SLED Opportunity · FLORIDA · MONROE COUNTY SCHOOL DISTRICT, FL

    RFQ 2026009 - Building Fire Alarm Service

    Issued by Monroe County School District, FL
    educationRFQMonroe County School District, FLSol. 245330
    Closed
    STATUS
    Closed
    due Apr 22, 2026
    PUBLISHED
    Mar 25, 2026
    Posting date
    JURISDICTION
    Monroe County
    education
    NAICS CODE
    238210
    AI-classified industry

    AI Summary

    Monroe County School District RFQ for licensed fire alarm repair and certification services. Contract is for one year with up to three renewals. Requires certified technicians and compliance with safety and local preference policies. Evaluation based on qualifications, technical approach, service capability, scheduling, cost, and local preference.

    Opportunity details

    Solicitation No.
    245330
    Type / RFx
    RFQ
    Status
    open
    Level
    education
    Published Date
    March 25, 2026
    Due Date
    April 22, 2026
    NAICS Code
    238210AI guide
    State
    Florida
    Agency
    Monroe County School District, FL

    Description

    This RFQ is for Fire Alarm repairs and certifying alarm panels for the entire district.  The initial contract will be for one year with the option of up to three additional one year renewals.

    Background

    This contract is to keep all fire systems in our district functioning properly and certified annually. The contractor must be licensed to work on BFAS and must be a Notifier Certified Dealer. The contractor’s technicians must be certified to work on Notifier BFAS.  The BFAS contractor must maintain a current State EF license. Technicians shall also be FASA certified.

    Project Details

    • Department: Maintenance
    • Department Head: Jeff Barrow (Director of Maintenance)

    Important Dates

    • Questions Due: 2026-04-14T21:00:14.646Z
    • Answers Posted By: 2026-04-15T21:00:23.880Z

    Evaluation Criteria

    • Personnel Experience, Qualifications & Compliance (20 pts)

      Evaluate whether the vendor and their assigned staff are properly qualified to perform the work. Consider the vendor's experience with similar facilities, required licenses and certifications, and the training, certifications, and hands-on experience of the technicians who will be assigned to the District. Vendors should clearly demonstrate that both the company and its personnel are licensed, certified, and experienced with fire alarm systems.

      0-5 = Unacceptable (but Responsive)

      Does not adequately demonstrate required licenses, certifications, or personnel experience.

      6-10 = Adequate

      Meets minimum licensing and qualification requirements; limited detail on personnel experience.

      11-15 = Good

      Clearly demonstrates required qualifications, licenses, and experienced personnel.

      16-20 = Excellent

      Exceeds requirements; strong company qualifications and highly experienced, well-certified personnel.

    • Technical Approach & Scope Understanding (25 pts)

      Evaluate how well the vendor understands the scope of work and how they plan to perform it. Look at their approach to inspections, testing, maintenance, repairs, and system upgrades. Vendors should clearly explain what will be done and show a strong understanding of fire alarm codes and standards.

      0-6 = Unacceptable (but Responsive)

      Limited understanding of the scope or unclear approach to required services.

      7-12 = Adequate

      Demonstrates a basic understanding of the scope with an acceptable approach.

      13-18 = Good

      Clearly explains methods and demonstrates solid understanding of requirements and standards.

      19-25 = Excellent

      Thorough, well-defined approach that exceeds requiremetns and shows strong technical understanding.

    • Service Capability & Responsiveness (20 pts)

      Evaluate the vendor's ability to provide reliable service and respond quickly when issues arise. Consider staffing levels, emergency response plans, parts availability, technician availability, and safety practices. Vendors should demonstrate they can meet required responses times and handle emergencies effetively.

      0-5 = Unacceptable (but Responsive)

      Limited ability to meet service or emergency response requirements.

      6-10 = Adequate

      Demonstrates basic service capability and response plans.

      11-15 = Good

      Shows strong service capacity, staffing, and reliable response capability.

      16-20 = Excellent

      Exceeds service requirements with robust staffing, rapid response, and strong safety practices.

    • Scheduling, Delivery & Performance (20 pts)

      Evaluate the vendor's ability to meet required timelines and performance standards. Look at their plan for completing initial inspections, scheduling annual services, completing repairs, and coordinating work around school operations. Vendors should present a realistic schedule and a clear plan to meet performance expectations.

      0-5 = Unacceptable (but Responsive)

      Scheduling approach is unclear or unlikely to meet the required timelines.

      6-10 = Adequate

      Basic schedule provided that meets minimum requirements.

      11-15 = Good

      Clear, realistic scheduling plan that aligns with school operations.

      16-20 = Excellent

      Well-organized scheduliung with strong performance controls and minimal disruption to schools.

    • Cost & Pricing (10 pts)

      Evaluate the overall value of the vendor's pricing. Consider how well pricing aligns with the scope of work, level of serivce and provides the best value to the District.

      0-2 = Unacceptable (but Responsive)

      Pricing is unclear, incomplete, or does not reasonably align with the scope of services.

      3-5 = Adequate

      Pricing meets minimum requirements but lacks detail or clarity.

      6-8 = Good

      Pricing is clear, complete, and reasonable for the services offered.

      9-10 = Excellent

      Pricing is highly competitive, transparent, and represents the best overall value to the District.

    • Local Preference (5 pts)

      Local Vendors receive 5 Points

      Non-Local Vendors Receive 0 Points

    Submission Requirements

    • Proposal (required)

      Upload proposal here as stated in the RFQ.

      Failure to provide the documentation requested in the RFQ may result in the proposal being deemed non-responsive.

    • W-9 (required)

      Please Upload Respondent's W-9 Form

    • Reference Form (required)

      Provide download and complete the attached form. Respondents must provide three (3) references from agencies you have provided similar goods or services to in the past five (5) years. 

    • Business / Personal Relationship Disclosure (required)

      Respondent is required to disclose any personal or business relationship with an employee of the Monroe County School District, or any member of the School Board of Monroe County, Florida. Please download, complete and upload the attached form. 

    • Financial Statement

      Please upload a copy of the firm's latest financial statement. These financial statements will be maintained as confidential and exempt from public records disclosure. 

    • Bonding
    • Proof of Bonding Capacity (required)

      Monroe County School District estimates this project to be valued at more than $200,000. For construction projects valued at more than $100,000, a payment & performance bond may be required. Respondents whose proposals include pricing in excess of $100,000 must include a proof of bonding capacity in their response

    • Proof of Bonding Capacity

      Monroe County School District estimates this project to be valued at less than $200,000. For construction projects valued at more than $100,000, a payment & performance bond may be required. Respondents whose proposals include pricing in excess of $100,000 must include a proof of bonding capacity in their response

    • Acknowledgements
    • Debarment Certification (required)

      Respondent certifies that, neither the firm nor any person associated therewith in the capacity of owner, partner, director, officer, principal, investigator, project director, manager, auditor, and/or position involving the administration of federal funds:

      (a) Is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions, as defined in 2 CFR Chapter 180, by any federal department or agency;

      (b) Has within a three-year period preceding this certification been convicted of or had a civil judgment rendered against it for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a federal, state, or local government transaction or public contract; violation of federal or state antitrust statutes; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;

      (c) Is presently indicted for or otherwise criminally or civilly charged by a federal, state, or local Governmental entity with commission of any of the offenses enumerated in paragraph (b) of this certification; and

      (d) Has within a three-year period preceding this certification had one or more federal, state, or local government public transactions terminated for cause or default.

      Respondent further certifies that it shall not knowingly enter into any transaction with any subcontractor, material supplier, or vendor who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this project by any federal agency.

    • Non-Collusion (required)

      Respondent certifies the following:


      • The terms of Respondent’s offer, including pricing, have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition as to any matter related to such terms, with any other Respondent or competitor; and


      • Unless otherwise required by law, the prices which have been quoted in this proposal have not been knowingly disclosed to other Respondents or competitors, and will not knowingly be disclosed by the Respondent prior to public opening of the bid or proposal, directly or indirectly, to any other Respondent or competitor; and


      • No attempt has been made or will be made by the Respondent to induce any other person, partnership or corporation to submit, or not to submit, a bid or proposal for the purpose of restricting competition; and


      • The statements contained in Respondent’s offer are true and correct, and made with full knowledge that School Board will rely upon the truth of the statements contained in this affidavit in awarding contracts for said project.

    • Drug Free Workplace (required)

      If awarded a contract by the School Board of Monroe County, Florida (“School Board”), in accordance with Florida Statute 287.087, Respondent agrees to the enforce a drug-free workplace, including at a minimum:

      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 bid a copy of the statement specified in section (1).

      4. In the statement specified in section (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, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community, or any employee who is so convicted.

      6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.

    • Public Entity Crime Statement (required)

      Respondent acknowledges the following: 

      A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.

    • Contractor Rules (required)

      The following is a list of rules that contractors/vendors and their personnel must adhere to while working on Monroe County School projects. Failure of the contractor/vendor to abide by the rules will result in the violators being removed from the job site. All costs resulting from this will be the responsibility of the contractor/vendor. Please sign these rules and indicate the contractor/vendor’s agreement to follow them.

      • Casual communications by contract/vendor personnel with students, staff, or faculty is prohibited.

      • Convicted felons and employees with a past history of child abuse or molestation shall not be used on Monroe County School projects.

      • The schools are “Drug Free Zones,” use or possession of illegal substances and alcohol in any form are prohibited.

      • The schools are “Tobacco Free,” no tobacco use is permitted on the school campus, in parking lots, or inside school restrooms.

      • Vulgar language or gestures discernible to students or school staff is prohibited.

      • Fighting or physically abusive actions of a similar nature are prohibited.

      • Appropriate and modest attire is required while working on school campus. Revealing clothing will not be permitted.

      • Clean up of work area is required on a daily basis. Hazardous materials shall not be put in school trash receptacles.

      • Work that may be disruptive to the school shall be scheduled with the school administration or done after normal school hours.

      • Pets are not allowed on campus.

    • Identical Tie Proposals (required)

      Preference shall be given to businesses with drug-free workplace programs. Whenever two or more of a proposal, which 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, an proposal 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 proposals will be followed if none of the tie vendors have a drug-free workplace program. See Drug Free Workplace Form for qualifications.

    • Local Preference (required)

      Respondent acknowledges that it has reviewed and understands the Local Preference Policy attached to this solicitation.

    • General Terms & Conditions (required)

      Respondent acknowledges and agrees to the General Terms & Conditions attached to this Solicitation. 

    • Local Preference
    • Is Respondent Claiming Local Preference? (required)
    • Upload Required Documentation (required)

      If Respondent is claiming local preference, you must upload a clear, legible copy of the driver's license for at least one director or principal of Respondent evidencing residence in Monroe County, Florida; and a copy of Respondent's Monroe County Business Tax License 

    • Offer Certification
    • Offer Certification (required)

      Please download, sign and notarize the attached Certification. Offers made without a completed Certification Form will not be considered for award

    • Will this Project Require Competitive Selection? (required)

      Competitive Selection is required for any construction project valued $325,000 or more; or for study activity (surveys; testing; etc.) valued $35,000 or more. Competitive Selection must also be included in all Continuing Contracts for award of individual projects meeting the above criteria 

    • Is This RFQ for a Continuing Contract? (required)

      A Continuing Contract is awarded to a Respondent who may be called upon to provide professional services on more than one project over a defined term. A Continuing Contract is awarded based solely on qualifications of Respondent, but Competitive Selection is required for award of projects valued at $325K or more (or $35K for study activities) 

    • Is Insurance Required For This Project? (required)
    • What Kind of Insurance Is Required for This Project? (required)

      Check All That Apply 

    • Is This a Construction Project? (required)

      A Payment & Performance Bond May Be Required for All Construction Projects Valued at $100,000 or More 

    • Is This Project Valued at More Than $200K? (required)
    • Does This Project Have a Required Completion Date? (required)
    • Project Completion Date (required)

      MM/DD/YYYY

    • Will Liquidated Damages Be Assessed? (required)
    • How Frequently Will Liquidated Damages Be Assessed? (required)
    • Rate of Liquidated Damages (required)

      Enter as dollar figure to be assessed as liquidated damages at the selected rate ($XXX.XX)

    • Are Specific Licenses, Certifications or Qualifications Required or Preferred for this Project? (required)
    • Is a financial statement required to be submitted for this project? (required)

    Questions & Answers

    Q (No subject): Are you allowing to do maintenance during school hours? What are the hours of maintenance preferred? Can you share the last contract expenditures and if it was for 1 year or extended? In case of a device replacement, do we bill it directly to the city? And what if a need of major upgrade?

    A: Are you allowing to do maintenance during school hours? Yes, as long as it does not interfere with student instruction/testing. System should be placed on test and audible alarms disabled. What are the hours of maintenance preferred? 7am to 4pm preferred. Can you share the last contract expenditures and if it was for 1 year or extended? Our contracts are 1 year contracts with option for up to 3 renewals. Last contract expenditure was approximately $25,000 but ended early. In case of a device replacement, do we bill it directly to the city? All invoicing will be handled by my office, MCSD maintenance. And what if a need of major upgrade? That depends on the situation. It may go out on a new/separate bid, it may be an amendment to contract, it could be something else.


    Q (Panel Types): Can you provide more information about what panels you have at these locations?

    A: Location and panel info: Admin Bldg- Firelite Model: 9200 Big Pine Academy- Firelite Model: 9200UDLS CSHS- Notifier LCD-80 GAE- Notifier NFS2-640 HOB- Notifier NFS2-640 KWHS- Notifier NFS2-640 MHS- Notifier CPU-640 May Sands- Firelite Model: ES-50X PKS- Notifier NFS-320 PES- Notifier NFS2-640 Reynolds- Notifier SFP 2404 SSE- Notifier NFS-320 Maint and Transportation- Notifier NFS-320 SLS- Notifier LCD-80 OPS Annex- Notifier CPU-640 TRMS- Notifier CPU-640 Transportation (Trumbo)- Notifier SFP 2404 UK Annex- Notifier NFS-320


    Key dates

    1. March 25, 2026Published
    2. April 22, 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.