Active SLED Opportunity · CALIFORNIA · PALM DESERT OPERATIONS & MAINTENANCE

    On-Call Electrical Services

    Issued by Palm Desert Operations & Maintenance
    cityRFPPalm Desert Operations & MaintenanceSol. 250425
    Open · 5d remaining
    DAYS TO CLOSE
    5
    due Apr 28, 2026
    PUBLISHED
    Apr 16, 2026
    Posting date
    JURISDICTION
    Palm Desert
    city
    NAICS CODE
    238210
    AI-classified industry

    AI Summary

    The City of Palm Desert requests proposals for a 3-year on-call electrical services contract to support maintenance at city facilities, including troubleshooting, repairs, and lighting retrofits. Proposals are due April 28, 2026.

    Opportunity details

    Solicitation No.
    250425
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    April 16, 2026
    Due Date
    April 28, 2026
    NAICS Code
    238210AI guide
    Agency
    Palm Desert Operations & Maintenance

    Description

    The City of Palm Desert (“City”) is requesting proposals from qualified firms (“Proposers”) for On-Call Electrical Services (“Services”) to establish a 3-year Maintenance Services Agreement ("Agreement").

    To serve and promote the welfare of its residents, the City intends to procure the Services, as described below.

    The City contracts for on-call electrical services to support various needs at City-owned facilities on an as-needed basis.

    Background

    The City is a charter city in the State of California. The City is a thriving community of approximately 50,000 full-time and 32,000 seasonal residents. It is located in the Coachella Valley in eastern Riverside County, part of the low desert region of Southern California. The City features big-city resources in a friendly, small-town setting, offering first class educational opportunities, safe and clean streets, as well as plentiful shopping and community events. Palm Desert is considered the geographical, educational and retail center of the Coachella Valley.

    Incorporated in 1973, the City operates under a council-manager form of government with a five-member City Council elected by district. Each council member represents one of five single member districts and serves a four-year term. The City Council meets on the second and fourth Thursdays of the month at Palm Desert City Hall, 73-510 Fred Waring Drive.

    Project Details

    • Reference ID: 2026-RFP-014
    • Department: PW - Operations & Maintenance
    • Department Head: Randy Chavez (Director of Public Works)

    Important Dates

    • Questions Due: 2026-04-21T00:00:00.000Z
    • Answers Posted By: 2026-04-24T21:00:00.000Z

    Evaluation Criteria

    • Clarity and conformance of proposal to the RFP (15 pts)

      Evaluation of the overall responsiveness of the proposal.

      • Completeness and organization of the proposal
      • Adherence to required format and instructions
      • Inclusion of all required documentation
    • Firm Qualifications and Experience (20 pts)

      Evaluation of the Proposer’s overall experience, qualifications, and demonstrated ability to perform on-call electrical services.

      • Experience providing on-call electrical services of similar size and scope
      • Experience with public agencies or municipal environments
      • Demonstrated expertise in:
        • Electrical troubleshooting and repairs
        • Panel upgrades and breaker replacement
        • Lighting retrofits (LED conversions)
        • Conduit installation and repair
      • Valid licenses and certifications
      • Stability and years in business
    • Key Personnel and Staffing (15 pts)

      Evaluation of the qualifications and capacity of personnel assigned to the contract.

      • Qualifications, certifications, and experience of key personnel
      • Clearly defined roles and responsibilities
      • Adequacy of staffing levels
      • Ability to support multiple or concurrent service requests
    • Service Availability and Response (15 pts)

      Evaluation of the Proposer’s ability to meet required service levels and respond in a timely manner.

      • Ability to provide:
        • 24/7 emergency service
        • Two (2) hour emergency response
        • Forty-eight (48) hour standard response
      • Dispatch procedures and communication protocols
      • On-call staffing and scheduling approach
      • Proximity and ability to mobilize quickly
      • Approach to handling multiple or simultaneous service requests
    • Technical Approach and Service Methodology (15 pts)

      Evaluation of the Proposer’s understanding of the Scope of Services and ability to deliver high-quality electrical services.

      • Approach to delivering on-call and as-needed services
      • Procedures for troubleshooting and diagnosing electrical issues
      • Approach to repairs, replacements, and installations
      • Experience with LED conversions, panel upgrades, and conduit work
      • Quality control measures
      • Safety practices and compliance with applicable codes and regulations
    • Pricing Proposal (20 pts)

      Evaluation of the Proposer's cost competitiveness and clarity of pricing.

    Submission Requirements

    • Proposal Submission Requirements (required)

      Proposers shall submit one (1) complete proposal that includes all required components outlined in this section.  The proposal shall be organized in the order presented below and clearly labeled with section headings.

      Failure to submit a complete proposal or to follow the required format may result in the proposal being deemed non-responsive.

      Section 1: Cover Letter

      • Firm name and address
      • Primary contact (name, title, phone, email)
      • Brief introduction of the firm and summarize the firm's general qualifications
      • Include an executive summary of the specific approach which will be used to deliver the work scope
      • Identify the individual(s) name, title, address, phone, and email authorized to negotiate agreement terms and compensation.

      Section 2: Firm Qualifications and Experience

      • Firm overview and the years in business
      • Experience providing similar service as described in this RFP
      • Relevant project experience (preferably municipal)
      • Include copies of licenses and certifications

      Section 3: Key Personnel and Staffing 

      • Prove the number of staff to be assigned to perform the services include names, discipline, job title of each.
      • Identify key persons that will be principally responsible for working with the City. Indicate the role and responsibility of each individual.
      • Discuss firm's capacity to provide additional personnel as needed.
      • Describe proposed team organization, including identification and responsibilities of key personnel
      • Submit resumes of all key personnel and support staff that will produce work for the services described.  Include qualifications and professional licensing.

      Section 4: Technical Approach, Service Methodology, and Availability

      • Discuss approach to delivering on-call and as-needed services
      • Procedures for troubleshooting and diagnosing electrical issues
      • Approach to repairs, replacements, and installations
      • Experience with LED conversions, panel upgrades, and conduit work
      • Approach to small-scale lighting design
      • Quality control practices
      • Safety procedures and compliance with applicable codes.

      Section 5: Service Availability and Response Plan

      • Dispatch procedures and communication protocols
      • Ability to meet required response times:
        • 24/7 emergency service
        • Two (2) hour emergency response
        • Forty-eight (48) hour standard response
      • Staffing and availability
    • References and Past Experience (required)

      Provide three (3) references of recently completed projects similar in scope and function to this RFP

      • Include:
        • Client name
        • Describe the project
        • Contract amount
        • Term of the contract
        • Contact name, title, telephone, and email address 
    • Fee Proposal (required)

      Please provide a lump-sum, not-to-exceed fee proposal for the scope of Services. The fee proposal shall include hourly rates for all personnel for “Additional Work” (as such term is defined in the proposed Agreement attached herein).

    • Bid Guarantee (required)

      IF SUBMITTING AN ORIGINAL BID BOND: Please download the Bid Bond Form under #Attachments, and Mail or hand deliver in a sealed and labeled envelope including the Project Number, Project Title, and Project Due Date visible on the outside of the envelope to the City Clerk's Office located at 73-510 Fred Waring Drive, Palm Desert, CA 92260 before the bid submittal deadline.

      IF SUBMITTING CASH OR CASHIER'S CHECK: Mail or hand deliver in a sealed and labeled envelope including the Project Number, Project Title, and Project Due Date visible on the outside of the envelope to the City Clerk's Office located at 73-510 Fred Waring Drive, Palm Desert, CA 92260 before the bid submittal deadline.

      IF SUBMITTING AN E-BID BOND: follow E-Bid Bond instructions.

    • E-Bid Bond

      Please enter your Bid Bond information from Surety2000 below ONLY IF YOU ARE NOT SUBMITTING A HARD COPY BID BOND, CASH, OR CASHIER'S CHECK.

    • Non-Collusion Declaration (required)

      The undersigned declares:

      I am an authorized representative of my company, the party making the foregoing Proposal, to certify the following.

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

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

      I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct.

    • Iran Contracting Act Certification (required)

      (Public Contract Code section 2200 et seq.)

      As required by California Public Contract Code Section 2204, the Contractor certifies subject to penalty for perjury that the option selected below relating to the Contractor’s status in regard to the Iran Contracting Act of 2010 (Public Contract Code Section 2200 et seq.) is true and correct.

      Note: In accordance with Public Contract Code Section 2205, false certification of this form shall be reported to the California Attorney General and may result in civil penalties equal to the greater of $250,000 or twice the Contract amount, termination of the Contract and/or ineligibility to bid on contracts for three years.

    • Enter your valid CA Contractors State License Board (CSLB) number (required)

      Please enter your License Number here. This will be verified against the state database.

    • Enter your California Department of Industrial Relations (DIR) Registration number (required)

      Please enter your Public Works Contractor DIR Number. This will be verified against the state database.

    • SAM.gov (required)

      Please enter your legal entity name for SAM.gov verification.

    • Type of Business (required)
    • Litigation (required)

      Provide litigation history for any claims filed by your firm or against your firm related to the provision of Services in the last five (5) years (or type "N/A").

    • Changes to Agreement (required)

      The City standard Maintenance Services Agreement contract is included as an attachment herein. The Proposer shall identify any objections to and/or request changes to the standard contract language in this section of the proposal (or type "N/A"). If you are identifying changes here ALSO upload a copy of the redlined Language/Agreement with your Proposal. Changes requested may effect theCity's decision to enter into an Agreement.

    • No Deviations from the RFP (required)

      In submitting a proposal in response to this RFP, Proposer is certifying that it takes no exceptions to this RFP including, but not limited to, the Agreement. If any exceptions are taken, such exceptions must be clearly noted here, and may be reason for rejection of the proposal. As such, Proposer is directed to carefully review the proposed Agreement and, in particular, the insurance and indemnification provisions therein (or type "N/A").

    • List the Signatory(s) Authorized to Sign and Bind an Agreement. (required)

      (If two (2) signatures are required, include the following information for both signatories)

      1. Full Name
      2. Title
      3. Physical Business Address
      4. Email Address
      5. Phone Number

      Corporation (C-Corp): Requires two signatures from authorized officers— one from President or Vice President, and the other from the Secretary or Treasurer.  

      An alternate signatory may be used if authorized by a Notarized Corporate Resolution or Article of Authority.

      LLC: Usually requires one signature from an authorized member or manager. For significant contracts (e.g., over $50,000 for construction or over $25,000 for service agreements), additional approvals or signatures may be required.

      Sole Proprietorship, Non-Profit, Single LLC: Only the one signature is necessary.

    • Certification of Proposal: The undersigned hereby submits its proposal and, by doing so, agrees to furnish services in accordance with the Request for Proposal (RFP), and to be bound by the terms and conditions of the RFP. (required)
    • What is the Project Number? (required)

      If not required, type "N/A"

    • Agency (required)

      What agency is this for?

    • Agency Awarding Body (required)
    • Select the appropriate Agency abbreviation/acronym. (required)
    • Insert brief Project Description (required)
    • Is this a prevailing wage project? (required)

      Select YES for any "Public Works" project estimated to exceed $15,000.00 (maintenance).

    • Will this project require DIR Registration (required)
    • Will a CA Contractor's State License be required? (required)
    • If a CA Contractor's State License IS required, enter the license classification requirement here.

      ex.) Class A, General Engineering

    • Is a Bid Bond required? (required)
    • Insert Agreement Name (required)
    • Insert background information regarding need for services requested (required)
    • Is this project Federally funded? (required)
    • Pre- Proposal Meeting? (required)
    • Use electronic pricing tabulation? (required)

      If "NO" Proposers will be prompted to upload their own fee proposal.

    • Prices valid for how many days ? (required)

      Prices provided by Proposers in response to this RFP are valid for ____ days from the proposal due date.

    • Will this project exceed $1,000,000.00? (required)

      (this will determine the Iran Disclosure requirement for proposers)

    • Does this project require a City issued permit? (required)

      (ie, encroachment/building permits)

    • Select the appropriate Agency abbreviation/acronym (required)
    • What is your contract term? (required)
    • Is this procurement a purchase of an asset, or does it include services that affect City assets? (required)

    Key dates

    1. April 16, 2026Published
    2. April 28, 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.