SLED Opportunity · FLORIDA · CITY OF WINTER PARK
AI Summary
The City of Winter Park seeks proposals for an Outage Management System and field operations solutions to improve electric outage visibility, coordination, and communication. The project includes system integration, GIS and AMI integration, field mobility, and training.
The City’s Electric Utility is seeking proposals for an enterprise electric distribution Outage Management System (OMS) and related field operations solutions to support reliable electric service and efficient restoration activities. The goal of this project is to improve outage visibility, coordination between operations and field crews, system integration, and communication during outage events.
The selected solution should support outage tracking, outage management, field mobility, live outage tracing, GIS integration, AMI integration, outage mapping, system integrations, electric distribution system modeling, text notifications, and reporting, along with implementation, onsite training, and ongoing support. This project will be procured through a competitive process, and the City is interested in solutions that are proven, scalable, and well-suited for electric utility operations.
The Electric Utility is seeking to improve outage response, field coordination, and system visibility through an integrated OMS and field operations solution. The goal is to support efficient day-to-day operations and effective response during major outage events with a reliable, easy-to-use platform.
| Event | Date | Location |
|---|---|---|
| Selection Committee Meeting | 2026-04-14T17:30:00.000Z | City Hall - Chase Room 401 S Park Ave Winter Park, FL 32789 |
| Final Ranking Meeting | 2026-04-24T04:00:00.000Z | City Hall - Chapman Room 401 S Park Ave Winter Park, FL 32789 |
Respondents will be evaluated on their experience with projects of similar size, scope, and complexity, including the successful implementation of Outage Management Systems (OMS) for comparable utilities. Including experience with underground electric distribution systems, storm response and restoration performance, and the ability to effectively address project challenges.
Respondents are evaluated based on the qualifications and relevant experience of the key personnel and consultants proposed for the project. This includes relevant knowledge and experience on similar projects that will translate into the successful execution of the project.
Respondents are evaluated based on how relevant the projects are to this RFP.
Respondents will be evaluated on their understanding of the scope, project management approach, team organization, communication, and ability to deliver on schedule and within budget. This includes OMS capabilities such as outage detection and restoration, switching analysis, crew and workflow management, and overall system scalability, redundancy, and performance.
Respondents will be evaluated on the overall cost-effectiveness of their proposal to provide the required services. Pricing shall clearly identify software licensing, implementation, maintenance and support fees, and long-term ownership costs. Any proposed omissions from the scope of work must be fully disclosed and explained within the Proposal.
Respondents will be evaluated based on their ability to engage and respond effectively to the committee's questions and comments.
Respondents will be evaluated on their demonstrated understanding of the City’s operational needs and objectives, as well as their ability to integrate with existing utility systems. This includes compatibility with GIS platforms, SCADA/ADMS data ingestion, CIS, AMI, and IVR interfaces, and the ability to maintain data accuracy, synchronization, and minimal latency across systems.
Respondents will be evaluated on the clarity and effectiveness of their implementation approach, including defined project phases and timeline, required utility resources, data migration and validation processes, and support for testing, cutover, and go-live activities to ensure a successful deployment.
Respondents will be evaluated on their ability to provide comprehensive initial and ongoing training, a clearly defined support structure with appropriate coverage, escalation procedures, and response times, and a proactive approach to software updates, enhancements, and cybersecurity. This includes Respondent’s long-term product roadmap and commitment to sustaining, improving, and supporting the system throughout its lifecycle.
Please download the below documents, complete, and upload.
By confirming, I, the duly authorized representative/agent of the firm I am representing for this bid hereinafter referred to as Successful Respondent, by this Affidavit attest to the following:
The Successful Respondent acknowledges that Section 274A of the Immigration and Nationalization Act and other relevant provisions of law prohibit the employment of unauthorized aliens; that the U.S. Department of Homeland Security has established an E-Verify System that allows employers to verify employee eligibility in an efficient manner; and that the Office of the Governor of the State of Florida has issued Executive Order 11-116, encouraging public agencies not under the control of the Governor to include as a provision of contracts for the provision of goods or services a requirement that contractors and subcontractors utilize the E-Verify System to verify employee eligibility. Successful Respondent hereby affirms and agrees that Successful Respondent is in compliance and shall at all times comply with Section 274A of the Immigration and Nationalization Act and other provisions of law with respect to the hiring of unauthorized aliens. Successful Respondent shall verify the eligibility of its current and prospective employees utilizing the U.S. Department of Homeland Security’s E-Verify System during the term of this Agreement. Successful Respondent shall include in all contracts with subcontractors related to this Agreement a provision requiring the subcontractor to comply with Section 274A of the Immigration and Nationalization Act and other provisions of law with respect to the hiring of unauthorized aliens and to verify the employment eligibility of all the subcontractor’s current and prospective employees using the U.S. Department of Homeland Security’s E-Verify System. The Successful Respondent shall maintain records showing its compliance with the requirements of this paragraph, and shall provide copies of all such records to the City upon request. Failure to comply with any requirement of this paragraph shall constitute a breach of this Agreement for which the City may immediately terminate the Contract without penalty. In the event of such breach or termination, the Successful Respondent shall be liable to the City for any costs incurred by the City as a result of the breach.
IN ACCORDANCE WITH § 837.06, FLA. STAT., SUCCESSFUL RESPONDENT 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 DUTY SHALL BE GUILTY OF A MISDEMEANOR OF THE SECOND DEGREE, PUNISHABLE AS PROVIDED IN § 775.082 OR § 775.083, FLA. STAT.
Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.
Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.
Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.
By confirming, the Respondent, in accordance with Florida Statute 287.087 hereby certifies that the firm they are representing for this proposal does the following:
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.
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.
Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the Drug-Free statement.
Notify the employees that as a condition of working on the commodities or contractual services that are under bid, employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or no lo contendere to, any violation of Chapter 1893 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.
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.
Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.
As the person authorized to sign the statement, I certify that this business complies fully with the above requirements.
By confirming, the Successful Respondent agrees to comply with the Florida Public Records Acts to the fullest extent applicable, and shall, if this engagement is one for which services are provided by doing the following:
The parties agree that if the Successful Respondent fails to comply with a public records request, then the City must enforce the contract provisions in accordance with the contract and as required by Section 119.0701, Florida Statutes. Notwithstanding any other requirement herein stated, the Successful Respondent shall comply fully with the requirements of Florida Statutes 119.0701.
SECTION 1: REQUIREMENTS
The Respondent shall agree to the following:
1.1 Respondent shall perform a Level I (Past 5 years) FDLE Computerized Criminal History (CCH) (FDLE CCH Website) background check in accordance with all applicable state and local laws, on any assignee being assigned and prior to assignment with the City. All background checks shall be accomplished prior to any assignment or work taking place on City property. The cost of the background checks shall be borne by the Respondent.
1.2 If the Respondent has employed officials that have a current Level 2 Background Screening which was completed by a local government, school board, the Florida High School Activities Association, the Respondent agrees to provide a list of those officials to the City.
1.3 Respondent agrees to make its officials sign a sworn statement affirming that they have not pled guilty to or convicted of any of the crimes listed in Section 2: Prohibited Offenses, prior to any assignment. This information shall always be kept current. The Respondent shall be in complete compliance within thirty (30) days after award.
1.4 Respondent shall require its officials to report to the City immediately if they have been convicted of any of the crimes listed in Section 2: Prohibited Offenses. Respondent shall not use that official, unless they have been cleared of the crime.
SECTION 2: PROHIBITED OFFENSES
Respondent certifies that its officials/employees have not been arrested with disposition pending or found guilty of, regardless of adjudication, or entered a plea of nolo contender or guilty to or have been adjudicated delinquent and the record has not been sealed or expunged for, any offense prohibited under any of the following provisions of the Florida Statutes or under any similar statute of another jurisdiction for any of the offenses listed below:
SECTION 3: CERTIFICATION
I hereby certify that I will utilize FDLE Computerized Criminal History (CCH) system in accordance with the terms governing the use of the system to confirm eligibility of the individuals being assigned and prior to assignment with the City. In accordance with s. 837.06, Florida Statutes, I understand and acknowledge 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 s. 775.082 or s. 775.083, Florida Statutes.
Respondent agrees to provide myCOI with all necessary insurance documents. Respondent verifies that the following email address is current, monitored, and is acceptable for City use.
Respondent shall ensure that all subconsultants and/or subcontractors comply with the same insurance requirements that he/she is required to meet. Respondent shall provide the City via myCOI with certificates of insurance meeting the required insurance provisions.
The City of Winter Park must be included as an ADDITIONAL INSURED on the Insurance Certificate for Commercial General Liability where required.
The Certificate Holder shall be named as City of Winter Park.
Please upload your current W-9.
If your response contains any information deemed confidential, provide an additional redacted version of your response labeled “Redacted”. An electronic copy shall be in Microsoft Word or Adobe – the most recent software version.
Unless a question requires a file to be uploaded, proposals will not be accepted via pdf, word doc, etc. Respondents shall not state "see attachment" or similar as their response to the questions.
The City reserves the right to disqualify a proposal that is not submitted in the format delineated below.
Provide a description of the project indicating your understanding of the requirements/scope of services/specifications of this formal solicitation. The description must be a brief formal description from the Respondent that provides information regarding their familiarity and interest in Outage Management System (OMS) and Field Operations Solution.
*Provide all relevant names, titles, addresses, telephone numbers, and e-mail addresses.
Indicate the Respondent’s background in Outage Management System (OMS) and Field Operations Solution. If you intend to subcontract some of the proposed work to another firm, similar information should be provided for each subcontractor/sub-consultant. The proposal should provide a detailed description of comparable projects (similar in scope of services to those requested herein) that the Respondent has either completed or been ongoing within the past five (5) years. Please specify whether each project is completed or ongoing.
The description should identify each project:
Provide a statement specifying the qualifications of the Respondent and any other key personnel being assigned to this project. Designate a team person who will have the primary responsibility of managing the day-to-day oversight of this project, indicating relevant qualifications and experience. Indicate the role that each of the key personnel will be playing in the development of the requested work products.
Provide an organizational chart detailing the proposed staff for this contract.
The proposal should include the process the Respondent will use to provide Outage Management System (OMS) and Field Operations Solution. It should provide a timeline of how long it will take to implement these phases. The proposal should identify challenges/obstacles foreseen in the process. Include a statement of intent, description of the proposal, concept, and approach. The Respondent is encouraged to provide additional information that the selection committee should consider to accomplish its objectives. Any remaining materials and/or information requested in the Scope of Services of this document should be documented in this response.
The proposal should provide names, addresses, and phone numbers for a minimum of three (3) contacts, including municipalities or other organizations that would be capable of explaining and confirming your firm’s capacity to successfully complete Outage Management System (OMS) and Field Operations Solution.
Respondents are evaluated based on the proposed cost-effective fee to complete the services in this RFP. If Respondent intends to omit any tasks or requirements listed in the scope of work, the omission must be clearly described and included with your response.
Pricing must be fully itemized and include a detailed breakdown of all costs, such as software/licensing, implementation, integration, data migration, training, support, maintenance, and any additional services. Lump sum totals without supporting detail will not be accepted.
If the Respondent intends to omit any tasks or requirements listed in the scope of work, the omission must be clearly described. If not, please indicate it as "Not Applicable".
This section will be optional to provide any additional information relevant to the project.
Please upload any additional information that is relevant here.
Bid must be accompanied by the respondent’s money order, cashier’s check, certified check, or bid bond
Please enter the Bid Surety percentage or dollar amount.
Example: five percent (5%) of the amount of the bid
The P&P Bond shall be furnished in the amount equal to one hundred percent (100%) of the annual contract price, in such a form as the City may prescribe and with a surety company acceptable to the City.
Consultant shall ensure that all subconsultants and/or subcontractors comply with the same insurance requirements that he/she is required to meet. Consultant shall provide the City via myCOI with certificates of insurance meeting the required insurance provisions.
The 'Organization Name must be included as an ADDITIONAL INSURED on the Insurance Certificate for Commercial General Liability where required.
The Certificate Holder shall be named as 'Organization Name.
Q (Section 14.3 – Qualifications of Project Staff): The portal provides only a small text box for section 14.3. Is it your intention that we enter all project staff qualifications directly into that box? For a project of this size, we typically provide staff resumes instead. May we upload resumes in section 16.1 and refer to them rather than typing detailed information into the limited text field?
A: The text box for Section 14.3 does not have a character limit, and proposals will be evaluated based on the information provided directly within that field. As stated in the solicitation, responses must be entered in the designated text boxes, and “see attachment” or similar references will not be accepted unless a question specifically requires a file upload.
Q (Section 14.5 – Work Plan): This section also provides only a small text box, but the question appears to require a detailed schedule and implementation plan. May we upload a project schedule and implementation plan (PDFs) in the “Additional Information” section and reference them in our response?
A: The text boxes within the vendor questionnaire do not have a character limit, and proposals will be evaluated based on the information provided directly within the field. As stated in the solicitation, responses must be entered in the designated text boxes, and “see attachment” or similar references will not be accepted unless a question specifically requires a file upload.
Q (Restrictions on Attachments): The portal states that proposals will not be accepted via PDF/Word and that respondents may not answer with “see attachment.” Given the level of detail requested in several sections, may we use Section 16.1 (Additional Information) to upload supporting documents and then reference them within our responses?
A: As stated in the solicitation, responses must be entered in the designated text boxes, and “see attachment” or similar references will not be accepted unless a question specifically requires a file upload. Any materials uploaded in Section 16.1 must either be fully incorporated into the applicable response within the text box, as proposals will be evaluated based on the written responses provided, or be submitted only as additional information that was not specifically requested in the solicitation.
Q (Section 14.6 – Professional Contacts): This section asks for references. How are these references different from the contacts requested in Section 14.2 (Respondent’s Experience) and the contact information requested in Section 14.1?
A: Section 14.1 focuses on your firm’s overall understanding of the project and scope, along with general company/contact information and your familiarity with OMS and Field Operations Solutions. Section 14.2 requires detailed experience, including specific past or ongoing projects within the last five years, with full descriptions and references for each. Section 14.6 is strictly for listing at least three references who can verify your firm’s ability to successfully perform the work.
Q (Project Budget): As part of the RFP process with our potential customers we like to understand what type of budget you have assigned for this project. Your website states you have budgeted approximately $200K for the project. Is the $200k all of the dollars budgeted for the project from start to finish or is that the initial procurement cost or annual cost of the project? Does the $200K budget include hardware, software and implementation?
A: The estimated 216K funding is to acquire the system software, hardware, GIS modeling, training and monthly subscriptions.
Q (Customer Sizing): Please confirm the OMS’s total system sizing including: a. Total number of Meters/customers b. Total number of modeled Feeders c. Total number of operations/network model or admin consoles d. Total quantity of concurrent OMS web users required (i.e. dispatchers, call takers, managers, etc.). e. Total concurrent number of field crews utilizing the mobile application
A: Total number of Meters/customers: 15,000 Total number of modeled Feeders: 17 Total number of operations/network model or admin consoles: 5 Total quantity of concurrent OMS web users required (i.e. dispatchers, call takers, managers, etc.): 10 Total concurrent number of field crews utilizing the mobile application: 15
Q (Existing SCADA System): What is the make/version of the existing SCADA system?
A: Our current SCADA system is Sinolta.
Q (Ssytem Connectivity Model): Does City of Winter Park currently have a system connectivity model and if so please confirm the format and source of this model (e.g. ESRI GIS). a. If it is a GIS model, what is the make/version of the GIS? b. Please elaborate on the quality and completeness of the model data to support operational applications (including phasing, connectivity, etc.)?
A: We have ESRI GIS, but we do not have a network for the data.
Q (System Environments): Please confirm which of the following system environments are required, as well as their control center location and their redundancy: a. Primary Production System b. Backup Disaster Recovery Site System c. Development System d. Quality Assurance/Test Systems
A: All four environments are expected: Production, Disaster Recovery, Development, and QA/Test. Production and DR should be hosted in separate locations with appropriate redundancy, while Development and QA/Test can be non-production environments without high availability requirements. Respondents should describe their recommended setup and hosting approach.
Q (External Interfaces): It is understood from the RFP that the City of Winter Park’s existing utility systems include GIS, CIS, IVR, and SCADA. Please provide a complete list of all external interfaces required for the proposed system and the associated interface method or protocols.
A: GIS: ESRI CIS: Tyler Munis SCADA: Sinolta AMI: Sensus IVR: None Respondents shall identify any additional interfaces required for a fully functional OMS solution and describe associated integration methods and protocols.
Q (Switch Order Management): Does City of Winter Park require an electronic Switch Order Management (SOM) solution with the the OMS delivery?
A: The City does not require an electronic Switch Order Management (SOM) solution as part of the base OMS. However, Respondents should include SOM as an optional feature, describe its capabilities, and provide separate pricing.
Q (Training): Please confirm how many City of Winter Park personnel would attend vendor provided admin/maintenance training.
A: Approximately 5–10 City of Winter Park personnel are expected to attend the vendor-provided admin/maintenance training.
Q (Project Schedule): Regarding the project schedule, does City of Winter Park have any particular expectations or drivers that pertain to key dates/milestones and/or overall project duration? If so, please elaborate.
A: The City does not have a fixed project schedule but would like implementation as soon as practical, ideally before the upcoming hurricane season. Respondents should include a realistic timeline, key milestones, and any factors that could impact the schedule.
Q (Project Implementation): Please clarify what testing activities are expected for project implementation (e.g. Factory Acceptance Test, Site Acceptance Test, etc.)
A: The City expects standard testing as part of implementation, including FAT, SAT, and user acceptance testing before go-live. Respondents should outline their approach, scope, and responsibilities for each phase.
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.