Active SLED Opportunity · FLORIDA · ORANGE COUNTY, FLORIDA
AI Summary
Orange County seeks bids for replacing a commercial generator and tank at its Health Department. The project includes construction on an occupied site with an estimated cost of $234,000. Bids are due May 5, 2026, and must be submitted electronically via OpenGov.
NOTICE IS HEREBY GIVEN that Orange County, Florida, henceforth referred to as the County is accepting sealed bids for ORANGE COUNTY HEALTH DEPARTMENT GENERATOR AND TANK REPLACEMENT (Y26-737)
Sealed offers for furnishing the above will be accepted up to 4:00 pm EST on Tuesday, May 5, 2026.
The Estimated Cost for this project is $234,000.00
NOTE: Respondents are required to submit responses electronically via the OpenGov e-Procurement Platform. Respondents shall not be permitted to hand-deliver, mail, telephone, fax or email offers.
Responses received after the submission deadline and/or transmitted outside of the designated OpenGov e-Procurement Platform shall be rejected.
Important Instructions for Electronic Submittal
The County is ONLY accepting electronic bid submissions using the OpenGov e-Procurement Platform. Respondents shall create a FREE account with OpenGov by signing up at https://procurement.opengov.com/login Once you have completed account registration, browse back to this page, click on "Submit Response", and follow the instructions to submit the electronic bid.
It is the respondent's responsibility to ensure they commence their upload efforts timely to meet the submission deadline. The County shall not be responsible for delays caused by any occurrence, including the respondent's network delays, bandwidth issues, internet outages, or technical difficulties.
OpenGov Technical Support
For Technical Support, respondent's can reach the OpenGov Service Desk:
Chat (preferred): Click the button in the lower right hand corner of the portal
Email: procurement-support@opengov.com
Phone: 1 (650) 336-7167
Hours: Mon-Fri 7am - 10pm EST
Timely Questions Regarding this Solicitation
The question and answer module of OpenGov IS being utilized for this solicitation. Timely questions concerning this solicitation shall be submitted in accordance with the deadline for questions: TBD at NO VALUE EST. Respondents are instructed not to contact the initiating division directly.
Consideration for modification or alteration of the documents contained in this solicitation shall be requested during the specified question period, before the applicable deadline. No oral interpretation of the meaning of the plans, specifications, or other Contract documents shall be considered binding. The County shall be bound by information and statements only when such statements are written and executed under the authority of the Manager, Procurement Division.
Answers for timely questions will be addressed in the OpenGov question and answer module or as an addenda to this solicitation depending on volume, participants are encouraged to subscribe as a follower and monitor all notifications. Beyond questions and answers, any and all modifications, clarifications, interpretations and supplemental instructions will be in the form of a written addendum which, if issued, will be available for download. All addenda and questions/answers so issued shall become part of the Contract Documents and receipt shall be acknowledged as specified herein.
This provision exists solely for the convenience and administrative efficiency of Orange County. No respondent or other third party gains any rights by virtue of this provision or the application thereof, nor shall any respondent or third party have any standing to sue or cause of action arising there from.
Untimely questions are unable to be submitted in the question and answer module, thereafter respondents raising critical concerns must email elia.batista@ocfl.net. Critical clarifications may be made via addenda, however, untimely questions may not be considered.
Orange County exercises the rights and privileges conveyed to it by the State of Florida, and the Orange County Charter. It presently operates with an elected chief executive officer, Orange County Mayor, and six elected district commissioners, who together comprise the Board of County Commissioners.
Procurement is an essential function of the County, affecting all operational departments, ongoing projects and future initiatives. The Procurement Division is divided into three (3) Sections, the “Buying Section”, the “Purchasing Section” and the “Contracts Section”.
The Orange County Procurement Division operates under the leadership of Carrie Mathes, MPA, NIGP-CPP, CFCM, CPPO, CPPB as Procurement Division Manager and Chief Procurement Official in accordance with the Orange County Ordinance.
| Event | Date | Location |
|---|---|---|
| Site Visit | 2026-04-30T14:35:00.000Z | Health Department, 832 W. Central Blvd, Orlando, Florida 32805 |
April 8, 2026
BOARD OF COUNTY COMMISSIONERS
ORANGE COUNTY, FLORIDA
Addendum No. 1
Invitation for Bids Y26-737
Health Department Generator Replacement
Due Date for Receipt of Bids is changed to: May 5, 2026
Pre-Bid Meeting date is changed to: April 30, 2026
This Addendum is hereby incorporated into the bid documents of the project referenced above. The following items are clarifications, corrections, additions, deletions and/or revisions to and shall take precedence over the original documents. Additions are indicated by underlining and deletions via strikethrough.
1.The date for receipt of bids is hereby changed to May 5, 2026 - 4:00PM
2. The date for the pre-bid meeting is hereby changed to April 30, 2026 - 10:30 AM - same location
3. All other terms and conditions of this solicitation remain the same.
ACKNOWLEDGEMENT OF ADDENDA
___________________________
Authorized Signature
_______________Date
_____________________________
Title
_____________________________
Name of Firm
Please use the See What Changed link to view all the changes made by this addendum.
Check references and provide results of reference checks using the comment boxes.
If a Firm, beyond the low three (3), is NOT being evaluated, indicate "Pass" and type "Not Evaluated" in the comments.
Provide an assessment of price reasonableness.
If a Firm, beyond the low three (3), is NOT being evaluated, indicate "Pass" and type "Not Evaluated" in the comments.
I have no conflict of interest in the evaluation of these materials.
Please download the below documents, complete, and upload.
Respondent shall supply (with the bid form) a list of at least three (3) similar projects successfully completed by the Respondent, as a Prime Contractor or Sub-Contractor within the last ten (10) years, immediately preceding the due date of bid submittal in response to this Invitation for Bids.
Failure to provide this information may be cause for rejection of the bid.
For the purposes of the Invitation for Bids, a similar project is described as follows:
A non-residential project with a renovation or new construction, with a minimum cost of no less than $100,000.00, containing the following elements:
• Installation of new commercial grade generator
• Minimum of 100kw
• Performed on an existing occupied site
Each similar project listed shall be listed with complete information as specifically provided on County’s provided reference form. The specific information on references must be provided on the reference form. Do not attach listings of reference information.
All Respondents shall submit the requisite number of similar projects. Each such project must be verified by the county in order to be deemed responsible under this “references” section. Failure to provide reference information as requested may result in the rejection of your bid.
RESPONDENTS ARE ADVISED TO CONFIRM THAT:
a. Each reference provided by the Respondent has up to date contact persons and contact information;
b. The contact person provided for each reference is someone who has personal knowledge of the Respondent’s performance during the referenced project; and
c. The contact person for each reference has been contacted by the Respondent regarding this specific bid submittal and such person confirmed their willingness to serve as a reference.
THE COUNTY WILL CONTACT THE REFERENCES PROVIDED AND WILL REJECT ANY AND ALL REFERENCES FOR SIMILAR PROJECTS THAT IT IS UNABLE TO INDEPENDENTLY VERIFY.
Notwithstanding anything to the contrary herein, without assuming any obligation to do so, the County reserves the right to follow up with – at minimum – the three (3) lowest Respondents for supplemental submission of references/similar projects. Any such opportunity to supplement or correct granted to a respondent by the County under this provision shall expire at 11:59pm county local time on the second full county business day after the day on which such respondent received the County’s request for supplementation. There will be no additional time or consideration granted by the County thereafter.
Respondents found responsible under this “REFERENCES” section may still ultimately be deemed to be not responsible by the County due to other considerations including, but not limited to, other information provided in the Respondent’s bid submittal, as well as any history the Respondent may have of negative performance on previous County project(s). ULTIMATELY, THE DETERMINATION OF WHETHER A RESPONDENT IS DEEMED RESPONSIBLE SHALL BE AT THE SOLE DISCRETION OF THE COUNTY.
Negative feedback from references may result in offer being found non-responsible.
Respondents are encouraged to provide references beyond the minimum requested references in support of demonstration qualification.
The County is seeking to purchase the following units as owner direct. Please attach supplier quotations for the following equipment:
Additional specifications are located in the #Scope of Services / Specifications and #Solicitation Documents
If awarded this construction contract, the Respondent agrees to complete the work covered by this Contract as follows:
In accordance with #Solicitation Terms and Conditions, Respondent shall upload copies of all applicable licenses and certifications required to lawfully perform the proposed work.
Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding. Failure to provide complete contract compliance documentation may result in disqualification.
Please download the below documents, complete, and upload.
The respondent nor any other person, firm or corporation nor anyone else to the knowledge of the undersigned, have themselves solicited or employed anyone else to solicit favorable action for this solicitation by the County, also that no head of any department or employee therein, or any officer of Orange County, Florida is directly interested therein.
This offer is genuine and not collusive or a sham; the respondent has not colluded, conspired, connived or agreed directly or indirectly with any other respondent, person, firm or corporation, to put in a sham offer, or compel such other person, firm or corporation, to refrain from making an offer.
The Respondent has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference with any person, firm or corporation, to fix the prices of this offer or the offer of any other respondent.
Respondent certifies the firm has implemented a drug free workplace program which complies with Florida Statute 287.087and the Orange County Ordinance Sec. 17-310. Failure to confirm shall deem this offer non-responsive.
The Respondent acknowledges the use of the E-Verify system for newly hired employees is an ongoing obligation for so long as the contractor provides labor under the contract and that the workforce eligibility of all newly hired employees will be properly verified using the E-Verify system.
In accordance with Section 837.06, Florida Statutes, Contractor acknowledges that whoever knowingly makes a false statement in writing with the intent to mislead a public servant in the performance of his or her official duties shall be guilty of a misdemeanor in the second degree, punishable as provided in Section 775.082 or Section 775.083, Florida Statutes.
In addition, the respondent certifies the contractor:
(SELECT ONE)
Respondent shall disclose all material facts pertaining to potential conflicts of interest due to any other clients, contracts, or property interest for this project.
Select "No" for no conflicts of interest
Select "Yes" to disclose potential conflicts of interest
| Note: Respondents indicating "Yes" will be required to submit additional documentation as part of this response. Failure to provide documentation of a possible conflict of interest may result in disqualification. |
The respondent, by attachment to this response, shall submit all information which may be a potential conflict of interest due to other clients, contracts, or property interest for this project.
The statement may be in the form of a memo, table or narrative format in Portable Document Format (pdf).
Respondent shall disclose all material facts pertaining to any felony indictments or convictions in the last ten (10) years, or any pending felony charges, anywhere in the United States, against: 1) Respondent, 2) any business entity related to or affiliated with Respondent, or 3) any present or former executive employee, senior management, key employee, officer, director, stockholder, partner or owner of Respondent or of any such related or affiliated entity. This Disclosure shall not apply to any person or entity who is, or was, solely a stockholder, owning less than 5% of the outstanding shares of a Respondent whose stock is publicly owned and traded.
Select "No" to indicate no felony convictions and/or charges during the time period specified above.
Select "Yes" to disclose felony convictions and/or charges
| Note: Respondents indicating "Yes" will be required to submit additional documentation as part of this response. Failure to provide documentation of felony convictions and/or charges may result in disqualification. |
The respondent, by attachment to this response, submits a summary of all material facts pertaining to any felony indictments or convictions or any pending felony charges, anywhere in the United States during the last ten (10) years.
The statement may be in the form of a memo, table or narrative format in Portable Document Format (pdf).
Respondent shall disclose a summary of past litigation and/or judgments entered against it by any local, state or federal entities for the past ten (10) years. Additionally, the Respondent shall disclose any litigation and/or judgments entered against such entities for the same time period.
Select "No" to indicate no Local, State or Federal entity litigation during the time period specified above.
Select "Yes" to disclose Local, State or Federal Entity Litigation
| Note: Respondents indicating "Yes" will be required to submit additional documentation as part of this response. Failure to provide documentation of Local, State or Federal entity litigation may result in disqualification. |
The respondent, by attachment to this response, submits a summary and disposition of individual cases of litigation and/or judgments entered by or against any local, state or federal entity, by any state or federal court, during the last ten (10) years.
The statement may be in the form of a memo, table or narrative format in Portable Document Format (pdf).
Respondent shall disclose all material facts pertaining to any civil citations, infractions, or convictions for any reason, or any civil litigation, administrative proceeding, or notice of default during the last ten (10) years, anywhere in the United States, in which Respondent or any business controlled by or affiliated with Respondent is, or was, a party.
Select "No" to indicate no civil convictions or civil litigation during the time period specified above.
Select "Yes" to disclose civil convictions or civil litigation.
| Note: Respondents indicating "Yes" will be required to submit additional documentation as part of this response. Failure to provide documentation of civil convictions or civil litigation may result in disqualification. |
The respondent, by attachment to this response, submits a summary and disposition of civil convictions and/or civil litigation during the last ten (10) years.
The statement may be in the form of a memo, table or narrative format in Portable Document Format (pdf).
In accordance with #Solicitation Terms and Conditions, Respondent shall confirm they do not engage in or permit the use of coercion for labor or services as defined in Section 787.06(2), Florida Statutes.
By submitting an offer in response to this solicitation, the respondent acknowledges that, if recommended for award, the timely execution of a Human Trafficking Affidavit is a condition of the contract.
Failure to confirm shall deem the offer non-responsive.
If none of the below are applicable leave this area blank
Upload the following forms only if applicable:
Upload Applicable Items.
Respondents indicating "BID BOND" below shall utilize the "Electronic Bid Bond" section of this portal to submit their documentation.
Failure to provide a valid surety instrument shall result in disqualification.
The required Bid Bond Template is provided on the County's Forms and Resources website (https://www.ocfl.net/vfr).
Respondents are cautioned to refrain from editing the Bid Bond Template structure and requirements, any such deviations may result in rejection of the bid at the County’s sole discretion.
For additional information see: #Bond Requirements and #Submittal Instructions & Solicitation Terms .
Use this feature to upload requirements:
Note: Offers exceeding $100,000 are required to comply with this requirement, failure to submit a bid bond shall deem the offer non-responsive.
If offer is less than $100,000 you may leave this area blank
All Respondents are required to meet the following requirements A and/or B:
The Contract and Sub-Contract Goal Participation Schedule and Good Faith Effort Form can be found at on the County's Forms and Resources website (https://www.ocfl.net/vfr).
Note: Effective August 11, 2020, the Board of County Commissioners approved a change to the M/WBE Ordinance, removing the sliding scale from all construction formal solicitation opportunities.
By submission of a bid I am confirming the following:
Provide a schedule of all sub-contractors anticipated to be engaged in this procurement.
Complete and upload the following:
Schedule of Sub-Contracting and Location
The Schedule of Sub-Contracting and Location can be found at on the County's Forms and Resources website (https://www.ocfl.net/vfr).
2 CFR §200.321 (or 45 C.F.R. §75.330 for Health and Human Services funds) mandates that the Prime Contractor partakes in five “affirmative steps” designed to ensure that small and minority-owned, women-owned business enterprises, and labor surplus area firms have been, and for the duration of the project continue to be, afforded subcontracting opportunities.
Complete and upload the following:
Affidavit of Compliance with 2 CFR §200.321 Requirements
Schedule of Sub-Contracting and Location
These forms can be found at on the County's Forms and Resources website (https://www.ocfl.net/vfr).
The following certification and disclosure regarding payments to influence certain federal transactions are required to be made per the provisions contained in 31 U.S.C 1352, the “Byrd Anti-Lobbying Amendment.”
Complete and upload the following:
The Certification Regarding Lobbying for Contracts, Grants, Loans, and Cooperative Agreements.
This form can be found at on the County's Forms and Resources website (https://www.ocfl.net/vfr).
This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989) at 2 C.F.R. Part 180.
Complete and upload the following:
Federal Debarment Certification Form
This form can be found at on the County's Forms and Resources website (https://www.ocfl.net/vfr).
By checking this box, the respondent acknowledges receipt of the applicable U.S. Department of Labor wage determination(s) included in this solicitation and confirms understanding of, and intent to comply with, all requirements of the Davis–Bacon Act. The proposer further certifies that all covered workers will be paid not less than the prevailing wages and fringe benefits as determined by the U.S. Department of Labor, and that certified payroll records will be maintained and submitted as required.
Respondent confirms that a representative of the firm was present at the Mandatory Pre-Bid Conference and signed in to the meeting, as required to document attendance.
The Bidder acknowledges and agrees that the mobilization fee shall not exceed any caps prescribed in the fee schedule. In the event of a miscalculation or submission of a mobilization line item exceeding this percentage, it is understood and agreed that the mobilization fee shall be capped as prescribed. The bidder acknowledges that the County will adjust the bid accordingly to reflect any prescribed caps, and the adjusted amount shall be used for purposes of evaluation, award and administration. This adjustment shall be made without further action or consent from the Bidder.
Respondent acknowledges that they are solely responsible for reviewing the latest questions and answer, notices and addenda associated with this procurement process. Failure to consider key information and changes within your submission may result in your offer being deemed non-responsive if key data or forms are omitted.
Respondent acknowledges that they are solely responsible for reviewing their submission to ensure all files and attached documents uploaded are uncorrupted. Failure to perform quality assurance on this submission may result in the offer being deemed non-responsive if key data is omitted or inaccessible.
As part of this bid submittal the County is seeking pricing on bid additives and/or deductive. To this end, you are instructed as follows:
Complete all required
Provide 3-5 sentences about the objective of this procurement. Use proper grammar and formatting before copying and pasting here.
IF APPLICABLE ONLY enter a statement concerning the estimated cost. Enter this in sentence format!
( e.g. "The Estimated Cost for this project is $465,000.00.")
IF NOT APPLICABLE - ENTER A DASH ONLY ( e.g. "-")
Consult with Supervisors before allowing mandatoryconferences.
Substantially complete in ______ calendar days from date of Official Notice to Proceed.
Enter number of days in wordsand numbersbelow (lowercase):
i.e. one hundred and eighty (180)
Final completion in ______ consecutive calendar days from date of Official Notice to Proceed.
Enter number of days in wordsandnumbersbelow (lowercase):
i.e. two hundred and ten (210)
This question pertains to Orange County permits only. Permits from outside agencies are not required to be itemized.
Is the County seeking to make Owner Direct Purchases through this contract?
Select special terms and conditions to be included in your draft. These can be modified or deleted in editing later.
Default for this is "No". Consult with your supervisor before considering reciprocal preference.
Is Federal Funding a consideration of this Procurement?
Carefully consider both funding sources and pass-through sources when answering.
Orange County is/may be receiving federal funding through ________________________for the services solicited herein.
SELECT ONE BELOW:
The Business Development Division has established the Minority and Women Owned Business Enterprise Goal at the following percentage:
Enter using this format:
Y0-0000, Title of my Pre-Qualification Solicitation
Respondent shall supply a list of at least
Indicate if the references must be for Prime Contractor work onlyor if references are allowable for work as both a Prime Contractor and a Sub-Contractor.
References shall be within the last ___ years, immediately preceding the due date of bid submittal.
The following insurance coverages are included by Default
Do not include a "$", enter only the numeric value.
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
AI-powered intelligence for the right opportunities, the right leads, and the right time.