SLED Opportunity · FLORIDA · CLAY COUNTY

    Mosquito Control Program

    Issued by Clay County
    countyRFPClay CountySol. 251735
    Closed
    STATUS
    Closed
    due May 7, 2026
    PUBLISHED
    Apr 9, 2026
    Posting date
    JURISDICTION
    Clay County
    county
    NAICS CODE
    115310
    AI-classified industry

    AI Summary

    Clay County, Florida seeks proposals for a comprehensive mosquito control program using integrated management methods. The program includes surveillance, chemical and biological control, public education, and regulatory compliance. Proposals must demonstrate experience, qualifications, and include pricing and equipment details. Local preference policies apply.

    Opportunity details

    Solicitation No.
    251735
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    April 9, 2026
    Due Date
    May 7, 2026
    NAICS Code
    115310AI guide
    Jurisdiction
    Clay County
    State
    Florida
    Agency
    Clay County

    Description

    The Clay County Board of County Commissioners (the “County”) is soliciting proposals from qualified Contractors to provide a comprehensive Mosquito Control Program. Services shall be delivered through an Integrated Mosquito Management (IMM) approach consistent with the Florida Public Health Pest Control Manual and the American Mosquito Control Association (AMCA) training manual (latest editions).

    The Program shall include year-round surveillance, inspection, and control of mosquito larvae and adult mosquitoes using appropriate chemical and biological methods, as well as monitoring activities to assess mosquito populations and determine the appropriate type, timing, and extent of control measures. The Program shall also include public education and outreach.

    All services must be performed in a manner that supports and maintains the County’s eligibility for and status as a State‑Approved Mosquito Control Program administered by the Florida Department of Agriculture and Consumer Services (FDACS), in accordance with Chapter 388, Florida Statutes, and Chapter 5E‑13, Florida Administrative Code.

     

    Bidders shall submit all inquiries regarding this RFB in the "Question and Answer" tab of the RFB. See "Inquiries/Questions" in the "Instructions to Bidders" below for more information.

    Bidders are prohibited from contacting, by any means, whether orally, telephonically, electronically or in writing, any member of the Board, any County employee, including the County Manager, the County Attorney or the Commission Auditor, any member of the designated Evaluation Committee or any agent of the County regarding the Request for Bids in any respect during the Request for Bid Period. The Request for Bid Period during which no contact may occur commences from the date of publication of the notice of a Request for Bids and ends upon a Bid Decision becoming final, i.e. after the notice of bid protest period of 72 hours has expired. However, in the event of a notice of protest, the no contact rule continues in place during the Protest Period and does not end until a resolution of the protest has occurred and become final. The following exceptions exist to the no-contact rule:

    1. Inquiries may be submitted to the Purchasing Department if specifically provided in the Request for Bids;
    2. Pre-bid conferences provided for in the Request for Bids; and
    3. Formal presentations by Bidders to the designated Evaluation Committee or to the Board or any committee thereof specifically contemplated in the Request for Bids.

    The Board reserves the right and power to reject any and all Bids without cause and to waive technical and non-technical or non-material defects in the Request for Bids or submittal of any Bid, and in its discretion to re-advertise the Request for Bids. The Board reserves the right to award Request for Bids which would be in the Best Interest of the County. Interested vendors are advised that the Clay County Board of County Commissioners has a local preference policy and Buy American policy. The complete policy for both can be viewed at: https://www.claycountygov.com/government/purchasing/vendor-information.

     

    FOLLOWING THE BID OPENING AND TABULATION, A “NOTICE OF INTENT TO AWARD BID” OR A “NOTICE OF REJECTION OF ALL BIDS” WILL BE POSTED ON THE INTERNET AT:https://procurement.opengov.com/portal/claycounty?status=all.

    THIS WEBPAGE CAN ALSO BE ACCESSED FROM THE HOMEPAGE OF THE COUNTY’S WEBSITE AT:https://www.claycountygov.com/government/purchasing/formal-bid-solicitations

    PROSPECTIVE BIDDERS ARE NOTIFIED THAT THE FAILURE TO INCLUDE A PROPER BID BOND OR OTHER SECURITY APPROVED UNDER THE COUNTY’S PURCHASING POLICY, IF REQUIRED FOR THIS REQUEST, WILL RESULT IN REJECTION OF THE BID AND SHALL, AS WELL AS THE FAILURE TO FILE A WRITTEN NOTICE OF PROTEST AND TO FILE A WRITTEN PETITION INITIATING A FORMAL PROTEST PROCEEDING WITHIN THE TIMES AND IN THE MANNER PRESCRIBED IN CHAPTER 8, SECTION I OF THE COUNTY’S PURCHASING POLICY SHALL, CONSTITUTE A WAIVER OF THE RIGHT TO PROTEST THE BID REQUEST, ANY ADDENDUM THERETO, OR THE BID DECISION, AS APPLICABLE, AND TO INITIATE A FORMAL PROTEST PROCEEDING UNDER THE PURCHASING POLICY. THE COUNTY’S PURCHASING POLICY CAN BE VIEWED AT THE COUNTY’S WEBSITE BY FOLLOWING THE APPROPRIATE LINKS FROM THE HOMEPAGE ADDRESS SET FORTH ABOVE.

    IF A PROSPECTIVE BIDDER IS IN DOUBT WHETHER THIS REQUEST REQUIRES A BID BOND, SUCH PROSPECTIVE BIDDER IS SOLELY RESPONSIBLE FOR MAKING APPROPRIATE INQUIRY.

    THE BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS WITHOUT CAUSE AND TO WAIVE TECHNICAL AND NON- TECHNICAL OR NON-MATERIAL DEFECTS IN THE REQUEST OR SUBMITTAL OF ANY BIDS.

    A PERSON OR AFFILIATE WHO HAS BEEN PLACED ON THE CONVICTED VENDOR LIST FOLLOWING A CONVICTION FOR A PUBLIC ENTITY CRIME MAY NOT SUBMIT A BID ON A CONTRACT TO PROVIDE ANY GOODS OR SERVICES TO A PUBLIC ENTITY, MAY NOT SUBMIT A BID ON A CONTRACT WITH A PUBLIC ENTITY FOR THE CONSTRUCTION OR REPAIR OF A PUBLIC BUILDING OR PUBLIC WORK, MAY NOT SUBMIT BIDS ON LEASES OF REAL PROPERTY TO A 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, FLORIDA STATUTES, FOR CATEGORY TWO FOR A PERIOD OF 36 MONTHS FROM THE DATE OF BEING PLACED ON THE CONVICTED VENDOR LIST.

    Project Details

    • Reference ID: 25/26-084
    • Department: County Extension
    • Department Head: Annie Wallau (County Extension Director)

    Important Dates

    • Questions Due: 2026-04-29T20:30:00.000Z
    • Answers Posted By: 2026-05-01T20:30:00.000Z

    Meetings & Milestones

    EventDateLocation
    Bid Open2026-05-08T13:00:00.000ZClay County Administration Building Fourth Floor 477 Houston Street Green Cove Springs, Florida 32043

    Addenda

    • Addendum #1 (released 2026-04-22T17:23:28.389Z) —

      Per this Addendum, Section 1.3 Timeline has been updated to extend the bid due dates. 

    Evaluation Criteria

    • Previous Experience with Similar Projects (20 Points) (20 pts)

      Contractor’s shall provide their experience in performing mosquito control programs of comparable size and scope to Clay County.

      Evidence should include:

      • Years in business and years of operational experience in mosquito control programs.
      • Experience managing similar programs, including but not limited to routine surveillance, larval and adult mosquito control, public education, and complaint resolution.
      • Experience maintaining eligibility for and status as a State‑Approved Mosquito Control Program administered by the Florida Department of Agriculture and Consumer Services (FDACS), in accordance with Chapter 388, Florida Statutes, and Chapter 5E‑13, Florida Administrative Code. 
      • Experience with regulatory reporting, data tracking, and submission of mosquito control operational reports and efficacy data.
      • Demonstrated ability to comply with federal, state, and local regulations for mosquito control operations.
    • Qualifications of Respondent and Personnel Assigned to Project (15 Points) (15 pts)

      Contractor shall submit qualifications and experience of the Company and personnel assigned to the project.

      Submissions should include:

      • Resumes, certifications, and relevant training of all personnel who will administer the contract.
      • Evidence of Mosquito Control Director certification for at least one full-time staff member within Clay County.
      • Documentation of compliance with applicable federal, state, and local regulations.
    • Availability of Respondent and Personnel Assigned to Project (15 Points) (15 pts)

      Contractor shall provide:

      • Availability of essential duty personnel and project manager.
      • Communication methods, including local contact phone number and 24-hour emergency contact information.
      • Plans for extended operations during weekends, holidays, or emergency events.
    • Project Understanding, Innovation, and Approach (20 Points) (20 pts)

      Contractors shall demonstrate their understanding of the requirements and proposed methods for delivering the services. Proposals shall include:

      • Detailed strategy for mosquito larvae and adult surveillance, inspection, and control, including chemical, biological, and physical control methods.
      • Approach for public education, complaint intake, complaint response time and complaint resolution.
      • Methods for expanded arboviral surveillance (including Zika) and emergency post-disaster mosquito abatement operations.
      • A comprehensive disaster response plan, outlining procedures for maintaining or restoring mosquito control operations following natural or man-made disasters, including but not limited to staffing, equipment deployment, communication protocols, and coordination with County representatives.
      • Demonstrated understanding of local environmental conditions and mosquito control challenges within Clay County.
      • Identification of innovations or improvements to standard mosquito control practices that enhance efficiency, effectiveness, or responsiveness.
    • References (10 Points) (10 pts)

      Provide three (3) references for which the Contractor has performed services within the past five (5) years that are similar to the requirements outlined in this RFP.

      For each reference, the following information is required:

      • Name of entity/agency
      • Summary of services provided
      • Timeframe of performance
      • Cost of services provided
      • Point of contact (name, title, email, and phone number)

      References will be evaluated based on their responsiveness, satisfaction with services, and the success of past projects.

    • Pricing (10 Points) (10 pts)

      Bidder shall provide pricing as requested in Section 6 of this RFP.

    • Equipment (10 Points) (10 pts)

      Contractor shall provide:

      • List and description of equipment for routine mosquito control operations.
      • Major equipment for special events, emergency response, and expanded Arboviral surveillance.
    • Local Preference (5 Points) (10 pts)

      Local Business Definition:

      (A) a person or business entity which maintains a permanent place of business with full-time employees within Clay County for a minimum of twelve months prior to the date Bids or quotes were received for the purchase or contract at issue, which provides from such permanent place of business the kinds of goods or services solicited, and which at the time of the solicitation submits the Local Business Affidavit of Eligibility; or

      (B) a person or business entity which utilizes for at least 40% of the solicited work local Clay County sub-contractors or suppliers, meaning sub-contractors or suppliers which maintain a permanent place of business with full-time employees within Clay County for a minimum of twelve months prior to the date Bids or quotes were received for the purchase or contract at issue, provide from such permanent place of business the kinds of goods or services solicited, and at the time of the solicitation submit the Local Business Affidavit of Eligibility.

    Submission Requirements

    • Response Acknowledgement (required)

      The Bidder acknowledges the following:

      The Bidder respond to this RFB in the manner that is being requested of me.

      The Bidder is not to add embedded links to any documents, as they will not be accessed / reviewed / evaluated. Hyperlinks are defined as a link from a hypertext file or document to another location or file, typically activated by clicking on a highlighted word or image on the screen. 

      When a document is required to be uploaded, it must be in PDF format. If the document is not in PDF format, it may not be accessed / reviewed / evaluated.

      The Bidder is not to add any hyperlinks or embedded links to response boxes within the questionnaire, as they will not be accessed / reviewed / evaluated.

    • Proprietary/Confidential Information (required)

      In accordance with Chapter 119 of the Florida Statutes (Public Records Law) and except as may be provided by other applicable State and Federal Law, all Bidders should be aware that Bids are public record.

      If the Bidder considers any portion of the documents, data or records within their Bid to be confidential and/or proprietary and which they believe to be exempt from disclosure, the Bidder must mark the document/response as “Confidential” in the applicable section, citing specifically the applicable exempting law and provide the County with a separate redacted copy of its Bid.

      In the event of a request for public records that is in accordance with the above mentioned authority, to which documents that are marked as confidential are responsive, the County will provide the Redacted Copy to the requestor.

      The Bidder acknowledges that if the Bidder fails to submit a redacted copy of information it claims is confidential, the County is authorized to produce the entire documents, data or records submitted to the County in answer to a public records request for these records.

    • Separate Redacted Copy of Bid

      If Question Number 2: Proprietary/Confidential Information is Applicable to you, please read/ follow the instructions below:

      Once you have completed all sections of this RFB, create a document that is comprised of the information you have provided.

      Redact any portion of the documents, data or records within your Bid that you believe to be confidential and/or proprietary and which you believe to be exempt from disclosure and upload the Redacted copy here.

    • Litigation, Investigations, and Disputes Disclosure (A) (required)

      Has Bidder (including any parent company, subsidiaries, affiliates, officers, directors, or key personnel) been involved in any litigation, arbitration, or administrative proceedings (past or pending) related to its business operations within the past ten (10) years? 

      If Yes, please provide a detailed explanation, including:

      • Case caption and number

      • Jurisdiction (court or administrative body)

      • Brief description of the nature of the dispute

      • Status or outcome (e.g., pending, settled, dismissed, judgment entered)

      • Copies of legal documentation substantiating the information provided above 

      Important: Failure to fully disclose any relevant information, or any misrepresentation or omission of facts, may result in any remedy deemed to be in the best interest of the County.

    • Litigation, Investigations, and Disputes Disclosure (B)

      If Bidder answered 'Yes' to Litigation, Investigations, and Disputes Disclosure (A), please provide a detailed explanation, including:

      • Case caption and number

      • Jurisdiction (court or administrative body)

      • Brief description of the nature of the dispute

      • Status or outcome (e.g., pending, settled, dismissed, judgment entered)

      • Copies of legal documentation substantiating the information provided above 

      Important: Failure to fully disclose any relevant information, or any misrepresentation or omission of facts, may result in any remedy deemed to be in the best interest of the County.

    • Legal Name (required)

      Please enter your Company's Legal Name. 

    • Approved Designated Signee (required)

      Please provide the full name, title, and email address of the authorized signee for your company.

    • Company Contact Information (required)

      Please provide the following details for your Company's primary contact person:

      1. Company Primary Contact Name:
        (First and Last Name)
      2. Company Primary Contact Role:
        (Position or Title within the Organization)
      3. Company Primary Contact Phone Number:
        (Include Area Code)
      4. Company Primary Contact Email Address:
        (Please provide a valid and frequently monitored email address)
    • Company Remittance Address (required)

      Please provide your Company's remittance address. 

      The Address should include: 

      Street Address: This should include the building number, street name, and, if applicable, suite number.

      City, State, and ZIP Code: The city and state should be fully spelled out (unless state abbreviations are standard), followed by the ZIP Code.

      Example of a Complete Address:

      John Doe
      1234 Elm Street, Apt 5B
      Springfield, IL 62704

    • W-9 (required)

      Please fill out the attached W-9. 

    • EFT Authorization Form (required)

      Please download the below documents, complete, and upload.

    • SunBiz Verification (required)

      Please enter your EIN number here

    • E-Verify (required)

      Please enter your Company's legal name. 

      If you are not currently registered with E-Verify, please do so as soon as possible. ALL Bidders must be registered with E-Verify in order to enter into an Agreement with the County. 

    • E-Verify (required)

      Please download the below documents, complete, and upload.

    • Conflict of Interest Disclosure: (required)

      County Employee: Please mark yes or no if you work for Clay County as an employee.

    • Conflict of Interest Disclosure: (required)

      An outside personal economic relationship which affords present or future financial benefits to an employee, his family or to individuals with whom he has business or financial ties may be considered a conflict of interest requiring evaluation by the County Manager.

      Please select one of the options below:

    • Conflict of Interest Disclosure: (required)

      Please identify yourself, family member or other conflict of interest.

      If you selected: "I certify that neither my family nor myself are employees of the County and will benefit financially by doing business with Clay County." please enter "Not Applicable".

    • Bid Bond / Cashier Check / Certified Check (required)

      Bids require a five (5%) percent bid bond and may not be withdrawn after the scheduled opening time for a period of thirty (30) days. The term bid bond shall include bonds or cashier or certified checks payable to the County.

      Please upload a copy of your Bid Bond, Cashier Check, or Certified Check here with the requirements listed above.

    • Cashier Check / Certified Check (required)

      I acknowledge that any Cashier or Certified Check must be uploaded with the Bid and the original Cashier or Certified Check must be received by the Purchasing Department no later than two (2) business days after the RFB due date.

      I acknowledge that if I do not provide the original physical check, the CCBCC Purchasing Department reserves the right to deemed my bid unresponsive.

      IF SUBMITTING A CASHIER CHECK / CERTIFIED CHECK:
      477 Houston Street 
      Administrative Building - Fourth Floor
      Green Cove Springs, FL 32043

      IF SUBMITTING A CASHIER CHECK / CERTIFIED CHECK VIA MAIL:
      P.O. Box 1366 Green Cove Springs, FL 32043

    • Section 287.05701, Florida Statutes - Prohibition against considering social, political, or ideological interests in government contracting (required)

      Bidders are hereby notified of the provision of section 287.05701, Florida Statutes, as amended, that the Clay County Board of County Commissioners will not request documentation of or consider a Bidder's social, political, or ideological interests when determining if the Bidder is a responsible Bidder.

      The Bidder acknowledges they were notified of the provisions in section 287.05701, Florida Statutes. 

    • Term Acknowledgement (required)

      The Bidder acknowledges that they have thoroughly reviewed the term outlined in the Scope of Work.

    • Proof of Insurance (required)

      Provide certificate(s) of insurance.

      Certificates of insurance shall meet or exceed the requirements listed in Section 2. Instructions to Bidders of this RFB.

      Please upload Insurance document(s) here.

    • Workers' Compensation Exemption (A) (required)

      Is Bidder currently exempt from carrying Workers’ Compensation insurance? 

      If Yes, Bidder must provide a valid Certificate of Election to be Exempt issued by the Florida Division of Workers’ Compensation.

    • Workers' Compensation Exemption (B)

      If Bidder Answered 'Yes' to Workers' Compensation Exemption (A), please upload a valid Certificate of Election to be Exempt issued by the Florida Division of Workers’ Compensation here. 

    • Drug-Free Workplace (required)

      Pursuant to Section 287.087, Florida Statutes, whenever two or more bids, proposals, or replies that are equal with respect to price, quality, and service are received by the state or by any political subdivision for the procurement of commodities or contractual services, a bid, proposal, or reply received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. In order to have a drug-free workplace program, a business shall:

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

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

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

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

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

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

       

      Does the Bidders business certify that it has implemented a drug-free workplace program? Please answer yes or no below. 

    • Drug-Free Workplace Policy

      If the Bidders Company has a drug-free workplace policy, please upload such policy. 

    • Warranty Form (required)

      Please upload a sample or draft of your Warranty.

    • Scrutinized Companies Certification (required)

      Please download the below documents, complete, and upload.

    • Davis Bacon (required)

      I have read and acknowledge the document(s) attached above for the Davis Bacon Wage Rates.

    • Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion (required)

      Please download the below documents, complete, and upload.

    • Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion (required)

      Please download the below documents, complete, and upload.

    • Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion (required)

      Please enter your legal company name.

    • Byrd Anti-Lobbying Compliance and Certification Regarding Lobbying (required)

      Please download the below documents, complete, and upload.

    • Compliance with ARPA Federal Guidelines (required)

      Please download the below documents, complete, and upload.

    • Conflict of Interest Disclosure Form (required)

      Please download the below documents, complete, and upload.

    • Section 3 - Information and Instructions for Contractors & Subcontractors (required)

      A Section 3 “Right to Match” preference shall be afforded to enhance the opportunities and ensure that employment and other economic opportunities generated by certain HUD Housing and/or Community Development Assistance funding shall, to the greatest extent feasible, and consistent with existing Federal, State, and local law and regulations, be directed to low- and very-low income persons and to business concerns which provide economic opportunities to low- and very-low income persons of local businesses to receive awards of Clay County contracts.

      A “Section 3 Business” is defined as a business that provides evidence of their Section 3 certification at the time the bid is offered to the County; evidence shall not be provided after the bid closing time.

      When a qualified and responsive, non-Section 3 business submits the lowest price bid, and the bid submitted by one or more qualified and responsive Section 3 Business is within ten percent (10%) of the price submitted by the non-Section 3 business, then the Section 3 Business with the apparent lowest bid offer (i.e. the lowest Section 3 bidder) shall have the opportunity to submit, an offer to match the price(s) offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non-Section 3 bidder and the lowest Section 3 bidder are in fact qualified and responsive bidders. Next, the Purchasing Department shall determine if the lowest bidder meets the requirements of Section 287.087 F.S.

      If the lowest Section 3 bidder meets the requirements of 287.087, F.S., the Purchasing Department shall invite the lowest Section 3 bidder to submit a matching offer to the Purchasing Department which shall be submitted within five (5) business days thereafter. If the lowest Section 3 bidder submits an offer that fully matches the lowest bid from the lowest non-Section 3 bidder tendered previously, then award shall be made to the Section3 bidder. If the lowest Section 3 bidder declines or is unable to match the lowest non- Section 3 bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest Section 3 bidder does not meet the requirement of Section 287.087 F.S. and the lowest non- Section 3 bidder does, award will be made to the bidder that meets the requirements of the reference state law.

      Bidder must complete and submit with their bid response the Affidavit and Certification for Claiming Status as a Section 3 Business which is included as part of this solicitation and their current Section 3 certification.

      Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for Section 3 preference on this solicitation.

      A Bidder who misrepresents the Section 3 Preference status of its firm in a bid submitted to the County will lose the privilege to claim Section 3 Preference status for a period of up to one (1) year.

      If necessary, the contracting agency may conduct discussions with qualified and responsive bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and verify qualifications and responsiveness to solicitation requirements.

      This project is subject to the provisions of Section 3 of the Housing and Urban Development Act of 1968 (12 U.S.C. 1701u). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by certain HUD Housing and/or Community Development Assistance shall, to the greatest extent feasible, and consistent with existing Federal, State, and local law and regulations, be directed to low- and very-low income persons and to business concerns which provide economic opportunities to low- and very-low income persons

       

      A Section 3 business concerned is defined as follows:

      1. That is 51 percent or more owned by Section 3 residents; or

      2. Whose permanent, full-time employees include persons, at least 30 percent of whom are currently Section 3 residents, or within three years of the date of first employment with the business concern were Section 3 residents; or

      3. That provides evidence of a commitment to subcontract in excess of 25 percent of the dollar award of all subcontracts to be awarded to business concerns that meet the qualifications set forth in section one or two above.

      In conformance with Section 3 federal regulations (24 CFR Part 135), Clay County shall direct efforts to award Section 3 covered contracts, to the greatest extent feasible, to Section 3 business concerns in the order of priority listed below:

      1. Category 1 businesses: Section 3 business concerns that provide economic opportunities for Section 3 residents in the service area or neighborhood in which the Section 3 covered project is located;

      2. Category 2 businesses: Applicants (as this term is defined in 42 U.S.C. 12899) selected to carry out HUD HOUSING AND/OR COMMUNITY DEVELOPMENT ASSISTANCE Youthbuild programs;

      3. Category 3 businesses: Other Section 3 business concerns. A business concern seeking to qualify for a Section 3 contracting preference shall certify that the business concern is a Section 3 business concern as described above.

       

      Please download the below documents, complete, and upload.

    • CDBG Supplemental Conditions for Construction Contracts (required)

      Please download the below documents, and acknowledge receipt on the question below.

    • CDBG Supplemental Conditions for Construction Contracts (required)

      I have read and acknowledge the document(s) for CDBG Supplemental Conditions for Construction Contracts attached above.

    • Clay County Community Development Block Program Purchasing Policy (required)

      Please download the below documents, and acknowledge receipt on the question below.

    • Clay County Community Development Block Program Purchasing Policy (required)

      I have read and acknowledge the documents(s) (Clay County Community Development Block Program Purchasing Policy)

    • Hazard Mitigation Grant Program (HMGP) Compliance Required Contract Clauses (required)

      Please download the below documents, complete, and upload.

    • FDOT Documentation (required)

      Please download the below documents, complete, and upload.

      1. Bid Opportunity List for Commodities & Contractual Services

      2. Disclosure of Lobbying Activities

      3. Non-Collusion Declaration and Compliance with 48 CFR § 29

      4. Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion - Lower Tier Covered Transactions for Federal Aid Contracts

    • Submittal Sections
      • Previous Experience with Similar Projects
      • Qualifications of Respondent and  Personnel Assigned to Project 
      • Availability of Respondent and Personnel Assigned to Project
      • Project  Understanding, Innovation, and Approach 
      • References
      • Pricing (See Section 6. Pricing Proposal)
      • Equipment
      • Local Preference
    • Previous Experience with Similar Projects (required)

      Contractor’s shall provide their experience in performing mosquito control programs of comparable size and scope to Clay County.

      Evidence should include:

      • Years in business and years of operational experience in mosquito control programs.
      • Experience managing similar programs, including but not limited to routine surveillance, larval and adult mosquito control, public education, and complaint resolution.
      • Experience maintaining eligibility for and status as a State‑Approved Mosquito Control Program administered by the Florida Department of Agriculture and Consumer Services (FDACS), in accordance with Chapter 388, Florida Statutes, and Chapter 5E‑13, Florida Administrative Code. 
      • Experience with regulatory reporting, data tracking, and submission of mosquito control operational reports and efficacy data.
      • Demonstrated ability to comply with federal, state, and local regulations for mosquito control operations.
    • Qualifications of Respondent and Personnel Assigned to Project (required)

      Contractor shall submit qualifications and experience of the Company and personnel assigned to the project.

      Submissions should include:

      • Resumes, certifications, and relevant training of all personnel who will administer the contract.
      • Evidence of Mosquito Control Director certification for at least one full-time staff member within Clay County.
      • Documentation of compliance with applicable federal, state, and local regulations.
    • Availability of Respondent and Personnel Assigned to Project (required)

      Contractor shall provide:

      • Availability of essential duty personnel and project manager.
      • Communication methods, including local contact phone number and 24-hour emergency contact information.
      • Plans for extended operations during weekends, holidays, or emergency events.
    • Project Understanding, Innovation, and Approach (required)

      Contractors shall demonstrate their understanding of the requirements and proposed methods for delivering the services. Proposals shall include:

      • Detailed strategy for mosquito larvae and adult surveillance, inspection, and control, including chemical, biological, and physical control methods.
      • Approach for public education, complaint intake, complaint response time and complaint resolution.
      • Methods for expanded arboviral surveillance (including Zika) and emergency post-disaster mosquito abatement operations.
      • A comprehensive disaster response plan, outlining procedures for maintaining or restoring mosquito control operations following natural or man-made disasters, including but not limited to staffing, equipment deployment, communication protocols, and coordination with County representatives.
      • Demonstrated understanding of local environmental conditions and mosquito control challenges within Clay County.
      • Identification of innovations or improvements to standard mosquito control practices that enhance efficiency, effectiveness, or responsiveness.
    • References (required)

      Provide three (3) references for which the Contractor has performed services within the past five (5) years that are similar to the requirements outlined in this RFP.

      For each reference, the following information is required:

      • Name of entity/agency
      • Summary of services provided
      • Timeframe of performance
      • Cost of services provided
      • Point of contact (name, title, email, and phone number)

      References will be evaluated based on their responsiveness, satisfaction with services, and the success of past projects.

    • Equipment (required)

      Contractor shall provide:

      • List and description of equipment for routine mosquito control operations.
      • Major equipment for special events, emergency response, and expanded Arboviral surveillance.
    • Local Preference (required)

      Bidder affirms that it is a local business as defined below and in accordance with the following: Resolution No. 2018/2019-2 adopted by the Clay County Board of Commissioners.

      Local Business Definition:

      (A) a person or business entity which maintains a permanent place of business with full-time employees within Clay County for a minimum of twelve months prior to the date Bids or quotes were received for the purchase or contract at issue, which provides from such permanent place of business the kinds of goods or services solicited, and which at the time of the solicitation submits the Local Business Affidavit of Eligibility; or

      (B) a person or business entity which utilizes for at least 40% of the solicited work local Clay County sub-contractors or suppliers, meaning sub-contractors or suppliers which maintain a permanent place of business with full-time employees within Clay County for a minimum of twelve months prior to the date Bids or quotes were received for the purchase or contract at issue, provide from such permanent place of business the kinds of goods or services solicited, and at the time of the solicitation submit the Local Business Affidavit of Eligibility.

      The authorized purchasing authority of Clay County shall have the sole discretion to determine if a person or business entity meets the definition of Local Business. Such decision shall not be disputed nor protested.

      The Board of County Commissioners reserves the right to award Bids/quotes/proposals which would be in the best interest of the County or reject any and all Bids/quotes/proposals. As such, the County reserves the exclusive right to compare, contrast and otherwise evaluate the qualifications, character, responsibility and financial qualifications of all persons, firms, partnerships, companies or corporations submitting Bids or quotes in any procurement for goods and services when making an award in the best interests of the County.

      Resolution No. 2018/2019-2 can be found at: https://www.claycountygov.com/government/purchasing/vendor-information 

      Please choose one of the following to verify Local preference eligibility:

    • Local Preference

      If you selected (A) or (B) in the question above, please download the below documents, complete, and upload.

    • Previous Experience with Similar Projects (required)

      Respondents shall provide evidence of experience related to the Scope of Services requested with a minimum of three (3) years’ experience.

    • Project Understanding, Innovation, and Approach (required)

      Respondents approach to accomplishing the project goals including recommended methods for engaging the Board of County Commissioners and staff.

    • Qualifications of Respondent and Personnel Assigned to Project (required)

      Qualifications of the Respondent and Personnel Assigned to Project

    • Availability of Respondent and Personnel Assigned to Project (required)

      Provide the current and projected availability of key personnel that will be assigned to this project.

    • References (required)

      Respondent shall provide three (3) separate and verifiable clients, other than Clay County, for which work similar to that specified in this solicitation has been performed. These references should be available to be contacted during normal working hours.

    • Pricing / Fee Schedule / Proposal of Fees (required)

      Provide a fee schedule for services to be performed based upon the scope inclusive of all expenses.

    • County Price Proposal (required)

      Please download the attached Price Proposal sheet, fill it out, and upload.

    • Project Schedule (required)
    • Equipment (required)

      Provide a list of equipment.

    • Local Preference (required)

      Bidder affirms that it is a local business as defined below and in accordance with the following: Resolution No. 2018/2019-2 adopted by the Clay County Board of Commissioners.

      Local Business Definition:

      (A) a person or business entity which maintains a permanent place of business with full-time employees within Clay County for a minimum of twelve months prior to the date Bids or quotes were received for the purchase or contract at issue, which provides from such permanent place of business the kinds of goods or services solicited, and which at the time of the solicitation submits the Local Business Affidavit of Eligibility; or

      (B) a person or business entity which utilizes for at least 40% of the solicited work local Clay County sub-contractors or suppliers, meaning sub-contractors or suppliers which maintain a permanent place of business with full-time employees within Clay County for a minimum of twelve months prior to the date Bids or quotes were received for the purchase or contract at issue, provide from such permanent place of business the kinds of goods or services solicited, and at the time of the solicitation submit the Local Business Affidavit of Eligibility.

      The authorized purchasing authority of Clay County shall have the sole discretion to determine if a person or business entity meets the definition of Local Business. Such decision shall not be disputed nor protested.

      The Board of County Commissioners reserves the right to award Bids/quotes/proposals which would be in the best interest of the County or reject any and all Bids/quotes/proposals. As such, the County reserves the exclusive right to compare, contrast and otherwise evaluate the qualifications, character, responsibility and financial qualifications of all persons, firms, partnerships, companies or corporations submitting Bids or quotes in any procurement for goods and services when making an award in the best interests of the County.

      Resolution No. 2018/2019-2 can be found at: https://www.claycountygov.com/government/purchasing/vendor-information 

      Please choose one of the following to verify Local preference eligibility:

    • Local Preference

      If you selected (A) or (B) in the question above, please download the below documents, complete, and upload.

    • Evaluation Criteria (required)

      Please Select Which Evaluation Criteria to utilize.

    • Insurance Requirements (required)

      Have you verified if there will be additional insurance coverage requirements for this solicitation?

      If you answer Yes, please make sure to review / update / change the Insurance requirements listed in the Instructions to Bidders Section.

    • Bid Bond / Cashier Check / Certified Check (required)

      Will this Bid require a 5% Bid Bond / Cashier Check / Certified Check?

    • License / Certification List (required)

      Will License/Certification List be required for this Bid?

    • Will this RFB be Funded through a Grant or Federal Funds? (required)

      Examples: ARPA, CDBG, FEMA , etc...

      IF THIS BID IS FEDERALLY FUNDED, PLEASE CHOOSE THE APPLICABLE DOCUMENTS AND SELECT "YES".

    • FDOT (required)

      Is this Bid an FDOT Project?

    • Davis Bacon (required)

      Will this Bid require the Davis Bacon Rate Wages?

    • County Price Proposal Sheet (required)

      Will you be creating a Price Proposal Document for the Bidder to complete and upload? (Not using Price Section in OpenGov)

    • Warranty (required)

      Will this Bid require a Warranty Form?

    • Warranty (required)

      Will this RFB require a County Warranty Form?

    Questions & Answers

    Q (Deadline Extension): I noticed the project shows a release date of April 9th and due date of April 30th. However, it was not posted until April 17th at 4:18pm. Is there a plan to extend the deadline by 8 days since the bid was not available until the 17th? Thank you!

    A: The County intends to issue an Addendum extending the dates.


    Key dates

    1. April 9, 2026Published
    2. May 7, 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.