “Or Equal” products are acceptable if equal or superior in materials, fit, form, function, load ratings, corrosion resistance, and warranty. Bidders must submit specifications sheets and cross-reference matrices for any “or equal.”

      • Silverado Parts – Models shown below or equal.
        • Toolbox – Weather Guard, Model 126-5-04.
        • Fuel Tank – Weather Guard, Model 358-3-02.
        • Flatbed – Cadet-Western-8-84
        • Liftgate – Tommy Gate G2-54-1342 TP38
        • Liftgate (Flatbed) – Tommy Gate G2-81-2050 TP41
      • Colorado Parts – Model shown below or equal.
        • ATC Pro Series Commercial Truck Cap
        • Toolbox – UWS-69-LP-BLK

      Chevrolet Silverado Configurations

      1. Silverado-Configuration 1: Bedliner and Toolbox
        • Quantity: 1
        • Spray-in Bedliner
          • Bed coverage matching bed length; UV-stable; abrasion/impact resistant; corrosion protection.
          • Spray-in minimum 120 mil total thickness; uniform texture; no overspray beyond bed edges; drain holes preserved.
        • Crossover Toolbox
          • Full-size, low-profile aluminum or steel crossover, single or dual lid.
          • Minimum 0.056” aluminum diamond plate (if aluminum) or 16-ga steel; weather-sealed lids; gas struts; paddle latches; integrated tray.
          • Mounting without drilling through outer bed walls; anti-theft mounting hardware.
        • Integration: Bedliner fits to prevent water intrusion at toolbox contact points; maintains stake pocket and tie-down access.
        • Backup Alarm/Camera Integration
      2. Silverado-Configuration 2: Bedliner and Diesel Fuel Tank
        • Quantity: 1
        • Spray-in Bedliner
          • Bed coverage matching bed length; UV-stable; abrasion/impact resistant; corrosion protection.
          • Spray-in minimum 120 mil total thickness; uniform texture; no overspray beyond bed edges; drain holes preserved.
        • Diesel Fuel Tank:
          • Type: Transfer
          • Capacity: 100 gallons; baffled; rollover valve; venting per code; lockable cap.
          • Material: Aluminum or steel, corrosion-resistant coating
          • Compliance: FMCSA/DOT, EPA, NFPA 30 where applicable; correct labeling and placards.
          • Plumbing/Electrical: Include pump, filter, wiring harness, fused circuits, switch, indicator. No voiding OEM fuel system warranty; use dedicated circuit protection; grommets/bushings for pass-throughs; loom protection.
        • Backup Alarm/Camera Integration
      3. Silverado-Configuration 3: Bedliner, Toolbox, and Liftgate
        • Quantity: 1
        • Spray-in Bedliner
          • Bed coverage matching bed length; UV-stable; abrasion/impact resistant; corrosion protection.
          • Spray-in minimum 120 mil total thickness; uniform texture; no overspray beyond bed edges; drain holes preserved.
        • Crossover Toolbox
          • Full-size, low-profile aluminum or steel crossover, single or dual lid.
          • Minimum 0.056” aluminum diamond plate (if aluminum) or 16-ga steel; weather-sealed lids; gas struts; paddle latches; integrated tray.
          • Mounting without drilling through outer bed walls; anti-theft mounting hardware.
        • Integration: Bedliner fits to prevent water intrusion at toolbox contact points; maintains stake pocket and tie-down access.
        • Liftgate (Tailgate Style):
          • Rated capacity: ≥ 1,300 lbs; platform size to match bed width; anti-slip surface; safety toe-guard; power-up/down with manual override.
          • Power unit: weather-sealed pump; protected wiring; inline circuit breaker; weather-resistant switches.
          • Safety: Meets/Exceeds ANSI/ASME standards; include decals, operator manual; interlock (if applicable) to prevent operation with doors open beyond safe condition.
        • Lighting/Relocation: Provide license plate bracket, plate light, rear markers/turn/brake as required; FMVSS lighting maintained.
        • Backup Alarm/Camera Integration
      4. Silverado-Configuration 4: Flatbed and Liftgate
        • Quantity:1
        • Flatbed:
          • Steel or aluminum deck; length/width per chassis; headboard/bulkhead with window screen; rub rails and stake pockets with stakes.
          • Deck: 3/16” treadplate (aluminum) or 11-ga (steel) minimum; tie-downs; underbody boxes (optional line items).
          • Integrated LED stop/turn/tail, reverse, clearance, and ID lights meeting FMVSS 108; mudflaps.
          • Mounting: Frame-mounted per OEM upfitter guidelines; corrosion isolation; no drilling in restricted zones.
          • Note: Provide credit for the removed truck bed. TFC reserves the right to accept credit or require return of removed truck bed.
        • Liftgate (Tailgate Style):
          • Rated capacity: ≥ 1,600 lbs; platform matches bed width and loading needs; anti-slip; safety features per above.
        • Finish: Powder-coat or equivalent corrosion protection; all cut edges sealed; dielectric barriers on dissimilar metals.
        • Backup Alarm/Camera Integration

       

      Chevrolet Colorado Configurations

      1. Colorado-Configuration 1: Truck Cap
        • Quantity: 10
        • Truck Cap (Cab-High):
          • Construction: Fiberglass or aluminum
          • Vertical Rear Doors: Dual vertical swing-out rear doors with full perimeter weather seals; lockable; gas struts or hold-opens.
          • Side Toolboxes (External):
            • Side-access toolboxes are integrated into cap, weather-sealed, lockable-gas-assist struts.
            • Exterior access doors with drip rails; compression latches; keyed alike.
          • Finish: Black or White Standard: UV-resistant gelcoat (fiberglass) or powder-coat (aluminum).
          • Wiring: Third brake light integration; interior light switched; fused connection.
        • Backup Alarm/Camera Integration
      2. Colorado-Configuration 2: Bedliner and Toolbox
        • Quantity: 3
        • Spray-in Bedliner
          • Bed coverage matching bed length; UV-stable; abrasion/impact resistant; corrosion protection.
          • Spray-in minimum 120 mil total thickness; uniform texture; no overspray beyond bed edges; drain holes preserved.
        • Crossover Toolbox
          • Full-size, low-profile aluminum or steel crossover, single or dual lid.
          • Minimum 0.056” aluminum diamond plate (if aluminum) or 16-ga steel; weather-sealed lids; gas struts; paddle latches; integrated tray.
          • Mounting without drilling through outer bed walls; anti-theft mounting hardware.
        • Integration: Bedliner fits to prevent water intrusion at toolbox contact points; maintains stake pocket and tie-down access.
        • Backup Alarm/Camera Integration
    • Project Contact

      Heather Goll

      Purchaser

      1711 San Jacinto Blvd.

      Austin, TX 78701

      Email: heather.goll@tfc.texas.gov

      Phone: (512) 463-1874

    • General Requirements
      1. Standards and Compliance: FMVSS lighting, DOT/EPA fuel handling (where applicable), ANSI/ASME liftgate safety, NFPA 30 fuel storage where applicable, and OEM upfitter guidelines.
      2. Workmanship: Neat, professional routing; abrasion protection; sealed penetrations; corrosion prevention on all fasteners and cuts.
      3. Electrical: All added circuits fused; utilize weather-sealed connectors; loom protection; no Scotch-locks; maintain battery isolation as needed.
      4. Corrosion Protection: Stainless or zinc-plated Grade 5/8 fasteners; anti-seize where dissimilar metals contact; touch-up coatings.
      5. Weight and Payload: Vendor shall confirm axle ratings and payload after upfit; provide weight tickets on request.
      6. Training: Provide operational and safety training for liftgates and auxiliary fuel systems at delivery.
      7. Documentation: Component manuals, wiring diagrams, parts lists, warranty cards, and maintenance schedules.
      8. Warranty: Minimum one parts and labor warranty. Provide in your bid response all manufacturers and vendor warranties.
    • Procurement Contact

      Heather Goll

      Purchaser

      1711 San Jacinto Blvd.

      Austin, TX 78701

      Email: heather.goll@tfc.texas.gov

      Phone: (512) 463-1874

    • Schedule
      1. Notice of Intent to Award: Approximately April 17, 2026.
      2. Start of Work: As stated within Bidder Response.
      3. Liquidated Damages: $50 per calendar day for late completion.
    • Project Schedule/Lead & Delivery Times

      On each configuration on the Bid Pricing Proposal provide the lead time for pickup of vehicle from Receipt of Purchase Order in calendar days. Also provide calendar days needed from initial pickup for delivery of vehicle after completion of work.

    • Insurance & Compliance
      1. Insurance per TFC Standard Terms and Conditions. Any questions regarding insurance can be addressed to TFC insurance specialist at insurance@tfc.texas.gov. A certificate of insurance will be required of awarded bidder prior to issuance of Purchase Order.
      2. Safety Compliance: Comply with all applicable safety regulations/procedures.
    • Evaluation Criteria

      Bids will be evaluated on:

      • Responsiveness to IFB requirements and specifications.
      • Total Cost and value.
      • Meets Required Experience and Qualifications.
      • Delivery/Lead Time
      • Quality of materials and warranty terms.

      The Texas Facilities Commission (TFC) reserves the right to accept or reject any or all bids, to waive informalities, and to award in the best interest of the state of Texas.

    • Questions & Addenda
      1. Addenda Notification: Respondents are required to register for an account via the Texas Facilities Commission's eProcurement Portal hosted by OpenGov. Once the respondent has completed registration, they will receive addenda notifications to their email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each respondent to periodically check the site for any addenda to this IFB and acknowledge each addendum at https://procurement.opengov.com/portal/tfctexas.
      2. Respondents shall submit all inquiries regarding this solicitation via the Texas Facilities Commission's eProcurement Portal, located at https://procurement.opengov.com/portal/tfctexas. Please note the deadline for submitting questions. All answers to questions will be posted on the Texas Facilities Commission's eProcurement Portal. Respondents may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the respondent to check the website for answers to questions.
    • HUB Subcontracting Plan

      The HSP must be submitted through TFC’s OpenGov portal. As mandated by 34 Texas Administrative Code, Section 20.14, Respondents must submit a HUB Subcontracting Plan that identifies all subcontractors and complies with good faith effort in accordance with the Comptroller of Public Accounts (CPA) HUB rules in Section 20.285.

      1.           Pursuant to Texas Government Code, Section 2161.252(b), TFC shall reject any response that does not submit a HUB Subcontracting Plan. An incomplete HUB Subcontracting Plan is considered a material failure to comply with the solicitation requirements.

      2.           The HUB Subcontracting Plan shall become an Attachment to the Purchase Order between the awarded Respondent and TFC. Contractor can only change the HUB Subcontracting Plan if:

      (i)           Contractor complies with 34 Texas Administrative Code, Section 20.285;

      (ii)          Contractor provides its proposed changes to TFC for review;

      (iii)         TFC approves Contractor’s proposed changes to its HUB Subcontracting Plan; and

      (iv)         TFC and Contractor amend their contract by submitting a revised HUB Subcontracting Plan containing the changes approved by TFC.

      3.           The HUB Forms can be downloaded from the Comptroller website located at: https://comptroller.texas.gov/purchasing/vendor/hub/forms.php

      4.           If TFC determines that the Contractor failed to implement its HUB Subcontracting Plan in good faith, TFC, in addition to any other remedies, may report nonperformance to the CPA in accordance with 34 Texas Administrative Code, Section 20.509.

      5.           If further assistance is needed in preparing the HUB Subcontracting Plan, potential respondents may contact the Office of Small Business Opportunities by email at opportunities@tfc.texas.gov.

      6.           Requirement to Utilize HUB Compliance Reporting System.  Pursuant to Texas Administrative Code, Title 34 §§ 20.85(f)(l)(2) and 20.287(b), TFC administers monthly HSP-PAR compliance monitoring through a HUB Compliance Reporting System commonly known as B2G.  The successful Respondent and any subcontractors must submit required PAR information into the B2G system.  Any delay in the timely submission of PAR information into the B2G system will be treated as an invoicing error subject to dispute under Tx. Gov’t Code Section 2251.042.

    • Terms and Conditions

      By submitting a response, Bidder acknowledges and accepts the TFC Standard Terms and Condition as posted on the TFC website located at:

      https://www.tfc.texas.gov/sb20/TFC%20Terms%20and%20Conditions_POs_10.08.2021.pdf

    Submission Requirements

    • Separate Cost Proposal (required)

      Confirm that your fee proposal is not attached in your Proposal and is attached separately here.

    • Technical Data Sheets (required)

      All proposed components, including “or equal” cross-reference. 

    • Qualifications (required)

      History of performing these types of services. Include contact information of previous customers. TFC reserves the right to contact for reference checks.

    • HUB Subcontracting Plan (required)

      Please download the below documents, complete, and upload.

    • Warranty (required)

      Terms (materials and workmanship). 

    • Bidder Affirmations (required)
      1. Having carefully examined the IFB, and all other Attachments, as well as the premises and conditions affecting the work, Bidder hereby proposes to furnish all labor, materials, and equipment necessary to complete the work in the amounts proposed in IFB.
      2. Provided the bid is accepted, the Bidder, signature herein, agrees to obtain and furnish the required insurance certificates and surety bonds in accordance with the terms and conditions of the IFB. Should the Respondent fail to provide the required insurance certificates within fifteen (15) days after receipt of the Award Notification Letter or provide the surety bonds within ten (10) days after issuance of purchase order, TFC may retain as forfeit the Bid Security in the amount of five percent (5%) of the total price of the proposal and disqualify awarded Bidder and proceed with the next ranked Bidder, and so on as provided by statute. 
      3. False Statements: Respondent represents and warrants that all statements and information prepared and submitted in this document are current, complete, true, and accurate. Submitting a Response with a false statement or material misrepresentations made during the performance of a contract is a material breach of contract and may void the submitted Response and any resulting purchase order.
      4. Buy Texas Affirmation: In accordance with Section 2155.4441 of the Texas Government Code, Respondent agrees that during the performance of a contract for services it shall purchase products and materials produced in Texas when they are available at a price and time comparable to products and materials produced outside this state.
      5. Dealings with Public Servants Affirmation: Respondent has not given, offered to give, nor intends to give at any time hereafter any economic opportunity, future employment, gift, loan gratuity, special discount, trip, favor, or service to a public servant in connection with the submitted response. 
      6. Antitrust Affirmation: The undersigned affirms under penalty of perjury of the laws of the State of Texas that (1) in connection with this Response, neither I nor any representative of the Respondent have violated any provision of the Texas Free Enterprise and Antitrust Act, Tex. Bus. & Comm. Code Chapter 15; (2) in connection with this Response, neither I nor any representative of the Respondent have violated any federal antitrust law; and (3) neither I nor any representative of the Respondent have directly or indirectly communicated any of the contents of this Response to a competitor of the Respondent or any other company, corporation, firm, partnership or individual engaged in the same line of business as the Respondent.
      7. Texas Bidder Affirmation: Bidder certifies that if a Texas address is shown as the address of the Bidder on this Bid, Bidder qualifies as a Texas Bidder as defined in Section 2155.444(c) of the Texas Government Code.
      8. Financial Participation Prohibited: Pursuant to Section 2155.004(a) of the Texas Government Code, Bidder certifies that neither Bidder nor any person or entity represented by Bidder has received compensation from TFC to participate in the preparation of the specifications or solicitation on which this Response or Purchase Order is based. Under Section 2155.004(b) of the Texas Government Code, Bidder certifies that the individual or business entity named in this Bid or Purchase Order is not ineligible to receive the specified award and acknowledges that the purchase order may be terminated and payment withheld if this certification is inaccurate.
      9. Executive Head of a State Agency Affirmation: In accordance with Section 669.003 of the Texas Government Code, relating to contracting with the executive head of a state agency, Bidder certifies that it is not (1) the executive head of the TFC (2) a person who at any time during the four years before the date of the contract was the executive head of the TFC, or (3) a person who employs a current or former executive head of the TFC.
      10. Foreign Terrorist Organizations: Bidder represents and warrants that it is not engaged in business with Iran, Sudan, or a foreign terrorist organization, as prohibited by Section 2252.152 of the Texas Government Code.
      11. Human Trafficking Prohibition: Under Section 2155.0061 of the Texas Government Code, the Bidder certifies that the individual or business entity named in this Bid or Purchase Order is not ineligible to receive the specified contract and acknowledges that this contract may be terminated and payment withheld if this certification is inaccurate.
      12. Prior Disaster Relief Contract Violation: Sections 2155.006 and 2261.053 of the Texas Government Code, prohibit state agencies from accepting a Bid or awarding a Purchase Order that includes proposed financial participation by a person who, in the past five years, has been convicted of violating a federal law or assessed a penalty in connection with a contract involving relief for Hurricane Rita, Hurricane Katrina, or any other disaster, as defined by Section 418.004 of the Texas Government Code, occurring after September 24, 2005. Under Sections 2155.006 and 2261.053 of the Texas Government Code, Bidder certifies that the individual or business entity named in this Response or contract is not ineligible to receive the specified contract and acknowledges that this contract may be terminated and payment withheld if this certification is inaccurate.
      13. Public Information Act: Bidder understands that TFC will comply with the Texas Public Information Act (Chapter 552 of the Texas Government Code) as interpreted by judicial rulings and opinions of the Attorney General of the State of Texas. Information, documentation, and other material in connection with this Solicitation or any resulting contract may be subject to public disclosure pursuant to the Texas Public Information Act. In accordance with Section 2252.907 of the Texas Government Code, Bidder is required to make any information created or exchanged with the State pursuant to the contract, and not otherwise excepted from disclosure under the Texas Public Information Act, available in a format that is accessible by the public at no additional charge to the State.
      14. <Required for services over $1 million or that require Commission approval, otherwise remove>Disclosure of Interested Parties: Bidder represents and warrants that if selected for award of a contract as a result of the Solicitation, Bidder will submit to Agency a Certificate of Interested Parties prior to contract execution in accordance with Section 2252.908 of the Texas Government Code.
      15. Debts and Delinquencies Affirmation: Bidder agrees that any payments due under the contract shall be directly applied towards eliminating any debt or delinquency it has to the State of Texas including, but not limited to, delinquent taxes, delinquent student loan payments, and delinquent child support.
      16. Computer Equipment Recycling Program: If Bidder is submitting a Bid for the purchase or lease of computer equipment, then Bidder certifies that it is in compliance with Subchapter Y, Chapter 361 of the Texas Health and Safety Code related to the Computer Equipment Recycling Program and the Texas Commission on Environmental Quality rules in 30 TAC Chapter 328.
      17. Television Equipment Recycling Program: If Bidder is submitting a Bid for the purchase or lease of covered television equipment, then Bidder certifies that it is compliant with Subchapter Z, Chapter 361 of the Texas Health and Safety Code related to the Television Equipment Recycling Program.
      18. Contracting Information Responsibilities: In accordance with Section 552.372 of the Texas Government Code, Bidder agrees to (1) preserve all contracting information related to the Purchase Order as provided by the records retention requirements applicable to the TFC for the duration of the Purchase Order, (2) promptly provide to the TFC any contracting information related to the Purchase Order that is in the custody or possession of the Bidder on request of the TFC, and (3) on termination or expiration of the Purchase Order, either provide at no cost to the TFC all contracting information related to the Purchase Order that is in the custody or possession of the Bidder or preserve the contracting information related to the Purchase Order as provided by the records retention requirements applicable to the TFC. Except as provided by Section 552.374(c) of the Texas Government Code, the requirements of Subchapter J, Chapter 552, Government Code, may apply to the Purchase Order and the Bidder agrees that the Purchase Order can be terminated if the Respondent knowingly or intentionally fails to comply with a requirement of that subchapter.
      19. Cybersecurity Training: If Bidder has access to any state computer system or database, Bidder shall complete cybersecurity training and verify completion of the training program to the TFC pursuant to and in accordance with Section 2054.5192 of the Government Code.
      20. Disaster Recovery Plan: Upon request of TFC, Bidder shall provide copies of its most recent business continuity and disaster recovery plans.
      21. Excluded Parties: Bidder certifies that it is not listed in the prohibited vendors list authorized by Executive Order No. 13224, “Blocking Property and Prohibiting Transactions with Persons Who Commit, Threaten to Commit, or Support Terrorism”, published by the United States Department of the Treasury, Office of Foreign Assets Control.
      22. Suspension and Debarment: Bidder certifies that the offering entity and its principals are eligible to participate in this transaction and have not been subjected to suspension, debarment, or similar ineligibility determined by any federal, state, or local governmental entity. Entities ineligible for federal procurement are listed at http://www.sam.gov. Prior to awarding state funds for goods and/or services rendered, TFC will conduct a required search of your firm using the Federal System for Award Management (SAM). This is a Federal government-maintained database that records and tracks organizations either known to or suspected of contributing to terrorist organizations. No state funds may be paid to an individual or firm whose name appears on this list.
      23. E-Verify Program: Bidder certifies that for contracts for services, Respondent shall utilize the U.S. Department of Homeland Security’s E-Verify system during the term of the contract to determine the eligibility of:
        1. all persons employed by Bidder to perform duties within Texas; and
        2. all persons, including subcontractors, assigned by Bidder to perform work pursuant the contract within the United States of America.
      1. Excess Obligations Prohibited: Bidder understands that all obligations of TFC under the Purchase Order are subject to the availability of state funds. If such funds are not appropriated or become unavailable, the Purchase Order may be terminated by TFC.
      2. Child Support Obligation Affirmation:  Under Section 231.006(d) of the Texas Family Code, regarding child support, Bidder certifies that the individual or business entity named in this Response is not ineligible to receive the specified payment and acknowledges that the Purchase Order may be terminated and payment may be withheld if this certification is inaccurate. Furthermore, any Bidder subject to Section 231.006 of the Texas Family Code, must include in the Response the names of each person with at least 25% ownership of the business entity submitting the Response. If selected for award, Respondent shall provide TFC Procurement the Social Security number(s) of the individual(s) listed below.
      3. Entities that Boycott Israel: Pursuant to Section 2271.002 of the Texas Government Code, Bidder certifies that either (i) it meets an exemption criteria under Section 2271.002; or (ii) it does not boycott Israel and will not boycott Israel during the term of the contract resulting from this solicitation. Bidder shall state any facts that make it exempt from the boycott certification in its Response.
      4. CONSULTING SERVICES ONLY <LEAVE IN>: In accordance with Section 2254.033 of the Texas Government Code, relating to consulting services, Bidder certifies that it does not employ an individual who has been employed by TFC or another agency at any time during the two years preceding the submission of the Bid or, in the alternative, Bidder has disclosed in its Bid the following: (i) the nature of the previous employment with TFC or the other agency; (ii) the date the employment was terminated; and (iii) the annual rate of compensation for the employment at the time of its termination.
      5. Damage to Government Property: In the event of loss, destruction or damage to any TFC or State of Texas property by Bidder or Bidder’s employees, agents, subcontractors, and suppliers, Bidder shall be liable to TFC and the State of Texas the full cost of repair, reconstruction or replacement of the lost, destroyed or damaged property. Bidder will reimburse TFC and the State of Texas for such property damage within ten (10) calendar days after Bidder’s receipt of TFC’s notice of amount due.
      6. Change in Law and Compliance with Laws: Bidder shall comply with all laws, regulations, requirements and guidelines applicable to a vendor providing services and products required by the Purchase Order to the State of Texas, as these laws, regulations, requirements and guidelines currently exist and as amended throughout the term of the Purchase Order. TFC reserves the right, in its sole discretion, to unilaterally amend the Purchase Order prior to award and throughout the term of the Purchase Order to incorporate any modifications necessary for TFC’s compliance, as an agency of the State of Texas, with all applicable state and federal laws, regulations, requirements and guidelines.
      7. No Conflicts of Interest: Bidder has disclosed in writing to TFC all existing or potential conflicts of interest relative to the performance of the Purchase Order. Any existing or potential conflicts of interest shall be disclosed and attached to this IFB response.
      8. COVID-19 Vaccine Passport Prohibition: Bidder certifies that it does not require its customers to provide any documentation certifying the customer’s COVID-19 vaccination or post-transmission recovery on entry to, to gain access to, or to receive service from the Bidder’s business. Bidder acknowledges that such a vaccine or recovery requirement would make Bidder ineligible for a state-funded contract.
      9. Energy Company Boycotts: If Bidder is required to make a verification pursuant to Section 2274.002 of the Texas Government Code, Bidder verifies that Bidder does not boycott energy companies and will not boycott energy companies during the term of the Purchase Order. If Bidder does not make that verification, Bidder must indicate in its Bid and state why the verification is not required.
      10. Firearm Entities and Trade Associations Discrimination: If Bidder is required to make a verification pursuant to Section 2274.002 of the Texas Government Code, Bidder verifies that it (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association and (2) will not discriminate during the term of the Purchase Order against a firearm entity or firearm trade association. If Bidder does not make that verification, Bidder must indicate in its Bid and state why the verification is not required.
      11. Terms and Conditions Attached to Bid: Any terms and conditions attached to a Bid will not be considered unless specifically referred to in the Bid.
      12. Signature Authority: By submitting the Bid, Bidder represents and warrants that the individual submitting this document and the documents made part of this Bid is authorized to sign such documents on behalf of the Bidder and to bind the Bidder under any Purchase Order that may result from the submission of this Bid.
    • I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this response on behalf of my company. (required)
    • Pricing (required)
      • Choose Option 1 when you have set line items, for example:
        • This is a quote for goods or commodities.
        • This is a public works bid, with a pricing table that can be uploaded into OpenGov Procurement from an Excel spreadsheet.
        • Seeking services for hourly rate schedules.
      • Choose Option 2 when you need vendors to provide you with the line items. 
    • Evaluation Committee? (required)

      Will there be an evaluation committee to review the proposals and score them based on weights and multiple criteria?

    • Procurement and/or Project Contact

      Select the information you would like display.

    Key dates

    1. March 20, 2026Published
    2. April 10, 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.