SLED Opportunity · ALASKA · CITY & BOROUGH OF JUNEAU

    Purchase and Delivery of TSS Sensor Air Flush Assembly

    Issued by City & Borough of Juneau
    localRFQCity & Borough of JuneauSol. 208937
    Closed
    STATUS
    Closed
    due Feb 17, 2026
    PUBLISHED
    Posting date
    JURISDICTION
    City &
    local
    NAICS CODE
    333318
    AI-classified industry

    AI Summary

    The City & Borough of Juneau seeks quotes for immediate purchase and delivery of ten TSS Sensor Air Flush Assemblies for Public Works Wastewater. Vendors must register on Public Purchase and submit pricing by Feb 17, 2026. Delivery requested before April 30, 2026. Award to lowest responsive bidder.

    Opportunity details

    Solicitation No.
    208937
    Type / RFx
    RFQ
    Status
    Active
    Level
    local
    Published Date
    Due Date
    February 17, 2026
    NAICS Code
    333318AI guide
    State
    Alaska
    Agency
    City & Borough of Juneau

    Description

    INTENT: This quote will result in the immediate purchase and delivery of TSS Sensor Air Flush Assemblies per drawings and specifications for the City and Borough of Juneau (CBJ) Public Works Wastewater (PWW). SUBMISSION INSTRUCTIONS: Timely responses are accepted via Electronic Submission at Public Purchase the CBJ’s eProcurement Provider, or via email to Purchasing@Juneau.gov *Late responses will not be accepted. To respond complete the free online registration. Registration is a two-step process; Use the Public Purchase ‘Help’ Menu Tab, Register early - Registration may take up to 24-hours to complete. Vendors who successfully register may submit a response by doing the following: Access the solicitation online at Public Purchase and complete pricing for the line item listed, or download the provided PDF forms, fill out all fields and upload to Public Purchase or email to Purchasing@Juneau.gov. Do not submit more than one pricing schedule. Download provided PDF Quote Schedule & Equivalent/Variance page, and Signature Page, fill out all fields indicated, sign and upload to Public Purchase or email. Use only the documents provided. Acknowledge the General Terms & Conditions* (ATTACHMENT A), Vendors must acknowledge, or acknowledge with exceptions. Exceptions may not qualify for award. CONTACT, QUESTIONS & ADDENDA: CBJ Purchasing Division of Finance is the sole point of contact for all matters pertaining to this solicitation. Submit any questions to purchasing@juneau.gov . You can also utilize the “Ask Questions” link available on Public Purchase CBJ’s eProcurement platform. No oral interpretations will be made. Submit all questions in writing, noting issuing buyer, solicitation number and title. Requests must be received a minimum of three (3) business days prior to the solicitation deadline. Any changes to CBJ issued documents will be in the form of an addendum to the solicitation, and will be issued as promptly as possible to all plan holders. All such addenda will become part of the solicitation. CONTRACT ADMINISTRATOR: The contract administrator for this contract will be Abner Miller, Engineering Associate, Public Works, Wastewater Division or upon notification, an alternative assigned designee. PRICE & F.O.B. POINT: Quote price is to include all related costs, including shipping and delivery to the final destination or FOB Point. Shipping costs must be imbedded into the unit price. F.O.B. destination is: City and Borough of Juneau, CBJ Public Works Wastewater, 2009 Radcliffe Road, Juneau, Alaska, 99801, ATTN: Abner Miller. DELIVERY DATE: Delivery at the final destination is requested prior to April 30, 2026 after receipt of order (ARO). Indicate on the Quote Schedule & Signature Page, the number of calendar days required for delivery. QUANTITIES: The City anticipates issuing a purchase order for the quantities listed. If additional quantities are needed CBJ may ask the Vendor to honor any pricing submitted for the duration of the current fiscal year. The City does not guarantee any minimum or maximum orders. ACCEPTANCE & RETURNS: The City reserves the right to determine suitability of items offered. All goods or materials are subject to approval by the City. Any items rejected because of non-conformity of the terms and conditions or specifications of this contract, whether held by the City or returned, will be at the Contractor's risk and expense. REFERENCES: If the City is considering an equivalent, the bidder may be asked to provide references from clients currently using the brand/model being offered. Failure to produce acceptable references upon request may deem the brand/model offered unacceptable and the bid non-responsive. References may be a factor in determining the bidder’s ability to provide a quality product for the City. CERTIFIED WEIGHT/SCALE: The Contractor is responsible for providing a certified scale. The Contractor must provide a certified weight/load slip for each delivery to the CBJ user receiving the shipment. PERMITS: The Contractor must comply with all applicable Federal, State, City laws which have a bearing on this contract and must have all licenses and permits required by the State and/or City for performance of this contract. PARTS AVAILABILITY: The manufacturer must guarantee parts availability for a minimum of ten (10) years or the reasonable life of the units, whichever is greater. MANUFACTURING: Materials and assembly used in the manufacture of items and equipment must be free of any damages and defects. Requested items and equipment will conform to generally accepted industry standards, manufactures published specifications, required technical specification and be new equipment. Used, shopworn, demonstrator, prototype or discontinued models are not acceptable. Review of General Terms & Conditions & Insurance: Attached to this solicitation are documents required for this project (ATTACHMENTS A, B). Vendors should carefully review all attachments. Awarded Vendor is expected to comply with these requirements. AWARD: Award will be made by Total Quote to the lowest responsive, responsible bidder meeting all requirements. In the event the primary Contractor cannot meet their obligation, the City will contract with the next available Contractor. TECHNICAL SPECIFICATIONS: Manufacture and supply ten (10) TSS Air Flush Assemblies per drawings and specifications attached in EXHIBIT 1. Drawings and specifications will be made available to awarded vendor in CNC/DXF format if requested. SEE ATTACHED DOCUMENTS FOR COMPLETE INFORMATION

    Key dates

    1. February 17, 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.