SLED Opportunity · FLORIDA · MONROE COUNTY SCHOOL DISTRICT, FL

    ITB 2026006 - Elevator Monitoring Equipment Installation

    Issued by Monroe County School District, FL
    educationIFBMonroe County School District, FLSol. 232887
    Closed
    STATUS
    Closed
    due Mar 31, 2026
    PUBLISHED
    Mar 6, 2026
    Posting date
    JURISDICTION
    Monroe County
    education
    NAICS CODE
    238210
    AI-classified industry

    AI Summary

    Invitation for Bid for installation of elevator monitoring equipment and conversion from POTS to cellular across 17 elevators in Monroe County School District, FL.

    Opportunity details

    Solicitation No.
    232887
    Type / RFx
    IFB
    Status
    open
    Level
    education
    Published Date
    March 6, 2026
    Due Date
    March 31, 2026
    NAICS Code
    238210AI guide
    State
    Florida
    Agency
    Monroe County School District, FL

    Description

    Elevator Monitoring Equipment Installation district wide; 17 elevators, 11 locations. Convert from POTS to cellular.

    Project Details

    • Reference ID: ITB 2026006
    • Department: Maintenance
    • Department Head: Jeff Barrow (Director of Maintenance)

    Important Dates

    • Questions Due: 2026-03-23T21:00:00.000Z
    • Answers Posted By: 2026-03-24T21:00:00.000Z

    Evaluation Criteria

    • PURPOSE

      The Monroe County School District (MCSD) is seeking bids for the furnishing, installation, integration, and commissioning of elevator monitoring communication equipment at designated District facilities. This contract will provide reliable emergency two-way cellular communication systems for all listed elevators to ensure compliance with applicable safety codes, regulatory requirements, and District standards. The intent is to enhance life safety, maintain operational continuity, and ensure dependable elevator emergency communication across all MCSD sites.

    • Project Schedule

      To be considered for award, Respondent must include in its offer a proposed schedule for commencement and completion of the Project. The Contractor shall be required to schedule all work for the Project in coordination with the school calendar so as to minimize disruption to students and school operations. A calendar of school events is available upon request. 

    • Required Insurance

      Insurance will be required for this Contract. Respondents are required to carry and maintain insurance with all coverage and minimum policy limits identified below, and must include proof of insurance in their response to this solicitation. All required insurance must be from insurance carriers that have a rating of “A” or better and a financial size category of “VII” or higher according to the A. M. Best Company. All required insurance policies shall name “The School Board of Monroe County, Florida” as the certificate holder and additional insured. Notice shall be provided to MCSB at least thirty (30) days in advance of any material change in coverage or cancellation, except as provided for herein.

      Except as otherwise specifically authorized in this Agreement, no deductible or selfinsured retention for any required insurance provided by the Contractor pursuant to this Agreement will be allowed. To the extent any required insurance is subject to any deductible or self-insured retention (whether with or without approval of MCSB), the Contractor shall be responsible for paying on behalf of MCSB (and any other person or organization that the Contractor has, in this Agreement, agreed to include as an insured for the required insurance) any such deductible or self-insured retentio

    • Calendar of Events
      Release Project Date:March 6, 2026
      Newspaper Advertisement 1:March 12, 2026
      Newspaper Advertisement 2:March 14, 2026
      Question Submission Deadline:March 23, 2026, 5:00pm
      Question Response Deadline:March 24, 2026, 5:00pm
      Proposal Due/Bid Opening:March 31, 2026, 1:00pm

      Monroe County School District Administration Building
      241 Trumbo Road
      Key West, FL 33040

      Contractor Selection Date:April 1, 2026
      Board Meeting:April 21, 2026
    • Commercial General Liability

      Commercial General Liability: Coverage shall be provided, with minimum policies limits as set forth below. MCSB, its board members, officers, and employees shall be named as an additional insured to the Commercial General Liability insurance policy on a form no more restrictive than ISO form CG 20 10 (Additional Insured – Owners, Lessees, or Contractor). If MCSB and its board members, officers, and employees are not named as additional insureds then MCSB reserves the right to terminate this Agreement
      immediately as a material breach of the Agreement.

      • Minimum Policy Limit: $1,000,000 Incident / $2,000,000 Aggregate
    • Required Completion Date

      Monroe County School District desires to complete all work described under this solicitation no later than 08/12/2026. Respondents must specify any proposed alternative completion dates in the Project Schedule included in the response. Unless otherwise specified in the Project Schedule, Respondent expressly agrees as a condition of its offer that it has the capacity and capability to progress the work to final completion, with the Project fully available for its intended use on or before the 08/12/2026

       

    • Submission Electronic Only

      The Monroe County School District, FLs accepting electronic submissions to ITB 2026006 - Elevator Monitoring Equipment Installation. Interested bidders must create a FREE account with OpenGov Procurement by signing up at https://procurement.opengov.com/signup. Submit Electronic Responses via the School District's e-Procurement Portal: https://procurement.opengov.com/portal/keyschools-mcsd.

      Responses may be received up to but not later than Tuesday, March 31, 2026 at 1:00 pm via the School District's e-Procurement Portal located at https://procurement.opengov.com/portal/keyschools-mcsd. The School District's e-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. Monroe County School District, FLstrongly recommends completing your response well ahead of the deadline. Once the response has been submitted and the Submission Status shows as “Submitted” the submission is complete. At that point, the Respondent will also receive an email confirmation from the School District's e-procurement Portal.

    • Liquidated Damages (Daily)

      Liquidated Damages may be assessed for this Project. To the extent that the selected contractor has failed to complete all required work by the 08/12/2026 (subject to extensions thereof made by mutual written agreement, or due to force majeure conditions), liquidated damages may be assessed against the contractor in the amount of $100.00 per day, for each day that elapses beyond the 08/12/2026 where work on the Project remains incomplete.  

    • Modifications and Withdrawal

      Respondents may withdraw their submittal electronically via the Portal at any time prior to the scheduled due date and time for submission. In order to withdraw, the respondent must navigate to their submitted proposal via the School District's e-Procurement portal and then click "Unsubmit Response"

      Respondents may modify their submittal electronically via the School District's e-Procurement Portal at any time prior to the scheduled due date and time for submission. In order to, withdraw, the respondent must navigate to their submitted response via the School District's e-Procurement portal and then click "Unsubmit Response". At this point, respondent's response is no longer submitted. Respondent should make the changes required and promptly re-submit response before submission date and time.

    • Automotive Liability

      Automotive Liability: Any Contractor or vendor transporting district employees, delivering, or transporting district owned equipment or property, or providing services or equipment where a reasonable person would believe MCSB is responsible for the work of the Contractor from portal to portal is required to carry this insurance to the limit listed below

      • Minimum Policy Limit: $1,000,000 Combined Single Limit
    • Liquidated Damages (Weekly)

      Liquidated Damages may be assessed for this Project. To the extent that the selected contractor has failed to complete all required work by the 08/12/2026 (subject to extensions thereof made by mutual written agreement, or due to force majeure conditions), liquidated damages may be assessed against the contractor in the amount of NO VALUEper week, for each week that elapses beyond the 08/12/2026 where work on the Project remains incomplete.  

    • Addenda & Questions

      Should revisions to the solicitation documents become necessary, the School District will issue an Addendum via the School District's e-Procurement. The e-Procurement Portal will send an automated email notification to all Respondents on the Followers list. Addenda information will be available to view and acknowledge via the School District's e-Procurement. It is the sole responsibility of the Respondent to ensure that they obtain information related to any Addenda, and acknowledge any and all Addenda electronically in the Portal as part of their Response. Failure to do so will result in rejection of the Response and a determination as “Non-Responsive.”

      Respondents shall submit all inquiries regarding this bid via the School District’s e-Procurement Portal until Monday, March 23, 2026 on 5:00 pm. All answers to inquiries will be posted on the School District’s e-Procurement Portal. Respondents may also click “Follow” on this solicitation to receive an email notification when answers are posted. It is the responsibility of the respondent to check the website for answers to inquiries.

    • Worker's Compensation & Employer's Liability

      Workers’ Compensation/Employer’s Liability: All non-construction Contractors and vendors that have one or more employees or subcontracts any portion of their work to another individual or company are required to have workers’ compensation insurance. For contracts of $25,000 or more, no State of Florida, Division of Workers’ Compensation, Exemption forms will be accepted. All Contractors engaging in construction-related activities, as defined by 440.02(8) Florida Statutes, on behalf of MCSB are required to have workers’ compensation insurance. All entities and individuals required to have workers compensation insurance must purchase a commercial workers’ compensation insurance policy to the limits listed below. The Workers’ Compensation policy must be endorsed to waive the insurer’s right to subrogate against MCSB, and its board members, officers and employees.

       

    • Professional Liability

      Professional Liability Insurance (Errors and Omissions): Contractors providing professional services including but not limited to architects, engineers, attorneys, auditors, accountants, etc. are required to have this insurance to the limits listed below. Professional Liability coverage must be maintained in the amounts stated above for a two-year period following completion of the contract.

      • Minimum Policy Limit: $1,000,000 Incident / $2,000,000 Aggregate
    • Conditions and Limitations

      a) The School Board reserves the right to reject any and all proposals, to waive any irregularities or informality, and to accept or reject any items or combination of items.

      b) The School Board may consider all proposals and reserves the right to award the contract(s) in the best interest of the School Board.

      c) A proposal may not be withdrawn before the expiration of ninety (90) days after the proposal due date.

      d) The School Board will not reimburse proposers for any costs associated with the preparation and submittal of any proposal, or for any travel and per diem costs incurred.

      e) Proposer acknowledges that all information contained within their proposal is part of the public domain as defined by the State of Florida Public Records Law.

      f) Proposers, their agents and/or associates shall refrain from contacting or soliciting any official of the Monroe County School District or School Board member regarding this proposal during the selection process.  Failure to comply with this provision may result in disqualification of the proposer.

      g) The proposal and the related responses of the selected proposer will by reference become part of the formal agreement between the selected proposer and the School Board.

      h) The School Board and the selected proposer(s) will negotiate a contract or contracts as to terms and conditions.  In the event an agreement cannot be reached with the selected proposer in a timely manner, the School Board reserves the right to select an alternative proposer.

      i) Cancellation:  In the event the proposer violates any of the provisions of this proposal, the Superintendent shall give written notice to the proposer stating the deficiencies and unless deficiencies are corrected within five (5) days, recommendations will be made to the School Board for immediate cancellation.  The School Board reserves the right to terminate any contract resulting from this proposal at any time for any reasons, upon giving thirty (30) days prior written notice to the other party.

    • SPECIFICATIONS
      1. Project Overview
        1. This Scope of Work (SOW) outlines the labor, materials, and services required to furnish and install elevator monitoring communication equipment at all MCSD facilities listed below. Work includes the installation of digital cellular communication devices, antennas, and necessary materials to support elevator emergency phone monitoring systems at each elevator location. All work must comply with applicable codes, elevator communication requirements, and MCSD permitting guidelines.
        2. Permit applications must be submitted to the MCSD Building Official for approval before commencement of work. 
        3. All work is to be completed no later than August 12, 2026.
      2. Site List and Elevator Quantities - The following is a list of MCSD facilities and the number of elevators at each location:
        1. Upper Keys
          1. Key Largo Elementary School, 104801 Overseas Highway, Key Largo, FL 33037 - 1 Elevator
          2. Coral Shores High School, 89901 Overseas Highway, Tavernier, FL 33070 - 1 Elevator
          3. Upper Keys Annex, 90050 Overseas Highway, Tavernier, FL 33070 - 1 Elevator
          4. Plantation Key School, 100 Lake Road, Tavernier, FL 33070 - 2 Elevators
        2. Middle Keys
          1. Marathon High School, 350 Sombrero Road, Marathon, FL 33050 - 3 Elevators
          2. Stanley Switlik School, 3400 Overseas Highway, Marathon, FL 33050 - 2 Elevators
        3. Lower Keys
          1. Operations Annex, 5330 2nd Avenue, Key West, FL 33040 - 1 Elevator
          2. Gerald Adams Elementary School, 5855 West College Road, Key West, FL 33040 - 2 Elevators
          3. Horace O'Bryant School, 1105 Leon Street, Key West, FL 33040 - 2 Elevators
          4. Poinciana Elementary School, 1407 Kennedy Drive, Key West, FL 33040 - 1 Elevator
          5. Key West High School, 2100 Flagler Avenue, Key West, FL 33040 - 1 Elevator
      3. Deliverables (Provided at Each Elevator Location)
        1. The contractor shall furnish and install the following components for each of the seventeen (17) elevators listed in this scope:
          1. Digital Cellular Communicator
            1. Contractor shall provide a UL-listed digital cellular communication device compatible with elevator emergency phone systems. The device must:
              1. Support reliable cellular voice communication
              2. Allow two-way emergency communication
              3. Be suitable for elevator monitoring applications
              4. Be compatible with existing elevator emergency phone systems
          2. External Antenna
            1. Contractor shall install an outdoor-rated high-gain cellular antenna to ensure adequate signal strength. Antenna installation shall include:
              1. Proper mounting hardware
              2. Weather-resistant installation
              3. Secure routing of antenna wiring 
            2. Outdoor-rated, high-gain antenna to ensure cellular signal strength
            3. Proper mounting hardware included
          3. Installation Materials
            1. Contractor shall provide all materials necessary for a complete installation including but not limited to:
              1. Conduit
              2. Wiring
              3. Connectors
              4. Brackets
              5. Fasteners
              6. Mounting hardware
              7. Weatherproofing materials
              8. Power supply components
              9. Surge protection devices
            2. All exterior metal components must be stainless steel or of comparable corrosion-resistant material suitable for the coastal saltwater environment. 
          4. Labor for Installation
            1. Contractor shall provide all labor required to complete the installation including:
              1. Installation of cellular communication devices
              2. Installation of antennas
              3. Integration with existing elevator phone systems
              4. Signal testing
              5. System configuration
              6. Functional verification
              7. Cleanup and restoration of all work areas
            2. Contractor shall remove and properly dispose of all waste materials, packaging, and debris generated during installation. 
      4. Project Requirements
        1. Permitting
          1. The Contractor shall prepare, submit, and obtain approval for all required permits from the MCSD Building Official prior to beginning work. No work may begin until official approval is granted. 
        2. Code Compliance
          1. All installations shall comply with the most current versions of applicable codes, including:
            1. ASME A17.1 Elevator Code
            2. NFPA 70 - National Electrical Code
            3. FCC Cellular Communication Regulations
            4. Local building and fire codes
            5. Any additional applicable state or federal requirements
        3. System Integration and Testing
          1. The Contractor shall verify compatibility with each elevator's existing emergency phone system prior to installation.
          2. Upon installation, the Contractor shall perform full operational testing, including:
            1. Two-way voice communication testing
            2. Cellular signal strength verification
            3. System functionality verification
            4. Alarm reporting validation
          3. All systems must be fully operational prior to project acceptance.
        4. Cellular Service
          1. Contractor shall provide cellular-compatible devices capable of operating on commercially available cellular networks.
          2. Activation of cellular service and associated monthly service plans will be coordinated with MCSD unless otherwise specified. 
        5. Work Scheduling and Coordination
          1. Contractor shall coordinate all work with MCSD Maintenance staff and site administrators.
          2. Work must be scheduled to minimize disruption to school operations and may be required outside of normal school hours if necessary.
        6. Protection of Property
          1. Contractor shall protect all existing building finishes, equipment, and infrastructure during installation. 
          2. Any damage caused by the Contractor shall be repaired or replaced at no cost to MCSD.
          3. Contractor shall maintain safe work areas at all times and comply with all District safety procedures. 
        7. Site Verification 
          1. Contractors are responsible for verifying field conditions at each facility prior to installation and shall include all labor, materials, and equipment required to complete a fully operational installation. 
          2. Failure to inspect site conditions shall not be grounds for additional compensation. 
        8. Documentation and Project Closeout
          1. Upon completion of the project, the Contractor shall provide the following documentation to MCSD:
            1. As-built diagrams showing equipment placement 
            2. Equipment serial numbers and asset inventory
            3. Cellular device identification numbers
            4. Testing and commissioning reports
            5. Manufacturer equipment manuals
            6. Warranty documentation
            7. Technical support contact information
        9. Warranty
          1. Contractor shall provide a minimum one (1) year warranty covering all equipment, materials, and installation labor beginning on the date of final project acceptance by MCSD.
    • EXPERIENCE / QUALIFCATIONS
      1. The contractor shall meet the following minimum qualifications:
        1. Be properly licensed to perform electrical and/or low-voltage communications work in the State of Florida.
        2. Have demonstrated experience installing elevator communication systems, emergency phone monitoring systems, or similar life safety communication equipment.
        3. Be familiar with applicable elevator communication codes and requirements.
        4. Provide at least three (3) references for similar projects completed within the last five (5) years.
    • Cyber Liability

      Cyber Liability and Data Storage: Contractors or vendors providing software shall provide proof of insurance reflecting, at a minimum, coverage for: Data Loss and System Damage Liability; Security Liability; Privacy Liability; Privacy/Security Breach Response Coverage, including Notification Expenses. Such Cyber Liability coverage must be provided on an Occurrence Form or, if on a Claims Made Form, the retroactive date must be no later than the first date of the Agreement and such claims-made coverage must respond to all claims reported within three (3) years following the period for which coverage is required and which would have been covered had the coverage been on an occurrence basis.

      • Minimum Policy Limit: $1,000,000 Incident / $2,000,000 Aggregate
    • Award

      This is an Invitation to Bid (ITB) and recommendation of award will go to the lowest priced qualified bidder. Qualified bidders will be determined using the criteria and other requirements specified in this ITB. Bids that do not provide satisfactory evidence of the required qualifications will not be evaluated.

    • REQUIRED DOCUMENTATION

      To be considered sufficiently responsive for award evaluation, Respondent must include in its submittal at a minimum the following documentation:

      1. Experience - documentation of successfully providing goods or services of a similar scope to those requested under this solicitation
      2. References - documentation of positive references from other work performed. All references should be documented on the Reference Form provided with this solicitation; 
      3. Licenses  - copies of all appropriate business licenses and professional certifications required to perform the work described in this solicitation; 
      4. Signed Forms - signed and fully executed copies of all signable forms included in this solicitation (including notarization if applicable)

    Submission Requirements

    • W-9 (required)

      Please Upload Respondent's W-9 Form

    • Reference Form (required)

      Provide download and complete the attached form. Respondents must provide three (3) references from agencies you have provided similar goods or services to in the past five (5) years. 

    • Upload Certifications / Licenses / Qualifications (required)

      Please upload a clear and legible copy of all licenses, certifications, and qualifications noted in the specifications as required or preferred for award eligibility 

    • Certificate of Insurance (required)

      Please upload a certificate of insurance evidencing all coverages and minimum policy limits required by this Solicitation. Offers not including proof of required insurance may be deemed non-responsive and may not be considered for award. 

    • Business / Personal Relationship Disclosure (required)

      Respondent is required to disclose any personal or business relationship with an employee of the Monroe County School District, or any member of the School Board of Monroe County, Florida. Please download, complete and upload the attached form. 

    • Acknowledgements
    • Debarment Certification (required)

      Respondent certifies that, neither the firm nor any person associated therewith in the capacity of owner, partner, director, officer, principal, investigator, project director, manager, auditor, and/or position involving the administration of federal funds:

      (a) Is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions, as defined in 2 CFR Chapter 180, by any federal department or agency;

      (b) Has within a three-year period preceding this certification been convicted of or had a civil judgment rendered against it for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a federal, state, or local government transaction or public contract; violation of federal or state antitrust statutes; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;

      (c) Is presently indicted for or otherwise criminally or civilly charged by a federal, state, or local Governmental entity with commission of any of the offenses enumerated in paragraph (b) of this certification; and

      (d) Has within a three-year period preceding this certification had one or more federal, state, or local government public transactions terminated for cause or default.

      Respondent further certifies that it shall not knowingly enter into any transaction with any subcontractor, material supplier, or vendor who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this project by any federal agency.

    • Non-Collusion (required)

      Respondent certifies the following:


      • The terms of Respondent’s offer, including pricing, have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition as to any matter related to such terms, with any other Respondent or competitor; and


      • Unless otherwise required by law, the prices which have been quoted in this proposal have not been knowingly disclosed to other Respondents or competitors, and will not knowingly be disclosed by the Respondent prior to public opening of the bid or proposal, directly or indirectly, to any other Respondent or competitor; and


      • No attempt has been made or will be made by the Respondent to induce any other person, partnership or corporation to submit, or not to submit, a bid or proposal for the purpose of restricting competition; and


      • The statements contained in Respondent’s offer are true and correct, and made with full knowledge that School Board will rely upon the truth of the statements contained in this affidavit in awarding contracts for said project.

    • Drug Free Workplace (required)

      If awarded a contract by the School Board of Monroe County, Florida (“School Board”), in accordance with Florida Statute 287.087, Respondent agrees to the enforce a drug-free workplace, including at a minimum:

      1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.

      2. Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations.

      3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in section (1).

      4. In the statement specified in section (1), notify the employees that, as a condition of working on the commodities or contractual services that are under proposal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction

      5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community, or any employee who is so convicted.

      6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.

    • Public Entity Crime Statement (required)

      Respondent acknowledges the following: 

      A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.

    • Contractor Rules (required)

      The following is a list of rules that contractors/vendors and their personnel must adhere to while working on Monroe County School projects. Failure of the contractor/vendor to abide by the rules will result in the violators being removed from the job site. All costs resulting from this will be the responsibility of the contractor/vendor. Please sign these rules and indicate the contractor/vendor’s agreement to follow them.

      • Casual communications by contract/vendor personnel with students, staff, or faculty is prohibited.

      • Convicted felons and employees with a past history of child abuse or molestation shall not be used on Monroe County School projects.

      • The schools are “Drug Free Zones,” use or possession of illegal substances and alcohol in any form are prohibited.

      • The schools are “Tobacco Free,” no tobacco use is permitted on the school campus, in parking lots, or inside school restrooms.

      • Vulgar language or gestures discernible to students or school staff is prohibited.

      • Fighting or physically abusive actions of a similar nature are prohibited.

      • Appropriate and modest attire is required while working on school campus. Revealing clothing will not be permitted.

      • Clean up of work area is required on a daily basis. Hazardous materials shall not be put in school trash receptacles.

      • Work that may be disruptive to the school shall be scheduled with the school administration or done after normal school hours.

      • Pets are not allowed on campus.

    • Identical Tie Proposals (required)

      Preference shall be given to businesses with drug-free workplace programs. Whenever two or more of a proposal, which are equal with respect to price, quality, and service, are received by the State or by any political subdivision for the procurement of commodities or contractual services, an proposal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie proposals will be followed if none of the tie vendors have a drug-free workplace program. See Drug Free Workplace Form for qualifications.

    • Local Preference (required)

      Respondent acknowledges that it has reviewed and understands the Local Preference Policy attached to this solicitation.

    • General Terms & Conditions (required)

      Respondent acknowledges and agrees to the General Terms & Conditions attached to this Solicitation. 

    • Local Preference
    • Is Respondent Claiming Local Preference? (required)
    • Upload Required Documentation (required)

      If Respondent is claiming local preference, you must upload a clear, legible copy of the driver's license for at least one director or principal of Respondent evidencing residence in Monroe County, Florida; and a copy of Respondent's Monroe County Business Tax License 

    • Other Supporting Documentation
    • Upload Other Supporting Documents

      Respondents who wish to include additional supporting documentation with their offer should upload that here

    • Offer Certification
    • Offer Certification (required)

      Please download, sign and notarize the attached Certification. Offers made without a completed Certification Form will not be considered for award

    • Is Insurance Required For This Project? (required)
    • What Kind of Insurance Is Required for This Project? (required)

      Check All That Apply 

    • Is This a Construction Project? (required)

      A Payment & Performance Bond May Be Required for All Construction Projects Valued at $100,000 or More 

    • Is This Project Valued at More Than $200K? (required)

      Payment & Performance Bond is Required for All Construction Projects Valued at $200,000 or More 

    • Does This Project Have a Required Completion Date? (required)
    • Project Completion Date (required)

      MM/DD/YYYY

    • Will Liquidated Damages Be Assessed for Untimely Completion? (required)
    • Select Frequency of Liquidated Damages
    • Rate of Liquidated Damages
    • Are Specific Licenses, Certifications or Qualifications Required or Preferred for this Project? (required)

    Key dates

    1. March 6, 2026Published
    2. March 31, 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.