Active SLED Opportunity · FLORIDA · COUNTY OF OKALOOSA
AI Summary
Okaloosa County seeks proposals for a service operator to provide demand response and Transportation Disadvantaged public transit services, including vehicle maintenance and route optimization. Fixed routes may be removed but could be reconsidered. The contract includes compliance, quality assurance, and financial capacity requirements.
The Board of County Commissioners of Okaloosa County, FL, (hereby referred to as COUNTY) are seeking ITN proposals for a qualified service operator/vendor (hereby referred to as OPERATOR) to provide public transportation services for demand response (door-to-door), non-emergency, and Transportation Disadvantaged services throughout the county and the surrounding area. The COUNTY is responsible for procurement and disposition of the transit vehicles to be operated by the OPERATOR. The OPERATOR will be responsible for full-service maintenance, daily inspections, cleaning and custodial maintenance of vehicles and any bus stops/shelters required for active routes.
Emerald Coast (EC) Rider is a public transit system developed by Okaloosa County in 1987 to provide public transit services in Okaloosa County. The system services areas within the county, including incorporated and unincorporated areas of Okaloosa County. EC Rider provided 40,047 fixed-route trips with a total of 43,603 revenue hours and 59,916 demand response trips with 31,191 revenue hours in 2025.
The EC Rider System currently has weekday fixed-route service, with its headquarters located at 600 Transit Way in Fort Walton Beach, FL. The current hours of operation for fixed-route services are Monday – Friday, 5:00am to 7:30pm, excluding the following holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day. Fixed-route services consist of ten main routes that have a fixed-route schedule. An update to this service was addressed at the Okaloosa County Board of County Commissioners regular scheduled meeting held on Tuesday, March 24, 2026. Due to expiring grant funding and poor ridership performance, fixed routes will be removed from the upcoming contract requirement. Potential for optimized fixed routes and/or microtransit services will continue to be evaluated through this procurement process and could be a service explored and/or operated under the new contract award in FY27 or through a future amendment. Any such added service will be fully analyzed, tested and operated based off meeting or exceeding agreed metrics for the performance measures provided by the Florida Transportation Commission and related federal/state agencies.
The EC Rider System also provides essential door-to-door paratransit services through its Dial-a-Ride program, a key component of Florida’s Transportation Disadvantaged (TD) Program. This service supports individuals who are unable to access or use fixed-route public transportation due to disability, age, income, or other limiting circumstances. Demand response programs currently operate Monday–Friday: 4:00am – 8:00pm, Saturday: 4:00am – 7:00pm, and Sunday: 5:00am – 12:00pm. The COUNTY currently owns and utilizes Trapeze Software Version 21.19.00 and Genfare Data System 7, Software Version 4.0.5 technology in the operation of the system.
Respondents must clearly demonstrate their understanding of the COUNTY’s current system. The OPERATOR should utilize the latest in industry technologies and methods to analyze the area’s needs based on demographics and geographical challenges. The analysis should also include how innovations and improvements which may include, but are not limited to, the introduction of new technologies, operational changes, equipment and vehicle changes, or any other modifications the respondent believes can provide an efficient, cost-effective, and reliable transportation network. Provide how you would deliver an assessment for optimized fixed routes and/or microtransit services for consideration under the new contract award in FY27 or may be reserved for future consideration and incorporation into the TDSP.
Provide a detailed description of how the requested demand response and Transportation Disadvantaged services will be provided. Describe the timeline to implement recommendations from section 1.7.1 and if all services will be in place at contract start or whether a phased approach is necessary. Implementation should include the total number and types of vehicles required to optimize performance at the least cost. Implementation of the service(s) described in section 1.7.1 should be reflected in the proposed hourly rates for Demand Response and Transportation Disadvantaged Services, understanding the CONTRACTOR responsibilities in Section 1.3.2.
Describe prior experience providing the like scope of work and contractual model for paratransit, demand response, and fixed/microtransit services. Provide a detailed summary of similar services performed for up to three (3) similar transit agencies in the last five (5) years for the provision of public transportation services. Information should include the names of the entities (City, County, etc.), contract amount, project description, administration responsibilities, and whether the service was ultimately performed within budget. Respondents are reminded they must state the levels of service provided to any entity listed. Describe the Respondent’s specific experience working with government agencies to maximize the use of agency resources and improve public transit services to the public. Include a list of references that your firm (and staff) is currently providing or has provided for similar services within the last five (5) years. OPERATOR must demonstrate a satisfactory record of performance, including positive references from other recent clients. A satisfactory record of performance shall include delivery of services within budget, having an acceptable on‐time performance, positive customer feedback, and a consistently cooperative relationship with the contract purveyor.
Provide a detailed profile of your organization that includes an organization chart, number of years in business, home office location, and any other information to be considered in the evaluation of your organization’s ability to render services to the COUNTY. Describe the experience and expertise of management staff that will be assigned to the COUNTY. Include copies of their resumes, certifications, and information concerning the specific program knowledge that will be brought to the COUNTY in the performance of the scope of work. Staff members who will be assigned to management positions must have at least one year of experience in these roles. If subcontractors are to be used, a description must be provided of each person or firm and the work to be done by each subcontractor. Describe the methods used to monitor and evaluate driver screening, selection, and training; sensitivity and first aid training for employees; and pre/post-trip training and quality assurance methods for ensuring timely identification of defects and repairs to promote safety.
OPERATOR should demonstrate their success in ensuring compliance with federal and state requirements, as well as making sure excellent customer service is provided to riders. Describe methods for tracking driver requirements, such as training and license requirements, and preventative maintenance schedules to ensure timely inspections and repair activities. Describe these methods in detail, as well as methods for how customer complaints, commendations, and route deviation requests will be monitored and reported.
Include the latest financial audit of the OPERATOR prepared by an independent auditor or Certified Public Accountant (CPA). If the OPERATOR is not required to conduct an audit, please state the reason an audit is not required and provide financial statements prepared by an independent accounting agency. Because of the schedule for
reimbursement of operating costs, the OPERATOR must have a 45‐day cash reserve based on the estimated proposed annual budget. Provide documentation of the reserve and its designation for use only in the COUNTY's transit system. The COUNTY will evaluate the OPERATOR’s overall financial capacity and assess any liabilities currently facing them. If selected, the OPERATOR must procure and maintain insurance at its own cost and expense for the duration of the agreement.
Enter your Sam.Gov Unique Entity Identifier (UEI) number.
Enter your Cage Code
I certify that this bid is made without prior understanding, agreement, or connection with any other respondent submitting a bid for the same materials, supplies, equipment or services, and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of this bid and certify that I am authorized to sign this bid for the respondent.
RESPONDENT CERTIFIES that it has implemented a drug-free workplace program. In order to have a drug-free workplace program, a business shall:
As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements.
In accordance with Okaloosa County Policy and Executive Order Number 11-116 from the office of the Governor of the State of Florida, Respondent hereby certifies that the U.S. Department of Homeland Security’s E-Verify system will be used to verify the employment eligibility of all new employees hired by the Respondent during the contract term, and shall expressly require any subcontractors performing work or providing services pursuant to the contact to likewise utilize the U.S. Department of Homeland Securities E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term; and shall provide documentation such verification to the COUNTY upon request.
The Board of County Commissioners have established a solicitation silence policy (Cone of Silence) that prohibits oral and written communication regarding all formal solicitations for goods and services (ITB, RFP, ITQ, ITN, and RFQ) or other competitive solicitation between the bidder (or its agents or representatives) or other entity with the potential for a financial interest in the award (or their respective agents or representatives) regarding such competitive solicitation, and any County Commissioner or County employee, selection committee member or other persons authorized to act on behalf of the Board including the County’s Architect, Engineer or their sub-consultants, or anyone designated to provide a recommendation to award a particular contract, other than the Purchasing Department Staff.
The period commences from the time of advertisement until contract award.
Any information thought to affect the committee or staff recommendation submitted after bids are due, should be directed to the Purchasing Manager or an appointed representative. It shall be the Purchasing Manager’s decision whether to consider this information in the decision process.
Any violation of this policy shall be grounds to disqualify the Respondent from consideration during the selection process.
Respondent hereby certifies to comply with this policy.
Respondent certifies that they shall indemnify and hold harmless COUNTY, its officers and employees from liabilities, damages, losses, and costs including but not limited to reasonable attorney fees, to the extent caused by the negligence, recklessness, or intentional wrongful conduct of the CONTRACTOR and other persons employed or utilized by the CONTRACTOR in the performance of this Agreement.
The undersigned certifies, to the best of his or her knowledge and belief, that:
[Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than
$100,000 for each such expenditure or failure.] The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any.
The following statement is made in accordance with the Privacy Act of 1974 (5 U.S.C. § 552(a), as amended). This certification is required by the regulations implementing Executive Orders 12549, Debarment and Suspension, and OMB 2 C.F.R.
Part 180, Participants' responsibilities. The regulations were amended and published on August 31, 2005, in 70 Fed. Reg. 51865-51880.
The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal or State department or agency;
Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.
Proposer certifies that it is not:
Pursuant to section 287.135(5), Florida Statutes, the County may disqualify the bid proper immediately or immediately terminate any agreement entered into for cause if the bid proposer is found to have submitted a false certification as to the above or if the Contractor is placed on the Scrutinized Companies that Boycott Israel List, is engaged in a boycott of Israel, has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria, during the term of the Agreement. If the County determines that the bid proposer has submitted a false certification, the County will provide written notice to the bid proposer. Unless the bid proposer demonstrates in writing, within 90 calendar days of receipt of the notice, that the County’s determination of false certification was made in error, the County shall bring a civil action against the bid proposer. If the County’s determination is upheld, a civil penalty shall apply, and the bid proposer will be ineligible to bid on any Agreement with a Florida agency or local governmental entity for three years after the date of County’s determination of false certification by bid proposer.
As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements.
This solicitation contains Federal Grant funds. To the extent applicable, in accordance with Federal law, respondents shall comply with the clauses as enumerated below. Proposer shall adhere to all grant conditions as set forth in the requirements of the Grant including, but not limited to, those set forth below, as well as those listed below, which are incorporated herein by reference:
These cited regulations are hereby incorporated and made part of this Solicitation as if fully set forth herein. As stated above, this list is not all inclusive, any other requirement of law applicable in accordance with the Federal, State or grant requirements are also applicable and hereby incorporated into this Solicitation. If Proposer cannot adhere to or objects to any of the applicable federal requirements, Proposers proposal may be deemed by the County as unresponsive. The provisions in the exhibit tilted GRANT FUNDED CLAUSES in the Exhibit and Attachments Section are supplemental and in addition to all other provisions within the procurement. In the event of any conflict between the terms and conditions of this Exhibit and the terms and conditions of the remainder of the procurement, the conflicting terms and conditions of this Exhibit shall prevail. However, in the event of any conflict between the terms and conditions of this Exhibit and the terms and conditions of any federal grant funding document provided specific to the funds being used to contract services or goods under this Procurement the conflicting terms and conditions of that document shall prevail.
Proposer certifies that they are fully able to comply with these requirements, federal terms and conditions and has made any inquires and/or further examination of the law and requirements as is necessary to comply.
Are you a certified DBE or Minority Vendor?
Enter your DBE/Minority Vendor Certification Number.
Upload a copy of your DBE/Minority Vendor certification.
Do you have any Conflicts of Interest to disclose?
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Florida Statute 607.1501 requires that all vendors who wish to do business in the State of Florida be licensed to do business through the Florida Department of State and be in good standing with the State of Florida. As such, to do business with Okaloosa County, a vendor must provide a Certificate of Good Standing with their bid/proposal package to the County. For more information on doing business in the State of Florida, please refer to the Florida Department of State. The website to register is https://dos.myflorida.com/sunbiz.
Upload a copy of your Certificate of Good Standing from the Florida Department of State.
Upload your proposal documents here.
What are you purchasing?
Will the bid be available to other Florida entities under the same conditions, contract price and the same effective period?
Select an Option below.
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.