SLED Opportunity · CALIFORNIA · MT. SAN ANTONIO COLLEGE

    Pouring Rights & Beverage Vending Machines RFP

    Issued by Mt. San Antonio College
    educationRFPMt. San Antonio CollegeSol. 198863
    Closed
    STATUS
    Closed
    due Apr 8, 2026
    PUBLISHED
    Feb 20, 2026
    Posting date
    JURISDICTION
    Mt. San
    education
    NAICS CODE
    445299
    AI-classified industry

    AI Summary

    Mt. San Antonio College seeks suppliers for a five-year contract to provide pouring rights and beverage vending machine services, aiming to deliver quality products and equipment while increasing sales and customer satisfaction.

    Opportunity details

    Solicitation No.
    198863
    Type / RFx
    RFP
    Status
    open
    Level
    education
    Published Date
    February 20, 2026
    Due Date
    April 8, 2026
    NAICS Code
    445299AI guide
    Agency
    Mt. San Antonio College

    Description

    Mt. San Antonio College is seeking to retain qualified Supplier(s) to provide Pouring Rights and Beverage Vending Machines. It is the intent of the District to enter into a five-year contract with one or more beverage providers who will deliver high quality products, equipment and services. Pouring Rights refers to the right to supply all carbonated and non-carbonated, non-alcoholic beverages for resale, distribution, and merchandising. The selected company or companies (“Proposer,” “Supplier,” or “Contractor”) will be expected to create a comprehensive, integrated beverage program that will increase customer satisfaction by providing quality products and state-of-the-art equipment, while achieving growth and profitability in beverage sales. The supplier will be responsible for installing their own beverage vending machines, working in collaboration with our vending machine provider for restocking, maintaining, and servicing of the vending machines. The District reserves the right to make an award for all the beverage categories to a single supplier or make an award for any combination of beverage categories to one or more suppliers, at the sole discretion of the District. There will be no guarantee of sole exclusivity or licensing in this RFP. The entirety of this RFP sets forth the District’s requirements in detail. All responses should be submitted in accordance with the terms and conditions contained in the foregoing document.

    Background

    Mt. SAC is a single-campus California community college district that annually currently serves over 40,000 full-time equivalent credit students. Interested respondents to this RFP should go to www.mtsac.edu to learn more about the District. This website includes information, including the current educational, facilities, strategic, student equity, and technology plans that will be essential in the preparation of a response to this RFP.

    Mt. San Antonio College currently provides beverage dispensing and pouring services across campus to support students, faculty, staff, and visitors.

    The District has identified the need to re-evaluate its beverage services to ensure continued operational efficiency, product availability, and revenue generation. Establishing a new agreement will allow the District to maintain reliable beverage services while ensuring compliance with District policies, applicable education and public contract codes, and sustainability objectives.

    A comprehensive Pouring Rights & Beverage Vending Machines agreement allows the District to:

    • Provide consistent access to beverage products campuswide;

    • Supply non-alcoholic beverages for food service and dining locations

    • Generate commission-based revenue to support student programs, auxiliary services, or District operations;

    • Incorporate sustainability, recycling, and energy-efficiency standards aligned with District goals; and

    • Establish clear service levels, pricing structures, and reporting requirements.

    Following a competitive procurement process in accordance with District and legal requirements, the selected vendor(s) will provide beverage pouring products for designated campus locations. The agreement will define the scope of services, term, pricing, commissions, performance standards, and responsibilities of both parties.  The District reserves the right to award contracts to one or multiple vendors, and no exclusivity is guaranteed.

    Approval of this item will authorize the District to enter into a Pouring Rights agreement(s), ensuring uninterrupted beverage services and continued revenue opportunities for the District.

    Project Details

    • Reference ID: 2026-042
    • Department: Auxiliary Services
    • Department Head: Joe Dominguez (Vice President, Administrative Services)

    Important Dates

    • Questions Due: 2026-03-18T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-03-11T16:00:14.477Z — https://mtsac-edu.zoom.us/j/83010575483?pwd=a0nPJtrbrWRV3ZM5iEHLHcDVqDoIJ0.1&from=addon

    Addenda

    • Addendum #1 (released 2026-02-24T20:34:15.289Z) —

      Please see the updated timeline, which differs from the advertised dates:

      Mandatory pre-proposal meeting: ORIGINAL: 2/23/26 at 10am CHANGED TO: 3/11/26 at 9am

      Request for Information: ORIGINAL: 3/2/26 at 2pm CHANGED TO: 3/18/26 at 2pm 

      Proposal submittal: ORIGINAL: 3/19/26 at 2pm CHANGED TO: 4/8/26 at 2pm

      Interviews (optional): 5/8/26 

      Recommendation for Award: 6/4/26 

      Contract to Start: 7/1/26

    • Addendum #2 (released 2026-03-26T16:25:50.582Z) —
      • Please see the updated timeline and the differences highlighted in green
    • Addendum #3 (released 2026-04-17T14:57:15.286Z) —
      • Extended proposal due date to 4/24/26 at 2pm 
      • Updated information in RFP (see changes in new version attached)

    Evaluation Criteria

    • Experience (25 pts)

      Vendors provided evidence of experience on three projects of similar scope within the last five years. Identified experience in quality control, training, personnel policies, maintenance, and financial reporting.

    • Strategies, Methodologies, and Plans (30 pts)

      Contractor provided the following:

      1. Strategies, methodologies and operational plans to support the scope of operation identified in the RFP.
      2. Summarized the quality and level of vending, packaged bottles & cans and post-mix related services.
      3. Proposed the frequency and schedule for delivery, inventory stocking, and merchandising 
      4. Presented a quality and innovative beverage and vending program that demonstrates a commitment to meeting the needs of the District.
      5. Listed the equipment proposed to meet the District’s needs broken down by location.
      6. Identified if your firm has any exceptions to the service and maintenance commitments listed in the scope of this RFP.
      7. Explained how your Firm’s approach will support the District’s goal of improving sustainable practices such as reduced plastic, reduced energy consumption and the increased use of biodegradable materials.
      8. Verified and explain how your firm would be willing and able to deliver large quantities of water upon request, especially in the event of a natural disaster or other emergency.
      9. Verified that your firm will be able to provide the products, equipment, services, and all other aspects of this RFP identified in the Scope of Work (failure to meet all requirements identified in the Scope of Work may result in the Proposal being unresponsive).
      10. Identified any additional services not identified in the Scope of Work that would be provided at no cost to the District.
      11. Identified and explain the benefits of any advertising or marketing opportunities and/or services that would be made available at no cost to the District.
        • Mt. SAC has a stadium complex with state-of-the-art facilities to enable the college to host playoff and championship events, graduation ceremonies, cultural events, relays, and concerts as well as charitable and community activities. Stadium features will include an 10,000-seat capacity,  nine lane Olympic grade track, several practice fields, a large concessions area with five transaction windows, and a state of the art Daktronics LED video board.
        • The Aquatics Center has a capacity for 2,000 spectators, a diving pool and an Olympic-size pool for lap swimming and water polo, and multiple LED video boards.

      12. Explained how they would work with the District to manage the following:
        • Equipment for the stadium
        • Product selection and volume for the stadium
        • Advertising and marketing for the renovated cafeteria

       

    • Timeline/Duration (10 pts)

      Proposers provided a detailed implementation schedule identifying the estimated duration required to complete each major activity associated with the Pouring Rights and Beverage Vending program. The timeline reflected the Vendor’s prior experience with comparable higher education institutions and demonstrate a realistic path to full operational status.

      At a minimum, responses must include:

      1. Activity-by-Activity Duration Estimates
        Provide estimated timeframes (in calendar days or weeks) for completion of each key activity, including but not limited to:

        • Contract execution and kickoff meeting

        • Site surveys and campus coordination

        • Equipment removal (if applicable)

        • Equipment delivery and installation

        • Product loading and merchandising setup

        • POS/system integrations (if applicable)

        • Marketing and promotional launch

        • Staff training and stakeholder orientation

      2. Overall Target Completion Date
        Identify the Vendor’s proposed overall implementation period from Notice of Award to full program launch (Go-Live), based on the Vendor’s experience with similar transitions.

      3. Critical Path Milestones
        Highlight major milestones and dependencies that could impact the schedule and explain how the Vendor will manage those milestones to ensure timely completion.

      4. Transition Coordination
        Describe how the Vendor will coordinate with the District and any incumbent provider to minimize service disruption during the transition period.

      5. Contingency Planning
        Explain strategies to address potential delays (e.g., supply chain issues, construction schedules, academic calendar constraints) while maintaining the proposed target completion date.

      Proposers should present the information in a clear format, such as a table or Gantt-style schedule, demonstrating their ability to implement the program efficiently and achieve full operational status within the proposed timeframe.

    • Contributions (from Pricing Proposal) (25 pts)

      Financial Contributions

      • Signing bonus and/or upfront payments

      • Guaranteed annual minimum (MAG)

      • Commission structure and escalation over the contract term

      • Rebates
      • Growth Incentive bonuses
      • Revenue-sharing transparency and reporting clarity

      • Additional financial incentives supporting campus priorities

       

      Campus Sponsorship & Student Support

      • Funding for scholarships, student programs, or equity initiatives

      • Athletic sponsorships and event support

      • Support for campus-wide events and activities

      • Internship, employment, or workforce development opportunities for students

    • Understanding of Mt. SAC Campus (5 pts)

      Proposer demonstrated a clear and thorough understanding of Mt. SAC’s campus environment, student population, operations, and community culture.

      At a minimum, responses should address the following:

      1. Campus Profile Awareness
        Demonstrate knowledge of the size, demographics, and diversity of the student population, including traditional students, dual enrollment, continuing education, athletics, and campus event audiences.

      2. Operational Environment
        Describe your understanding of the campus layout, high-traffic areas, instructional and athletic facilities, dining locations, vending placement considerations, and seasonal enrollment fluctuations.

      3. Stakeholder Engagement
        Identify key stakeholder groups (e.g., students, faculty, staff, athletics, auxiliary services, facilities) and explain how you would collaborate with each to ensure program success.

      4. Student-Centered Approach
        Explain how your product mix, pricing strategy, marketing efforts, and promotional programming will align with student affordability, wellness initiatives, and campus culture.

      5. Event & Athletics Support
        Describe your approach to supporting campus events, athletic programs, student activities, and community gatherings through sponsorships, promotions, and on-site activation.

    • Local Representation (5 pts)

      Proposers shall describe their local presence and ability to provide ongoing, responsive service to the District.

      At a minimum, the response should include:

      1. The location of the proposer’s nearest regional and/or local office servicing the District, including address and distance from campus.

      2. Average response times for routine service calls and emergency repairs.

      3. Inventory storage and distribution capabilities within the local area.

      4. Description of any local hiring practices, partnerships, or community engagement efforts that benefit the surrounding community.

      5. Commitment to on-site presence during campus events, peak periods, and special programs.

      Proposers should clearly demonstrate their capacity to provide consistent, high-quality service and maintain strong working relationships through an established and accessible local support structure.

    Submission Requirements

    • Experience (required)

      Please provide your experience on three projects of similar scope within the last five years.

      Demonstrate a company-wide approach to quality control, training, personnel policies, maintenance, and financial reporting.

    • Timeline/Duration (required)

      Proposers shall provide a detailed implementation schedule identifying the estimated duration required to complete each major activity associated with the Pouring Rights & Beverage Vending program. The timeline should reflect the Vendor’s prior experience with comparable higher education institutions and demonstrate a realistic path to full operational status.

      At a minimum, responses must include:

      1. Activity-by-Activity Duration Estimates
        Provide estimated timeframes (in calendar days or weeks) for completion of each key activity, including but not limited to:

        • Contract execution and kickoff meeting

        • Site surveys and campus coordination

        • Equipment removal (if applicable)

        • Equipment delivery and installation

        • Product loading and merchandising setup

        • POS/system integrations (if applicable)

        • Marketing and promotional launch

        • Staff training and stakeholder orientation

      2. Overall Target Completion Date
        Identify the Vendor’s proposed overall implementation period from Notice of Award to full program launch (Go-Live), based on the Vendor’s experience with similar transitions.

      3. Critical Path Milestones
        Highlight major milestones and dependencies that could impact the schedule and explain how the Vendor will manage those milestones to ensure timely completion.

      4. Transition Coordination
        Describe how the Vendor will coordinate with the District and any incumbent provider to minimize service disruption during the transition period.

      5. Contingency Planning
        Explain strategies to address potential delays (e.g., supply chain issues, construction schedules, academic calendar constraints) while maintaining the proposed target completion date.

      Proposers should present the information in a clear format, such as a table or Gantt-style schedule, demonstrating their ability to implement the program efficiently and achieve full operational status within the proposed timeframe.  

      If a table or Gantt-style schedule is available, please upload in the next question. 

    • Timeline Table/Gantt-style schedule upload (required)

      Please upload your Table or Gantt-style schedule if you have one.  If your response has already been answered in Question #2, then write NA

      Important: This file upload is strictly limited to the timeline schedule uploaded by a proposer. Vendors are expressly prohibited from including any additional materials in this upload area, including but not limited to vendor agreements, terms and conditions, or other unrequested documentation. Inclusion of such materials may result in the submission being deemed nonresponsive and/or may result in point deductions in applicable evaluation categories.

    • Understanding of Mt. SAC Campus (required)

      Proposers shall demonstrate a clear and thorough understanding of Mt. SAC’s campus environment, student population, operations, and community culture.

      At a minimum, responses should address the following:

      1. Campus Profile Awareness
        Demonstrate knowledge of the size, demographics, and diversity of the student population, including traditional students, dual enrollment, continuing education, athletics, and campus event audiences.

      2. Operational Environment
        Describe your understanding of the campus layout, high-traffic areas, instructional and athletic facilities, dining locations, vending placement considerations, and seasonal enrollment fluctuations.

      3. Stakeholder Engagement
        Identify key stakeholder groups (e.g., students, faculty, staff, athletics, auxiliary services, facilities) and explain how you would collaborate with each to ensure program success.

      4. Student-Centered Approach
        Explain how your product mix, pricing strategy, marketing efforts, and promotional programming will align with student affordability, wellness initiatives, and campus culture.

      5. Event & Athletics Support
        Describe your approach to supporting campus events, athletic programs, student activities, and community gatherings through sponsorships, promotions, and on-site activation.

    • Local Representation (required)

      Describe your local presence and ability to provide ongoing, responsive service to the District.

      At a minimum, the response should include:

      1. The location of the proposer’s nearest regional and/or local office servicing the District, including address and distance from campus.

      2. Average response times for routine service calls and emergency repairs.

      3. Inventory storage and distribution capabilities within the local area.

      4. Description of any local hiring practices, partnerships, or community engagement efforts that benefit the surrounding community.

      5. Commitment to on-site presence during campus events, peak periods, and special programs.

      Proposers should clearly demonstrate their capacity to provide consistent, high-quality service and maintain strong working relationships through an established and accessible local support structure.

    • Baseline Volume (required)

      Identify the baseline volume amount

    • Pricing List for Packaged Bottles & Cans (required)

      Please download the below documents, complete, and upload.  

      Important: This file upload is strictly limited to the pricing list required. Vendors are expressly prohibited from including any additional materials in this upload area, including but not limited to vendor agreements, terms and conditions, or other unrequested documentation. Inclusion of such materials may result in the submission being deemed nonresponsive and/or may result in point deductions in applicable evaluation categories.

    • Pricing List for Chilled Products (required)

      Please download the pricing template, complete, and upload.  

      Important: This file upload is strictly limited to the pricing list required. Vendors are expressly prohibited from including any additional materials in this upload area, including but not limited to vendor agreements, terms and conditions, or other unrequested documentation. Inclusion of such materials may result in the submission being deemed nonresponsive and/or may result in point deductions in applicable evaluation categories.

    • Pricing List for Fountain & Supply Products (required)

      Please download the pricing template, complete, and upload.  

      Important: This file upload is strictly limited to the pricing list required. Vendors are expressly prohibited from including any additional materials in this upload area, including but not limited to vendor agreements, terms and conditions, or other unrequested documentation. Inclusion of such materials may result in the submission being deemed nonresponsive and/or may result in point deductions in applicable evaluation categories.

    • Pricing List for Post- Mix Items (required)

      Please download the below documents, complete, and upload.  

      Important: This file upload is strictly limited to the pricing list required. Vendors are expressly prohibited from including any additional materials in this upload area, including but not limited to vendor agreements, terms and conditions, or other unrequested documentation. Inclusion of such materials may result in the submission being deemed nonresponsive and/or may result in point deductions in applicable evaluation categories.

    • Cost Proposal (required)
    • Strategies, Methodologies, and Plans
    • Approach (required)

      Provide your strategies, methodologies and operational plans to support the scope of operation identified in the RFP.

    • Quality (required)

      Summarize the quality and level of vending, packaged bottles & cans and post-mix related services.

    • Frequency, Delivery, Inventory, Merchandising (required)

      Propose the frequency and schedule for delivery, inventory stocking, and merchandising 

    • Beverage Program (required)

      Present a quality and innovative beverage and vending program that demonstrates a commitment to meeting the needs of the District.

    • Equipment List (required)

      List the equipment proposed to meet the District’s needs broken down by location.

    • Exceptions to service & maintenance (required)

      Identify if your firm has any exceptions to the service and maintenance commitments listed in the scope of this RFP.

    • Sustainability & Environmental Responsibility (required)

      Explain how your Firm’s approach will support the District’s goal of improving sustainable practices such as reduced plastic, reduced energy consumption and the increased use of biodegradable materials.  

      How will your sustainability initiatives be implemented, monitored, and enhanced over the life of the agreement?

    • Water Availability (required)

      Verify and explain how your firm would be willing and able to deliver large quantities of water upon request, especially in the event of a natural disaster or other emergency.

    • Customer Service (required)

      Verify that your firm will be able to provide the products, equipment, services, and all other aspects of this RFP identified in the Scope of Work (failure to meet all requirements identified in the Scope of Work may result in the Proposal being unresponsive).

    • Additional Services (required)

      Identify any additional services not identified in the Scope of Work that would be provided at no cost to the District.

    • Other Considerations (required)

      Please identify any other considerations you can provide to the College (For example, advertising opportunities,  in-kind advertising opportunities to promote Mt. SAC via billboards, food trucks, naming rights for monetary contributions)

    • Other financial considerations (required)

      Please upload any other financial considerations outlining the pricing differences.  (For example, exclusivity proposals and pricing should be included here).  

      Do not submit any materials beyond those specifically required; submissions including additional content may be considered non-responsive. 

    • Other discounts/incentives (required)

      Please provide any other other discounts, incentives or other financial or other consideration that Proposer wishes to offer.  If none, write N/A

    • References (required)

      Please provide three References for projects of similar size and scope including:

      • company/agency name and address
      • title and dollar amount of project year completed
      • contact name, title, email address and phone number

       

    • Drug Free Certificate (required)

      I am aware of the provisions and requirements of California Government Code §§8350 et seq., the Drug Free Workplace Act of 1990.

      I am authorized to certify, and do certify, on behalf of Contractor that a drug free workplace will be provided by Contractor by doing all of the following:

      1. Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensation, possession or use of a controlled substance is prohibited in Contractor's workplace and specifying actions which will be taken against employees for violation of the prohibition;
      2. Establishing a drug-free awareness program to inform employees about all of the following:
      1. The dangers of drug abuse in the workplace;
      2. Contractor's policy of maintaining a drug-free workplace;
      3. The availability of drug counseling, rehabilitation and employee-assistance programs; and
      4. The penalties that may be imposed upon employees for drug abuse violations;
      1. Requiring that each employee engaged in the performance of the Contract be given a copy of the statement required by subdivision (A), above, and that as a condition of employment by Contractor in connection with the Work of the Contract, the employee agrees to abide by the terms of the statement.
      2. Contractor agrees to fulfill and discharge all of Contractor's obligations under the terms and requirements of California Government Code §8355 by, inter alia, publishing a statement notifying employees concerning: (a) the prohibition of any controlled substance in the workplace, (b) establishing a drug-free awareness program, and (c) requiring that each employee engaged in the performance of the Work of the Contract be given a copy of the statement required by California Government Code §8355(a) and requiring that the employee agree to abide by the terms of that statement.

       

      Contractor and I understand that if the District determines that Contractor has either: (a) made a false certification herein, or (b) violated this certification by failing to carry out and to implement the requirements of California Government Code §§8355, the Contract awarded herein is subject to termination, suspension of payments, or both. Contractor and I further understand that, should Contractor violate the terms of the Drug-Free Workplace Act of 1990, Contractor may be subject to debarment in accordance with the provisions of California Government Code §§8350, et seq.

       

      Contractor and I are aware of the provisions of California Government Code §§8350, et seq. and hereby certify that Contractor and I will adhere to, fulfill, satisfy and discharge all provisions of and obligations under the Drug-Free Workplace Act of 1990.

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

    • Non-Collusion Declaration (required)

      The undersigned declares, states and certifies that:

      1. The Bid Proposal is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization or corporation.

       

      1. The Bid Proposal is genuine and not collusive or sham.

       

      1. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any other bidder or anyone else to put in sham bid, or to refrain from bidding.

       

      1. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to fix any overhead, profit or cost element of the bid price or that of any other bidder, or to secure any advantage against the public body awarding the contract or of anyone interested in the proposed contract.

       

      1. All statements contained in the Bid Proposal and related documents are true.

       

      1. The bidder has not, directly or indirectly, submitted the bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any person, corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.
    • IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code § 2204) (required)

      Pursuant to Public Contract Code (PCC) section 2204, an Iran Contracting Act certification is required for solicitations of goods or services of one million dollars ($1,000,000) or more. 

       

      I certify that I am duly authorized to legally bind the Vendor/Contractor to this certification, that the contents of this certification are true, and that this certification is made under the laws of the State of California.

       

      Vendor/Contractor shall check ONLY ONE of the following choices below: 

       

    • Additional Information (required)

      Provide any other information, consideration, or compensation you believe will be helpful to the selection committee in evaluating your Proposal.  Write NA if there's no other additional information. 

    • Vendor Packet (required)

      Please download the below documents, complete, and upload.

      Important: This file upload is strictly limited to the W9 required. Vendors are expressly prohibited from including any additional materials in this upload area, including but not limited to vendor agreements, terms and conditions, or other unrequested documentation. Inclusion of such materials may result in the submission being deemed nonresponsive and/or may result in point deductions in applicable evaluation categories.

    • Debarment (required)

      Confirm your company is not on the federal list of current companies or individuals that have been declared ineligible to receive Federal contracts due to a violation of Executive Order 11246, as amended; Section 503 of the Rehabilitation Act of 1973, as amended 29 U.S.C. Section 793; and/or the Vietnam Era Veterans' Readjustment Assistance Act of 1974, as amended, 38 U.S.C. Section 4212.

    • Acknowledgement (required)

      I certify that I have downloaded, read, understood and agreed to all of the solicitation and contract documents herein

    • Project Description: (required)

      Please provide a brief description of the project. Your answer will populate the Introduction Summary Section.

    • Contract Term (required)

      Please enter the estimated term of this project:

      EXAMPLE:

      "The contract term is estimated to be for one year from start to finish"

    • Contract start date (required)

      enter the contract start date:

      MM/DD/YYYY

    • Is a Pricing Table Required? (required)

    Questions & Answers

    Q (No subject): Would the University consider extending the deadline for submitting the RFP to April 24th?

    A: We can extend this to 4/21/26, addendum will be sent out shortly.


    Q (Full Service Vending): For Full Service Vending, could you please provide the current total number of machines in operation and a breakdown of how many are stack vendors versus glass front vendors?

    A: Total of 42 vending machines, refer to Attachment F


    Q (No subject): For Full Service Vending, who is the provider for your Student One cards?

    A: We don't use the Student One cards. We are either cashless (Credit, Debit, Apple Pay, etc...) or cash only.


    Q (No subject): Will the RFP submission portal allow for the upload of a presentation deck?

    A: Not at this stage. However, if the evaluation committee opts to do interviews, we may allow a presentation deck to be created if it's part of the scoring criteria.


    Q (No subject): Will respondents have the opportunity to present their proposal in person? An opportunity to present and discuss the proposal with the selection committee would be welcomed.

    A: Not at this stage. However, if the evaluation committee opts to do interviews, we may allow a presentation deck to be created and presented via Zoom or in-person.


    Key dates

    1. February 20, 2026Published
    2. April 8, 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.