Active SLED Opportunity · FLORIDA · GAINESVILLE REGIONAL UTILITIES

    Replace DHR Instrument Air (IAS) Compressor (rebid)

    Issued by Gainesville Regional Utilities
    localRFPGainesville Regional UtilitiesSol. 248258
    Open · 17d remaining
    DAYS TO CLOSE
    17
    due May 11, 2026
    PUBLISHED
    Apr 10, 2026
    Posting date
    JURISDICTION
    Gainesville Regional
    local
    NAICS CODE
    333912
    AI-classified industry

    AI Summary

    Gainesville Regional Utilities seeks proposals to replace an oil-free instrument air compressor at its biomass plant. The project includes equipment delivery, installation, and quarterly servicing. Proposals will be evaluated on price, technical compliance, safety, and experience in power plants. Delivery is desired before June 2026.

    Opportunity details

    Solicitation No.
    248258
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    April 10, 2026
    Due Date
    May 11, 2026
    NAICS Code
    333912AI guide
    State
    Florida
    Agency
    Gainesville Regional Utilities

    Description

    The Gainesville Regional Utilities (GRU) biomass plant, Deerhaven Renewables is planning to replace an air compressor that has reached end-of-life. The new machine has been sized via a 2-week air audit study.

    • The new machine will be located outdoors, underneath a roof that will be rated to withstand 110 mph winds.
    • The controller of the new machine cannot be remotely programmable as per NERC cybersecurity guidelines.

    Background

    • Annual operating hours of the machine is between 4,000 - 5,000 hours. There is a second machine that the plant rotates on a weekly basis in order to balance the run hours on the two machines.
    • GRU desires to have the machines serviced quarterly. 
    • The instrument air system is an oil-free system, so only oil-free machines will be considered.
    • GRU will consider more than one proposal from any vendor.
    • GRU desires to accept delivery of the new machine before June 2026.

    Project Details

    • Reference ID: RFP 2026-054
    • Department: Energy Supply
    • Department Head: Dino DeLeo (Energy Supply Officer)

    Important Dates

    • Questions Due: 2026-05-01T20:00:00.000Z

    Meetings & Milestones

    EventDateLocation
    Evaluation Meeting *(attendance required)*2026-05-21T13:30:00.000ZMicrosoft Teams meeting Join: https://teams.microsoft.com/meet/230869154562983?p=dAdYif7EDNCerpGhOe Meeting ID: 230 869 154 562 983 Passcode: uz2Pw9dX ________________________________________ Need help? | System reference Dial in by phone +1 352-554-8008,,849880378# United States, Gainesville Find a local number Phone conference ID: 849 880 378#

    Evaluation Criteria

    • Price (35 pts)

      The cost of the air compressor, delivered to GRU, including startup and commissioning.

    • Technical Offering (40 pts)

      Submit technical data sheets demonstrating compliance with all requirements outlined in Section 2.1.

    • Safety (10 pts)
      1. Please provide safety metrics for the service team who would be servicing the machine.
      2. Experience Modification Rate (EMR) Documentation for the most recent three (3) full years provided on letterhead from current insurance provider.
      3. As part of the safety record evaluation, the Vendor shall submit copies of its OSHA Form 300 and Form 300A for the most recent three (3) completed calendar years, which will be used to assess the vendor’s occupational safety and health performance.
    • Experience in Power Plants (15 pts)

      Provide a list of sites in Florida, Georgia, Alabama, Mississippi, and/or Texas that have the proposed equipment installed. List should include the model number and quantity installed. More points will be assigned for a more comprehensive list.

      Contact information must be provided for at least 3 sites. Power Generation, Pulp & Paper, Petrochemical and large industrial sites should be prioritized.

      Contact information must include:

      • name
      • phone number
      • email address 

    Submission Requirements

    • Respondent Certification Form (required)

      "I hereby propose to provide the goods/services requested in this Solicitation. I agree to hold pricing for at least 60 calendar days from the Solicitation due date. I agree that GRU’s terms and conditions herein take precedence over any conflicting terms and conditions submitted for GRU’s consideration, and agree to abide by all conditions of this Solicitation.

      I certify that all information contained in this Response is truthful to the best of my knowledge and belief. I further certify that I am duly authorized to execute and submit this Response on behalf of the organization as its agent and that the organization is ready, willing and able to perform if awarded.

      I further certify that this Response is made without prior understanding, agreement, connection, discussion, or collusion with any other person, company or corporation submitting an offer for the same product or service; and the undersigned executed this Respondent’s Certification with full knowledge and understanding of the matters therein contained."

      Please download the below documents, complete, and upload.

    • Drug-Free Workplace Certification Form (required)

      Please download the below documents, complete, and upload.

      "Preference may be given to a business that certifies that it has implemented a drug-free workplace program. Pursuant to Section 287.087, Florida Statutes, whenever two or more competitive solicitations that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a response received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie responses will be followed if none of the tied providers has a drug free workplace program. In order to have a drug-free workplace program, a business shall:

          1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.
          2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations.
          3. Give each employee engaged in providing the commodities or contractual services that are under proposal a copy of the statement specified in Subsection (1).
          4. In the statement specified in Subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under proposal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893, Florida Statutes, or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction.
          5. Impose a sanction on any employee who is so convicted or require the satisfactory participation in a drug abuse assistance or rehabilitation program as such is available in the employee's community.
          6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of applicable laws, rules and regulations.

      As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements."

    • Affidavit of Compliance with Section F.S. 787.06(14) Florida Anti-Human Trafficking Compliance (required)

      Pursuant to section 787.06(14), Fla. Stat., when this contract is executed, renewed, or extended the Contractor and any subcontractors must provide the City with an affidavit, signed by an officer or a representative of the Contractor and any subcontractors under penalty of perjury, attesting that the Contractor and subcontractor does not use coercion of labor or services as those terms are defined in this section.

      Please download the below documents, complete, and upload.

    • Bid Bond (required)

      Please download the below documents, complete, and upload.

    • Performance and Payment Bond (required)

      By checking "Yes", bidder understands the following:

      If awarded, a Performance Bond and Payment Bond are required. Contractor shall provide such bonds, using the forms attached, for 100% of the price of the awarded contract as security for the full and complete performance of the Contract and for the payment of all persons performing labor, furnishing materials or furnishing equipment in connection with the Contract.

      The surety or sureties shall be a company or companies satisfactory to GRU. In accordance with the Florida Statutes, a person entering into a contract with GRU for the construction of a public building or repairs to a public building or a public work is required, prior to commencing work, to execute and record in the public records of Alachua County, a payment and performance bond with a surety insurer authorized to do business in the state as surety.

    • Pricing Response/Table (required)

      Please upload Pricing Response/Table.

    • Subcontractor Information Form (required)

      Please download the below documents, complete, and upload.

      List all subcontractors that will be used for the Work along with the tasks they will provide. If the subcontractor is a small and minority-owned business, women’s business enterprise, or labor surplus firm, check the boxes that apply. The selected prime Contractor will be asked to provide the actual subcontractor spend amount at a later date. Subcontractors are not permitted to work at GRU if listed on the State of Florida Suspended Vendor List or the Federal Suspensions and Debarments

        • Small Business Enterprise (SBE): A business that is independently owned and operated and is qualified as a small business under the Small Business administration criteria and size standards at 13 C.F.R. Part 121.
        • Women’s Business Enterprise (WBE): A business enterprise that is (a) at least 51% owned by one or more women, or in the case of a publicly owned business, at least 51% of the stock is owned by one or more women; and (b) whose management and daily operations are controlled by one or more women. (13 C.F.R. Part 127) 
        • Minority Business Enterprise (MBE): A business that is (a) at least 51% owned by one or more minority group members, or in the case of a publicly owned business, at least 51% of the stock is owned by one or more minority group members; and (b) whose management and daily operations are controlled by one or more minority group members. (13 C.F.R. § 124.103, 13 C.F.R. § 124.102, and 13 C.F.R. § 124.105).
        • Labor Surplus Area (LSA): A locality, defined by the Department of Labor’s Employment and Training Administration, that has a civilian average annual unemployment rate during the previous two calendar years of 20% or more above the average annual civil unemployment rate for all states during that same period. (20. C.F.R. § 654.4-654.5). There is an “Exceptional Circumstance Consideration Provision” that allows a civil jurisdiction to ask for inclusion in the LSA list after it is published, due to events such as COVID-19, natural disasters, and other adverse economic changes.
        • Labor Surplus Area Firm (LSAF): A firm that together with its first-tier subcontractors will perform substantially in LSAs as identified by the Department of Labor in accordance with 20. C.F.R. § 654. Performance is substantially in LSAs if the costs incurred under the contract on account of manufacturing, production, or performance of appropriate services in labor surplus areas exceed 50% of the contract price (40 C.F.R. § 33.103). 
    • Subcontractor Information Form (required)

      Please download the below documents, complete, and upload.

    • Attach Clarifications and/or Exceptions. (required)

      Any deviation from this Solicitation must be provided and explained in detail with the Response. Deviations must be explained on a separate page labeled “Clarifications and Exceptions” and included with the Response. Each clarification and exception must correspond to the specific referenced section in the Solicitation. Otherwise, the Response will be considered in strict compliance with the Solicitation and the selected Respondent will be held accountable for compliance with the Specifications

      Upload your Clarifications and/or Exceptions here.

    • Insurance Requirements

      Please download the below documents for your review.

    • Technical Offering (required)

      Upload Technical Offering Here.

       

      Submit technical data sheets demonstrating compliance with all requirements outlined in Section 2.1.

    • Safety (required)

      Upload the following here:

      Please provide safety metrics for the service team who would be servicing the machine.

       

    • OSHA 300 and 300A forms. (required)

      Upload OSHA 300 and 300A forms.

    • Experience Modification Rate (EMR) Documentation (required)

      Experience Modification Rate (EMR) Documentation for the most recent three (3) full years provided on letterhead from current insurance provider.

    • Experience in Power Plants (required)

      Upload the following:

      Provide a list of sites in Florida, Georgia, Alabama, Mississippi, and/or Texas that have the proposed equipment installed. List should include the model number and quantity installed. More points will be assigned for a more comprehensive list.

      Contact information must be provided for at least 3 sites. Power Generation, Pulp & Paper, Petrochemical and large industrial sites should be prioritized.

      Contact information must include:

      • name
      • phone number
      • email address 
    • Service Contract (required)

      Provide a copy of Service Contract:

      • Explicitly state what is included in the contract.
      • What services and consumables are included.
      • Warranty that is provided (must be five year warranty).
      • Owner Requirements to qualify for warranty.
    • What capacity will vendor be providing services/labor for GRU? (required)

      For the purpose of Insurance Requirements, please choose one of the following:

      1. Software
      2. Engineering or Consulting Services
      3. Contractor
      4. None of the above (Insurance is not required)
    • Goods only, or Service, Labor or Labor/Material? (required)

      1. Is this Solicitation for Goods only?

      2. Is this Solicitation for a Service, Labor or Labor and Material?

      3. Is this Solicitation for Consulting Services?

      4. Is this Solicitation for Software Services?

    • Mandatory Pre-Bid Meeting (required)

      Is the pre-bid meeting mandatory?

    • Mandatory - entrance after meeting begins (required)

      Enter number of minutes below:

      "Representatives arriving to the Pre-Bid/Proposal Meeting more than __ minutes late will not be allowed to participate in the meeting."

    • Non-Mandatory Pre-Bid Meeting (required)

      Is the pre-bid meeting non-mandatory?

    • Non-Mandatory - entrance after meeting begins (required)

      Enter number of minutes below:

      "Representatives arriving to the Pre-Bid/Proposal Meeting more than __ minutes late will not be allowed to participate in the meeting."

    • Presentations (required)

      Will there be a shortlist of bidders to be invited to present to the evaluation team?

    • Procurement Specialist Email Address (required)

      Type in your email address

    • Procurement Specialist Office Number (required)

      Type in your phone number

    • Engineering Services or Consulting Services (required)

      Is this solicitation for engineering services, or for consulting services other than engineering services?

    • Professional Services Agreement (required)

      Is this solicitation for engineering, architectural or consulting services?

    • Approved Budget (required)

      Enter the dollar amount of your approved budget.

    • What is the Network Number? (required)

      What is the Network Number?

    • Terms of Award (required)

      Please select from the Terms of Award listed below if known:

    • Experience Modification Rate (EMR) (required)

      Does vendor need to provide EMR?

    • Electronic Pricing Table (required)

      Would you like to have bidders respond to an electronic pricing table through OpenGov?

      Some examples of when to say "yes":

      1. This is a quote for goods or services
      2. This is a bid, with a pricing table that can be uploaded from an Excel spreadsheet
      3. Hourly rate schedules
    • Evaluation (required)

      Will there be an evaluation to review the proposals and score them based on weights and multiple criteria?

    • List your Evaluation Criteria (required)

      List criteria being evaluated (i.e. price, delivery and warranty). 

    • Evaluation Committee (required)

      List 3-5 names of member who will be on the evaluation comittee.

    • Contract (required)

      Is a multi-year contract required?

    • Term of Agreement: Begin Date (required)

      Enter the begin date here (i.e. October 1, 2024)

    • Term of Agreement: Termination Date (required)

      Enter the termination date (i.e. September 30, 2024)

    • Renewals (required)

      How many renewal will this contract have? (i.e. 'Three (3)'; 'Two (2)'; 'Three (3) One Year', etc.)

    • State or Federal Funding (required)

      Will the purchase of goods or services be funded by the State or Federal Government (i.e. Grants, FEMA Reimbursements).

    • Bid Bond (required)

      Will this solicitation require a bid bond?

    • Performance and Payment Bond (required)

      Will a Performance Bond be required for this solicitation?

    • Surety Bond. (required)

      Is a Surety Bond required with bid submittals?

    • Surety Bond $ Amount (required)

      Enter the dollar amount of the surety bond

    • Commercial Blanket Bond. (required)

      Is a Commercial Blanket Bond required with bid submittal?

    • Fidelity Bond (required)

      Is a Fidelity Bond required?

    • Liquidated Damages (required)

      Will Liquidated damages be required?

    • Liquidated Damages dollar amount $ (required)

      Enter dollar amount of Liquidated Damages.   

      For example: "Liquidated damages shall be assessed in the amount of $[XXX,XXX].  [Define when liquidated damages will apply]." 

    • Work Hours (y/n) (required)

      Do work hours apply to this solicitation?

    • Work hours - Days of week/time of day work can be done. (required)

      Enter the days of the week and the hours of the day that work can be done. (i.e. Monday-Friday, 8am-5pm)

    • Delivery Date (required)

      Do you have a required delivery date?

    • Delivery Date (required)

      Provide required delivery date

    • Delivery Location (required)

      Do you have a specific delivery location?

    • Delivery Location (required)

      Enter full delivery address here.

    • Job Site. (required)

      Is there a specific location where work will be done?

    • Job Site Address (required)

      Please provide address for the job site.

    • Construction (required)

      Is this a Construction Project?

    • Will Vendor provide required permits? (required)

      Will Vendor provide required permits?

    • Will GRU provide permits? (required)

      Will GRU provide required permits?

    • Licensing requirements? (required)

      Licensing requirements?

    • Design Build (required)

      Is this a Design Build Project?

    • Choose which indemnification clause applies to this construction project. (required)

      Choose which indemnification clause applies to this construction project.

    • Florida Trench Safety Act. (required)

      Does the Florida Trench Safety Act apply to this solicitation?

       

      The State of Florida incorporates the Occupational Safety and Health Administration’s (OSHA) excavation safety standards, 29 C.F.R.  1926.650 Subpart P, as its standard (Sections 553.60-64, F.S.). The Contractor/Respondent shall list separately in their Proposal the cost of compliance with these standards on a lineal footage basis and the method of compliance. The bidder shall determine if special shoring requirements are needed. Special shoring shall be identified and priced on a square footage basis in the Proposal. The Successful Bidder is fully responsible for the design of the trench safety system and the compliance with the applicable standards for the project.

    • Best and Final Officer (BAFO) (required)

      Will a best and final offer apply to this solicitiation?

    • Contractor, Supplier or Consultant? (required)

      Is the vendor a:

      (Your answer will automatically populate throughout the contract document)

    • CONTRACTOR, SUPPLIER OR CONSULTANT (CAPS) (required)

      Is the vendor a:

      (Your answer will automatically populate throughout the contract document)

    • Contractor Business Entity (required)

      Sunbiz

      https://dos.fl.gov/sunbiz/search/

      Enter the Business Entity Type of the Contractor

    Key dates

    1. April 10, 2026Published
    2. May 11, 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.