SLED Opportunity · OHIO · BUTLER COUNTY REGIONAL TRANSIT AUTHORITY

    Oxford Bus Wash System

    Issued by Butler County Regional Transit Authority
    countyRFPButler County Regional Transit AuthoritySol. 220200
    Closed
    STATUS
    Closed
    due Apr 3, 2026
    PUBLISHED
    Feb 24, 2026
    Posting date
    JURISDICTION
    Butler County
    county
    NAICS CODE
    333318
    AI-classified industry

    AI Summary

    Butler County Regional Transit Authority seeks proposals to purchase a bus wash system for installation at their new Chestnut Street Multimodal Station in Oxford, Ohio. Construction will be bid separately.

    Opportunity details

    Solicitation No.
    220200
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    February 24, 2026
    Due Date
    April 3, 2026
    NAICS Code
    333318AI guide
    State
    Ohio
    Agency
    Butler County Regional Transit Authority

    Description

    BCRTA is seeking to purchase a bus wash system as specified in the scope and attachments for installation in the bus wash building at BCRTA's new Chestnut Street Multimodal Station in Oxford. Construction will be bid separately after the award of this procurement of the wash equipment.

    Proposers interested in a better understanding of the location, building, and utility needs are invited to make an appointment with the Procurement and Compliance Specialist to visit the location in advance of submitting a proposal.

    Background

    The Chestnut Street Multimodal Station construction involved building the infrastructure for the bus wash, without the wash equipment installed or finished construction of the building and it's utilities.

    Project Details

    • Reference ID: 2024-037
    • Department: Maintenance
    • Department Head: Paul Williams (Director)

    Important Dates

    • Questions Due: 2026-03-10T21:00:17.223Z
    • Answers Posted By: 2026-03-17T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-03-03T16:00:08.061Z — https://teams.microsoft.com/meet/27310662803258?p=YQMBs9bbcrYqG7Es4p

    Addenda

    • Official Notice #1: Pre-Proposal Meeting (released 2026-03-03T18:31:07.297Z) —

      Attached is the recording, transcript and presentation from the Pre-Proposal meeting.

    • Addendum #1 (released 2026-03-04T14:32:00.238Z) —

      NOTICE: Any proposers interested in a better understanding of the location, building, and utility needs are invited to make an appointment with the Procurement and Compliance Specialist, Meagan Varney, to visit the location (97 W. Chestnut St., Oxford, OH 45056) in advance of submitting a proposal. Please use the See What Changed link for the update to the RFP.

      Contact information for the Procurement and Compliance Specialist can be found in the Legal Notice section. 

    Evaluation Criteria

    • Total Price (25 pts)

      Pricing is ONLY to be submitted via the "Pricing Sheet", separately from the rest of the proposal. The Pricing Sheet must be completed in its entirety as instructed, and failure to complete any section of the pricing sheet may deem your proposal non-responsive.

      Note that proprietary pricing sheets may be submitted for clarification ONLY if allowed by the Proposal Submission provisions and will not be evaluated as part of the formal proposal.

    • Compliance with Specifications (35 pts)

      Provided equipment option(s) that are in compliance with all requested performance specifications. The system(s) provided DO NOT contain unnecessary functions that would increase the cost.

    • Technical Capacity (20 pts)

      Proposer has the capacity and staff available to complete the delivery and installation in an efficient, professional manner.

    • Experience (20 pts)

      Provided at least 3 references and a document with brief narratives or vignettes of their experience with delivering and installing bus wash equipment systems, particularly highlighting any experience with the exact equipment requested and/or for government agencies/federal transit administration grantees or other companies of comparable size to BCRTA.

    Submission Requirements

    • General Questions
    • Company Authorized Representative (required)

      Please enter the full name of Authorized Company Representative submitting this proposal.

    • What is the FEI/FIN Number? (required)

      Please enter your FEI/FIN Number.

    • DBE/MBE/WBE Certificates

      If your company is a DBE/MBE/WBE, please upload Certificate(s) here.

    • Will your company subcontract any work, service and/or materials? (required)
    • Subcontractor Award(s) (required)

      Enter basic contact information, awarded scope, and total subcontract award for each subcontractor used.

    • Proposal Submission Documents and Information
    • Performance Specifications Compliance Checklist (required)

      Please download the below checklist, complete all fields highlighted in yellow, and upload. Failure to adequately complete this checklist may render your proposal non-responsive.

    • System Specifications

      Upload all informational material for your proposed system(s) here. This can come straight from the manufacturer and provide additional information to the evaluation team. 

    • Technical Capacity Proposal (required)

      In a PDF no more than 3 pages, include all of the following:

      1. A brief description of your understanding of the RFP
      2. Confirmation of your ability to fulfill the scope of work of this contract
      3. Project role and experience for each person who will be working on the project
    • Experience (required)

      Please download the below spreadsheet, complete at minimum the fields in yellow, and upload. If you have more than 3 project examples, feel free to include. BCRTA will utilize the contact information provided to obtain references for each proposer.

    • Additional Experience Information

      Upload any additional information you wish to provide about the projects listed in 2.4. Not required, but can upload anything if more description is required.

    • Notice of Exception (required)

      BCRTA intends to award a Contract based on the terms, conditions, and attachments contained in this RFP. Proposers are strongly advised to not take any exceptions. Proposers shall submit Proposals which respond to the requirements of the RFP. An exception is not a response to an RFP requirement. If an exception is taken, a “Notice of Exception” must be submitted in this field. The “Notice of Exception” must identify the specific point or points of exception and provide an alternative.

      Proposers are cautioned that exceptions to the terms, conditions, and attachments may result in rejection of the Proposal.

      If Proposer is not requesting any exceptions to this RFP, type "N/A" in this field.

    • Approved Request for "Approved Equal" (required)

      If Proposer requested an "approved equal" and received approval from BCRTA, Proposers shall upload and submit the approved document with their Proposal here.

      If Proposer did not submit a request for an "approved equal" or received a rejection of their request for an "approved equal," Proposer shall upload their rejection here or download this document, type "N/A" and upload/submit this form here.

    • Clauses and Certifications
    • Federal Clause - Government-wide Debarment and Suspension (required)

      GOVERNMENT-WIDE DEBARMENT AND SUSPENSION

      2 CFR part 180

      2 CFR part 1200

      2 CFR § 200.213

      2 CFR part 200 Appendix II (I)

      Executive Order 12549

      Executive Order 12689

      Debarment, Suspension, Ineligibility and Voluntary Exclusion

      The Contractor shall comply and facilitate compliance with U.S. DOT regulations, “Non-procurement Suspension and Debarment,” 2 C.F.R. part 1200, which adopts and supplements the U.S. Office of Management and Budget (U.S. OMB) “Guidelines to Agencies on Governmentwide Debarment and Suspension (Non-procurement),” 2 C.F.R. part 180. These provisions apply to each contract at any tier of $25,000 or more, and to each contract at any tier for a federally required audit (irrespective of the contract amount), and to each contract at any tier that must be approved by an FTA official irrespective of the contract amount. As such, the Contractor shall verify that its principals, affiliates, and subProposers are eligible to participate in this federally funded contract and are not presently declared by any Federal department or agency to be:

       

      1. Debarred from participation in any federally assisted Award;
      2. Suspended from participation in any federally assisted Award;
      3. Proposed for debarment from participation in any federally assisted Award;
      4. Declared ineligible to participate in any federally assisted Award;
      5. Voluntarily excluded from participation in any federally assisted Award; or
      6. Disqualified from participation in ay federally assisted Award.

      By signing and submitting its bid or proposal, the bidder or proposer certifies as follows:

      The certification in this clause is a material representation of fact relied upon by the AGENCY. If it is later determined by the AGENCY that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the AGENCY, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 2 C.F.R. part 180, subpart C, as supplemented by 2 C.F.R. part 1200, while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions.

    • Federal Clause - Lobbying Restrictions (required)

      LOBBYING RESTRICTIONS

      31 USC § 1352

      2 CFR § 200.450

      2 CFR part 200 Appendix II (J)

      49 CRF part 20

      The undersigned certifies, to the best of his or her knowledge and belief, that:

      1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering A-48 into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.
      2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions.
      3. The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly.

      This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

    • Federal Clause - Financial and Technical Responsibility (required)

      Confirm that you, the contractor/vendor/proposer, have the sufficient organization, experience, accounting and operational controls, technical skills, and sufficient financial resources, or the ability to obtain them, to successfully perform the contract according to all terms and conditions.

    • Buy America Certification (required)

      BUY AMERICA REQUIREMENTS

      49 U.S.C. 5323(j)

      49 CFR Part 661

      Buy America - The contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7 and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C. 5323(j)(2)(C) and 49 C.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content.

      A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (below) with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. Certification requirement for procurement of steel, iron, or manufactured products.

      By selecting an option below, Firm hereby certifies its compliance status.

      1. Certificate of Compliance with 49 U.S.C. 5323(j)(1)
        • The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 5323(j)(1) and the applicable regulations in 49 CFR Part 661.5.
      2. Certificate of Non-Compliance with 49 U.S.C. 5323(j)(1)
        • The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323(j)(1) and 49 C.F.R. 661.5, but it may qualify for an exception pursuant to 49 U.S.C. 5323(j)(2)(A), 5323(j)(2)(B), or 5323(j)(2)(D), and 49 C.F.R. 661.7.
    • Federal Clause - Tax Liability and Felony Conviction (required)

      Pursuant to the requirements of FTA Master Agreement 4(g), confirm that: 

      1. The contractor/vendor/proposer does not have any unpaid Federal tax liability; AND
      2. The contractor/vendor/proposer has not been convicted of any Federal felony within the preceding 24 months. 
    • Recent or Current Litigation Disclosure (required)

      Is your company involved in active litigation or has your company been involved in litigation within the last 3 years?

    • Litigation Information

      Enter information on all active or recent litigation here.

    • Evidence of Insurability (required)

      Evidence of the following coverage

      1. Bureau of Worker’s Compensation Certificate
      2. Employer Liability Insurance Certificate
      3. Commercial General Liability Insurance Certificate
      4. Commercial Auto Liability Insurance Certificate
    • Evidence of Warranty(ies) (required)

      Upload all warranties applicable to this project (parts and labor, as well as any on equipment as a whole).

    • General Procurement Type (required)

      Select Goods or Services

    • Federal Procurement Type (required)
    • Location of RFP Services (required)
    • CONTRACT TERM (required)

    • Is this Project in excess of $10,000? (required)
    • Is this Project in excess of $25,000? (required)
    • Is this Project in excess of $100,000? (required)
    • Is the Project in excess of $150,000? (required)
    • Is the Project in excess of $250,000? (required)
    • Will the awarded vendor use subcontractors?
    • Will this Project involve property that may be transported by ocean vessel? (required)
    • Will this project involve foreign transport or travel by air? (required)
    • Is your Company a Disadvantaged Business Enterprise (DBE)?
    • Does this project involve safety-sensitive functions? (required)

    Key dates

    1. February 24, 2026Published
    2. April 3, 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.