Active SLED Opportunity · CALIFORNIA · COUNTY OF ALAMEDA, CA

    RFP 902729 Emergency Management Software Platform Services

    Issued by County of Alameda, CA
    countyRFPCounty of Alameda, CASol. 261504
    Open · 33d remaining
    DAYS TO CLOSE
    33
    due Jun 15, 2026
    PUBLISHED
    May 1, 2026
    Posting date
    JURISDICTION
    County of
    county
    NAICS CODE
    541512
    AI-classified industry

    AI Summary

    County of Alameda seeks proposals for a cloud-based emergency management software platform to support multi-jurisdictional incident management and coordination. The platform must comply with FEMA and California OES standards and include implementation, training, and 24/7 support services. Proposals due by June 15, 2026.

    Opportunity details

    Solicitation No.
    261504
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    May 1, 2026
    Due Date
    June 15, 2026
    NAICS Code
    541512AI guide
    Agency
    County of Alameda, CA

    Description

    It is the intent of these specifications, terms, and conditions to describe emergency management software platform services being requested by the County.

    The County intends to award a three-year contract (with the option to renew for two years) to the Bidder selected as the most responsive and responsible Bidder whose response conforms to the RFP and meets the County’s requirements.

    Background

    Alameda County Sheriff’s Office, Office of Emergency Services (OES) serves as the lead agency for coordinating emergency management activities within the County of Alameda Operational Area, in accordance with the California Emergency Services Act and the Standardized Emergency Management System (SEMS). The Operational Area serves approximately 1.6 million residents and includes fourteen incorporated cities, multiple special districts, County departments, critical infrastructure partners, and unincorporated communities. OES is responsible for coordinating preparedness, response, recovery, and mitigation activities across Operational Area jurisdictions and serves as the primary point of coordination between local jurisdictions and the California Governor’s Office of Emergency Services (Cal OES) and federal emergency management partners.

    The County currently utilizes a cloud-based emergency management software platform to support incident management, situational awareness, and Operational Area coordination. This platform is used by Alameda County, most Operational Area jurisdictions, select special districts, and regional partners, including the Alameda County Health, AC Transit. At the state level, Cal OES utilizes a compatible platform to support statewide coordination and information sharing, enabling alignment across jurisdictions during incidents.

    Through OES, the County is seeking to procure a secure, interoperable, cloud-based emergency management software platform to continue to serve as the Operational Area’s Common Operating Picture, event documentation system, and primary platform for emergency coordination. The software platform must support day-to-day preparedness activities as well as large-scale incident management operations in compliance with Federal Emergency Management Agency (FEMA) and Cal OES documentation standards. The solution must also support interoperability and coordination with jurisdictions throughout the Operational Area and key regional and state partners.

    The Contractor will provide a comprehensive, secure emergency management software solution that aligns with federal (FEMA) and state (Cal OES) emergency management practices, including the National Incident Management System (NIMS) and California’s SEMS. The platform must comply with applicable FEMA and Cal OES documentation, reporting, and operational standards.

    The solution will support situational awareness, incident planning, resource coordination and tracking, Incident Action Plan development, recovery operations, and after-action reporting consistent with current federal and state requirements.

    The platform will maintain interoperability with existing emergency management systems used by Alameda County, Operational Area jurisdictions, and regional and state partners, or provide demonstrably equivalent cross-jurisdictional coordination and operational functionality. The system must enable secure, real-time collaboration and seamless information exchange among County departments, cities, special districts, and regional and state partners to support Alameda County’s Operational Area coordination responsibilities. The Contractor will demonstrate that the proposed solution meets or exceeds the operational, interoperability, and documentation capabilities required to support these functions.

    System Demonstration

    Bidders that pass the Initial Evaluation (see page 16, Section G.1. for definition) must be available to participate in a System demonstration as part of the County’s evaluation process. The System demonstration will be conducted in conjunction with the oral interview via Microsoft Teams and will not exceed two (2) hours in total.

    The demonstration must utilize the Bidder’s proposed System and must reflect actual system functionality.

    Bidder must demonstrate key System capabilities aligned with Section D. Specific Requirements, Items 2 through 5, including but not limited to situational awareness, incident management, resource coordination, and interoperability. The County may provide specific scenarios or workflows in advance that Bidder will be required to demonstrate.

    Project Details

    • Reference ID: 902729
    • Department: General Services Agency-Procurement
    • Department Head: Detra Dillon (Purchasing Administrator)

    Important Dates

    • Questions Due: 2026-05-13T00:00:00.000Z
    • Pre-Proposal Meeting: 2026-05-11T17:00:00.000Z — https://teams.microsoft.com/meet/256424770365270?p=iDidyf9J8OoCv8ONJ6

    Evaluation Criteria

    • Completeness of Response (1 pts)

      Responses to this solicitation must be complete.  Responses must address all the requirements identified within this solicitation and all related documents, including any Addenda. Failure to meet the Bidder Minimum Qualifications may also be considered an incomplete response and may result in the disqualification of the Bidder.

    • Debarment and Suspension (1 pts)

      Bidders, its principal, and named subcontractors are not identified on the list of Federally debarred, suspended, or other excluded parties located at www.sam.gov/SAM.

    • Cost (75 pts)

      The points for Cost will be computed by dividing the amount of the lowest responsive and responsible bid received by each Bidder’s total proposed cost.

      Cost evaluation points may be adjusted by considering:

      1. Reasonableness (i.e., how well does the proposed pricing accurately reflect the Bidder’s effort to meet requirements and objectives?).
      2. Realism (i.e., is the proposed cost appropriate to the nature of the products and/or services to be provided?).
    • Bidder's Capability and Experience (50 pts)

      Proposals will be evaluated considering the RFP specifications, Bidder’s response submitted in the corresponding section of Exhibit A – Bid Response Packet, and the questions below:

      1. How relevant and sufficient is Bidder’s experience in delivering implementation, training, and technical support for public sector emergency management agencies and diverse user groups?
      2. How proven is Bidder’s successful deployment and operational use of the proposed software solution across at least three (3) similarly sized and public sector agencies, including at least one county or Operational Area supporting multi-jurisdictional coordination?

      C. How adequate and sustainable is Bidder’s ongoing support capacity, including staffing model, help desk services, maintenance structure, escalation procedures, and coverage hours?

    • Proposed Emergency Management Software Solution (System) General Operational Requirements (75 pts)

      Proposals will be evaluated considering the RFP specifications, Bidder’s response submitted in the corresponding section of Exhibit A – Bid Response Packet, and the questions below:

      1. How fully does the proposed System meet the general operational requirements, including cloud-hosted deployment, multi-incident and multi-EOC capability, scalable multi-jurisdiction access, and secure desktop/mobile and field-based functionality?
      2. How well does the proposed System align with FEMA and Cal OES standards, including NIMS, ICS documentation, SEMS, and FEMA documentation and reporting requirements?
      3. How clearly does Bidder demonstrate that the proposed System is currently deployed in a live production environment and is not a prototype, beta, or developmental platform?

      D. How robust and appropriate is the proposed hosting environment and baseline security approach, including encryption in transit and at rest?

    • System Functional Capabilities and Operational Support (50 pts)

      Proposals will be evaluated considering the RFP specifications, Bidder’s response submitted in the corresponding section of Exhibit A – Bid Response Packet, and the questions below:

      1. How comprehensively does the proposed System meet the required functional capabilities, including dashboards/Common Operating Picture, resource management, task/mission management, damage assessment, reporting, communications, GIS integration, and interoperability?

      B.  How clearly does Bidder identify and explain any dependencies, licensing assumptions, or third-party components required to deliver the proposed functionality?

      C.  How effectively does the proposed System support information exchange and operational coordination across jurisdictions and partner agencies?

    • System Technical, Security, and Compliance Requirements (50 pts)

      Proposals will be evaluated considering the RFP specifications, Bidder’s response submitted in the corresponding section of Exhibit A – Bid Response Packet, and the questions below:

      1. How well does the proposed System implement role-based access control, SSO/Active Directory integration, audit logging, and alignment with SOC 2 Type II or equivalent security frameworks?
      2. How reliable and resilient is the proposed hosting environment, including uptime commitment, redundancy, backup, and disaster recovery capabilities?

      C. How fully does the proposed System comply with ADA Section 508 accessibility requirements and other applicable federal, state, and local regulations?

    • System Administration, Implementation, and Support (100 pts)

      Proposals will be evaluated considering the RFP specifications, Bidder’s response submitted in the corresponding section of Exhibit A – Bid Response Packet, and the questions below:

      A.  How flexible and sufficient are the System’s administrator     configuration capabilities, including workflows, forms, dashboards, notifications, and user permissions without vendor intervention?

      B.  How effective are the System’s document management and recordkeeping capabilities, including version control, audit logging, and secure document sharing?

      C.  How feasible and well-structured is Bidder’s implementation plan and proposed schedule?

      D.  How robust and responsive is Bidder’s training plan and ongoing 24/7/365 technical support services?

      E.  How comprehensive and feasible is Bidder’s approach in meeting the deliverables and reporting requirements outlined under Section E (Deliverables/Reports)?

    • Oral Presentation, System Demonstration, and Interview (75 pts)

      The oral presentation, demonstration, and interview on the proposal shall not exceed two (2) hours in total and will be conducted via Microsoft Teams.  Bidder(s) will be required to demonstrate their proposed System, showcasing key functionalities aligned with Section D Specific Requirements, Items 2 through 5, including but not limited to situational awareness, incident management, resource coordination, and interoperability.

      The County may provide specific scenarios or workflows in advance that Bidder will be required to demonstrate during the System demonstration.

      The oral interview may include responding to standard and specific questions from the CSC regarding the Bidder’s proposal.  Whether or not a shortlist process is used, the scores of any evaluation criterion above may be revised or informed based on the vendor interview and System demonstration.

    • Reference (25 pts)
    • Small Local Emerging Business Preference (ADMIN SCORING) (25 pts)

      Points equaling 5% of the Bidder’s total score for the above Evaluation Criteria will be added.  This will be the Bidder’s final score for purposes of award evaluation.

    • Local Preference (ADMIN SCORING) (25 pts)

      Points equaling 5% of the Bidder’s total score for the above Evaluation Criteria will be added.  This will be the Bidder’s final score for purposes of award evaluation.

    Submission Requirements

    • Submit Bid Response and Bid Form (required)

      Please confirm that both your response and the Bid Form have been uploaded here.

    • Submit Bid Response (required)

      Please confirm that your response has been uploaded here.

    • Has your response addressed all the requirements identified within the solicitation and all related documents, including any addenda? Failure to meet the Bidder Minimum Qualifications may also be considered an incomplete response and may result in the disqualification of your bid. (required)
    • Your company, its principal, and named subcontractors are not identified on the list of Federally debarred, suspended, or other excluded parties located at www.sam.gov/SAM. (required)
    • I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this response on behalf of my company. (required)
    • Pricing (required)
      • Choose Option 1 when you have set line items, for example:
        • This is a quote for goods or commodities.
        • This is a public works bid, with a pricing table that can be uploaded into OpenGov Procurement from an Excel spreadsheet.
        • Seeking services for hourly rate schedules.
      • Choose Option 2 when you need vendors to provide you with the line items. 
    • Evaluation Committee? (required)

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

    • Procurement and/or Project Contact (required)

      Select the information you would like display.

    Key dates

    1. May 1, 2026Published
    2. June 15, 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.