SLED Opportunity · FLORIDA · CITY OF HOMESTEAD

    QQ#2026-325 Purchase and Delivery of New Diesel Fuel Pipeline Valves

    Issued by City of Homestead
    cityRFQCity of HomesteadSol. 248485
    Closed
    STATUS
    Closed
    due Mar 27, 2026
    PUBLISHED
    Mar 20, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    333911
    AI-classified industry

    AI Summary

    City of Homestead seeks quotes for purchase and delivery of new diesel fuel pipeline valves to replace deteriorated valves impacting system reliability. Award based on price, delivery, and vendor responsiveness. Valves must meet industry standards and material compatibility requirements.

    Opportunity details

    Solicitation No.
    248485
    Type / RFx
    RFQ
    Status
    open
    Level
    city
    Published Date
    March 20, 2026
    Due Date
    March 27, 2026
    NAICS Code
    333911AI guide
    Jurisdiction
    City of Homestead
    State
    Florida
    Agency
    City of Homestead

    Description

    The City of Homestead Energy Services Department (HPS) is soliciting quotes from qualified vendors for the purchase and delivery of new diesel fuel pipeline valves. Vendors must demonstrate the ability to provide high-quality products that meet all applicable specifications and requirements. The award of this request will not be based solely on price. In addition to competitive pricing, consideration will be given to the vendor’s ability to meet delivery timelines, reliability of supply, and overall responsiveness.

    Background

    Over several years of service, the diesel-fuel gravity-feed pipeline valves have progressively deteriorated to a condition that can no longer be corrected through routine operational maintenance. As a result, their degraded state is now impacting system reliability and the safe operation of the fuel supply system.

    Given that the existing valves are beyond repair, procurement and installation of new replacement valves is necessary to restore the gravity-feed system to proper and reliable operating condition.

    When valves deteriorate to this extent, the impacts typically include:

    • Fuel flow control: Reduced ability to regulate flow properly, resulting in inconsistent, restricted, or unreliable fuel feed to the system.

    • Leak integrity: Compromised sealing surfaces and internal components increase the risk of leaks, creating potential environmental concerns and safety hazards.

    • Maintenance burden: Escalating maintenance requirements, as repeated minor repairs and adjustments no longer restore functionality or meaningfully extend the valves’ service life.

    Project Details

    • Reference ID: QQ#2026-325
    • Department: Electric Utilities
    • Department Head: Barbara Quinones (Director of HPS | Energy)

    Important Dates

    • Questions Due: 2026-03-25T18:00:00.000Z

    Evaluation Criteria

    • Summary

      The City of Homestead Energy Services Department (HPS) is soliciting quotes from qualified vendors for the purchase and delivery of new diesel fuel pipeline valves. Vendors must demonstrate the ability to provide high-quality products that meet all applicable specifications and requirements. The award of this request will not be based solely on price. In addition to competitive pricing, consideration will be given to the vendor’s ability to meet delivery timelines, reliability of supply, and overall responsiveness.

    • Purchase and Delivery of New Pipeline Diesel Fuel Valves

      Procurement of diesel pipeline valves requires careful attention to technical specifications and strategic vendor qualification. Because diesel fuel is a refined petroleum product transported under pipeline conditions, valves should meet recognized midstream oil and gas industry standards to ensure safety, durability, and regulatory compliance.

      When issuing a Request for Proposal (RFP), the following requirements should be clearly specified:


      1. Applicable Design Standards

      • API 6D – Primary standard for pipeline valves (design, manufacturing, testing, and documentation).

      • API 6FA or API 607 – Fire-safe testing requirements, depending on valve type and application.

      Specifying these standards ensures the valves are built and tested for pipeline service and emergency conditions.


      2. Material Compatibility

      While diesel is less corrosive than crude oil, proper material selection remains critical:

      • Body and trim materials: Carbon steel or stainless steel appropriate for operating pressure and environmental exposure.

      • Seals and O-rings:

        • Viton (FKM) for higher temperature and chemical resistance

        • Nitrile (NBR) for standard diesel service applications

      Seal compatibility is essential to prevent swelling, degradation, or premature failure.


      3. Valve Types and Applications

      • Ball Valves

        • Best suited for rapid shut-off and isolation.

        • Provide tight sealing and minimal operator effort.

      • Gate Valves

        • Preferred for mainline service where full-bore flow and minimal pressure drop are required.

        • Suitable for infrequent operation in steady-state systems.

      • Check Valves

        • Required to prevent backflow in gravity-feed or pump-assisted systems.

        • Piston or swing check designs are commonly used in fuel service.

      • Double Block and Bleed (DBB)

        • Recommended where high-security isolation is required.

        • Provides redundant sealing with the ability to verify zero leakage between seats.


       

    • Procurement Contact

      Veronica Tzoc
      Buyer Analyst
      450 SE 6th Avenue
      Homestead, FL 33030

      Department: Electric Utilities

    • REQUIRED INSURANCE – CITY OF HOMESTEAD ITQs:

      Prices shall include the cost to obtain/maintain such insurance throughout the course of this term contract. Vendors expressly affirm that they have had the opportunity to recover the costs of the insurance required herein in their contract price.

      1. All insurance policies shall be issued by insurers that are authorized to transact business in the State of Florida, and have an A. M. Best's financial and size rating of A-VI or better.
      2. All insurance policies, except Property, Workers Compensation and Professional Liability (if applicable), shall name and endorse the following as additional insured: The City of Homestead, its employees, directors, officers, agents, independent contractors, successors and assigns, and other authorized representatives as additional insured to the extent of the contractual obligation assumed by Bidder. The Commercial General Liability policy shall be endorsed with the ISO CG 2010 Additional Insured endorsement (or similar endorsement with coverage at least as broad as the ISO CG 2010) and the ISO CG 2037 Additional Insured-Completed Operations endorsement (or similar endorsement with coverage at least as broad as the ISO CG 2037). As additional insured, the City shall be defended and indemnified for claims to the extent caused by the acts, actions, omissions or negligence of Bidder, its employees, agents, subcontractors, and representatives; but is not defended or indemnified for the additional insureds own acts, actions, omissions, negligence.
      3. All insurance policies shall include a Transfer of Rights of Recovery Against Others to Us / Waiver of Subrogation in favor of the City.
      4. All insurance policies shall be endorsed to provide that
        1. Bidder’s insurance is primary and non-contributory to any other insurance available to the City with respect to claims covered under the policy and
        2. Bidder’s insurance applies separately to each insured against who claims are made or suit is brought and that the inclusion of more than one insured shall not operate to increase the insurers limit of liability. Self-insurance shall not be acceptable. Any policy including a self-insured retention (SIR) in the primary layer of liability in any amount must be submitted to and approved by the City’s Risk Management Department prior to risk approval.
      5. Bidder shall carry the following types of insurance coverage whether products and/or services provided by Bidder to the City in connection with the performance of this Contract occur on City premises or not. (Commercial General Liability must be carried by all Contractors):
        1. WORKER'S COMPENSATION:  Bidder shall carry as required by the State of Florida with the Statutory limits, and include employers liability insurance with a limit of not less than $1,000,000 for each accident, $1,000,000 for each disease and $1,000,000 for aggregate disease.  Policy shall be endorsed with a Waiver of Our Right to Recover From Others endorsement which favors the City. A copy of NCCI Form WC 00 03 13 (or similar endorsement with coverage at least as broad as NCCI Form WC 00 03 13) issued by the insurer may be required for risk review.
        2. AUTOMOBILE LIABILITY: Bidder shall carry automobile liability insurance with minimum limits of One Million ($1,000,000) dollars, combined single limit per occurrence for bodily injury liability and property damage.  The policy is to be written on ISO Form CA 00 01 covering any auto (Symbol 1) or if Bidder has no owned autos, covering hired (Symbol 8) and non-owned (Symbol 9) autos. Policies shall be endorsed to add the City of Homestead as Additional Insured and include a Waiver of Subrogation in favor of the City. Coverage must be primary and non-contributory to any other insurance available to the City. Copies of the endorsements or policy forms reflecting these terms may be required for risk review.
        3. COMMERCIAL GENERAL LIABILITY:  Bidder shall carry Commercial General Liability Insurance for all operations and shall include Contractual, Products and Completed Operations and Personal and Advertising Injury coverage with limits of not less than: one million ($1,000,000) dollars each Occurrence and for Personal and Advertising Injury coverage and two million ($2,000,000) dollars for Products-Completed Operations Aggregate and General Aggregate. The Commercial General Liability insurance policy must include the following listed Coverages: Coverage A-Bodily Injury and Property Damage Liability, Coverage B-Personal and Advertising Injury Liability, and Coverage C-Medical Payments. Coverage shall include coverage for premises and/or operations, independent contractors, products and/or completed operations for contracts, contractual liability, broad form contractual coverage, broad form property damage, products, completed operations, and personal injury.  Personal injury coverage shall include coverage that has the employee and contractual exclusions removed. Coverage must be primary and non-contributory. The insurance policy must and may NOT include the ISO CG 21 39 CONTRACTUAL LIABILITY LIMITATION or ISO CG 24 46 AMENDMENT OF INSURED CONTRACT DEFINITION or similar endorsements. The Commercial General Liability policy must be endorsed to add the City of Homestead as Additional Insured and include a waiver of subrogation endorsement in favor of the City. Copies of these endorsements and/or policy forms reflecting these terms may be required for risk review.
        4. UMBRELLA OR EXCESS LIABILITY: Bidder may satisfy the minimum liability limits required above by providing proof of an Umbrella or Excess Liability policy.  There is no minimum Per Occurrence limit of liability under the Umbrella or Excess Liability; however the Annual Aggregate limit shall not be less than the highest Each Occurrence limit for any of the policies noted above. If relying upon umbrella or excess liability limits to satisfy the minimum liability limits required above, Bidder agrees to name and endorse the City of Homestead, its officers, agents, employees and council members as additional insured. As additional insured, the City shall be defended and indemnified for claims caused by the acts, actions, omissions or negligence of Bidder, its employees, agents, subcontractors, and representatives; but is not defended or indemnified for the additional insureds own acts, actions, omissions, negligence. If relying upon umbrella or excess liability limits to satisfy the minimum liability limits required above, policy(ies) must be endorsed with waiver of subrogation in favor of the City. A copy of the policy endorsement may be required for risk review.
      6. Risk Management expressly reserves the sole right to update, alter, amend or change insurance requirements as circumstances warrant.

       

      Please refer to link for Minimum Insurance Requirements: https://www.homesteadfl.gov/689/Minimum-Insurance-Requirements

    • Timeline
      Quote Request Date:March 20, 2026
      Question Submission Deadline:March 25, 2026, 2:00pm
      Quote Due Date:March 27, 2026, 2:00pm

    Submission Requirements

    • CERTIFICATION (required)

      I certify that this quote submission is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a quote for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of this request and certify that I am authorized to act on behalf of the bidder/contractor/supplier.

    • CERTIFICATE OF INSURANCE (required)

      Upload a copy of your COI here.

    • LOCAL VENDOR PREFERENCE (required)

      Are you seeking LOCAL VENDOR PREFERENCE?

    • LOCAL BUSINESS TAX RECEIPT (required)

      Upload a copy of your Local Business Tax Receipt.

      For more information see:

       https://www.homesteadfl.gov/168/Business-Tax-Receipt

      https://www.homesteadfl.gov/faq.aspx?qid=60 

    • QUOTE DOCUMENTATION

      If this quotation is being submitted under a cooperative or piggyback contract, please upload a document listing the contract name and number, or any other required information listed in the SCOPE OF WORK or PRICING PROPOSAL section(s).

      All pricing, terms, and conditions must comply with the referenced agreement.

    • Proposed Delivery Lead Time (required)

      Delivery Lead time upon award notice

    • Will the vendor be required to provide insurance? (required)

      Example: if the vendor is coming onto City sites

    Key dates

    1. March 20, 2026Published
    2. March 27, 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.