Active SLED Opportunity · FLORIDA · COUNTY OF FLAGLER
AI Summary
Flagler County seeks proposals from non-profits for substance abuse treatment services funded by the Alcohol and Drug Abuse Trust. Awards range from $10,000 to $35,000 with possible renewal. Evaluation includes qualifications, staffing, work plan, and cost. Proposals due by May 28, 2026.
The Flagler County Department of Health and Human Services is requesting proposals for Substance Abuse and Treatment related services. Funding for services is made available from the Alcohol and Drug Abuse Trust, generated from court fees in accordance with Sections 938.13 and 893.165 of Florida Statutes. Minimum request is for $10,000, up to maximum award of $35,000.
Funding will be a one-time award, though a subsequent one (1) year renewal may be executed if funds become available. Flagler County seeks proposals from local and regional non-profit organizations with experience providing substance use prevention, substance abuse treatment or related services to the community. Agencies not currently funded by Flagler County Health and Human Services are eligible to apply.
In the 2024 Community Health Needs Assessment conducted by the FL Department of Health and other community partners, Substance Abuse and Treatment and related services were designated as a community need. The goal of disseminating the Alcohol and Drug Trust funding is to further enhance services and resources available to support the community and provide additional resources to those facing substance use related issues. The Flagler County Board of County Commissioners will ultimately approve the applicant(s) selected for award. Funding under this grant will be one time, with a grant term of one year, though a subsequent one (1) year renewal may be executed if funds become available.
| Event | Date | Location |
|---|---|---|
| Evaluation Committee Meeting | 2026-06-04T17:00:00.000Z | 3rd Floor Financial Services Conference Room 1769 East Moody Blvd Bldg. 2 Bunnell, FL 32110 Microsoft Teams meeting Join on your computer, mobile app or room device: https://teams.microsoft.com/meet/29792953833519?p=xehmQM67KyEaCXsH4N Meeting ID: 297 929 538 335 19 Passcode: B4mx9Ag3 |
The overview should establish the ability of the Respondent to satisfactorily perform the scope of services by showing:
Scoring for Fee Proposal will be done by Admin Scoring.
Reward will be based on lowest cost. The lowest cost would be awarded maximum points and from there each cost will be assigned score accordingly to where they rank from lowest to highest.
By checking yes, the Respondent acknowledges the following:
By checking yes, vendor acknowledges the above and/or included Scope of Services and will furnish said product and/or services according to the specifications or scope of services detailed within this Solicitation if awarded.
By checking yes, the Respondent acknowledges that the Respondent has received and reviewed the sample contract/agreement attached in the Attachments/Exhibits Section.
Compliance with Federal Transit Administration Regulations
COMPLIANCE WITH REGULATIONS: Contractor(s) must be in compliance with applicable Federal Transit Administration (FTA) regulations as indicated in the FTA Master Agreement and Best Practices Procurement.
Contractor(s) shall provide all requested information for State and Federal Reporting requirements in a timely manner. These documents can be found on the Internet at:
Compliance with E-Verify Federal Requirements
The Contractor shall utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired by the Contractor / Consultant on or after the effective date of this Agreement and thereafter during the remaining term of the Agreement, including Subcontractors. Any subcontract entered into by Contractor with any Subcontractor performing work under this contract shall include the following language: “The Subcontractor shall utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired by the Contractor on or after the effective date of this Agreement and thereafter during the remaining term of the Agreement.” The Contractor covenants and agrees that if it is found in violation of this section or the Executive Order, such violation shall be a material breach of this Agreement and Contractor shall indemnify, defend and hold harmless the County from any fines or penalties levied by a government agency, including the loss or repayment of grant funds by the County.
For any federally funded project, respondent agrees to register on SAM.gov if awarded a contract under this solicitation.
By checking yes, Respondent agrees to the insurance requirements as detailed in the Required Types and Limits of Insurance Chart and the Required Types of Insurance; Insurance Requirements; and Proof of Insurance sub-sections in "General Terms and Conditions".
Respondent acknowledges that the name and title of the signatory (the “Authorized Signatory”), as completed below, is authorized to execute contracts/agreements with Flagler County, and any affixed electronic or conformed signature of the Authorized Signatory shall be the act of and attributable to the Authorized Signatory. By signing this Agreement electronically, the Authorized Signatory does thereby adopt the electronic or conformed signature as his or her own and designates a copy of same for use as an official record by Flagler County.
If the below-named individual is not an authorized agent of the firm, as listed with the Florida Division of Corporations (Sunbiz), a Memorandum of Authority shall be uploaded giving that individual authorization to commit the firm to a contract.
Please provide the Complete Name and Title which shall indicate acknowledgment.
The award of this Solicitation is subject to Chapter 112, Florida Statutes. All respondents must disclose with their response the name of any officer, director, or agent who is also an employee of Flagler County. Further, all respondents must disclose the name of any Flagler County employee who owns, directly or indirectly, an interest of the Respondent's/Supplier's firm or any of its subsidiaries associated with this project. I certify that this proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a proposal for the same services, and is in all respects fair and without collusion or fraud.
Respondent shall select 'No' if a conflict of interest as defined in this question does NOT exist. Please select 'Yes' if a conflict of interest as defined in this question DOES exist and shall be further described in the explanation below.
Please indicate response.
Please list the individual's full name(s) and the board(s) and/or committee(s) on which they serve.
Public Entity Crimes - Pursuant to Section 287.133(12)(a) of the Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Submittal Package (Bid Response) on a contract to provide any goods or services to a public entity, may not submit a bond on a contract with a public entity for the construction or repair of a public building or public work, may not submit Submittal Package (Bid Response) on leases of real property to a 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 ($25,000) for a period of 36 months from the date of being placed on the convicted vendor list. Respondent should read carefully all provisions of 287.133 and 287.134, Florida Statutes (2005).
By selecting 'Yes', the Respondent represents and warrants that the submission of its response/proposal does not violate Section 287.133, Florida Statutes (2005), nor Section 287.134, Florida Statutes (2005) or their successor. In addition to the foregoing, the Respondent represents and warrants that Respondent, Respondent’s subcontractors and Respondent’s implementer, if any, is not under investigation for violation of such statutes.
Per State of Florida Statute s. 287.135(5) Suppliers (companies) must acknowledge and agree to the 'Certification Regarding Prohibition Against Contracting with Scrutinized Companies' paragraph listed below. Respondents shall agree by marking the option below. Respondents neglecting to respond may be disqualified from consideration of award and deemed non-responsive.
I hereby certify that neither the responding entity, nor any of its wholly owned subsidiaries, majority-owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit have been placed on the Scrutinized Companies That Boycott Israel List created pursuant to s. 215.4725 of the Florida Statutes, or are engaged in a boycott of Israel.
In addition, if this Solicitation is for a contract for goods or services where the total contract value is one million dollars ($1,000,000) or more, I hereby certify that neither the responding entity, nor any of its wholly owned subsidiaries, majority- owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit are on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473 of the Florida Statutes, or are engaged in business operations in Cuba or Syria as defined in said statute.
I understand and agree that the County may immediately terminate any contract resulting from this Solicitation upon written notice if the responding entity (or any of those related entities of respondent as defined above by Florida law) are found to have submitted a false certification or any of the following occur with respect to the company or a related entity: (i) it has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, or (ii) for any contract for goods or services of one million dollars ($1,000,000) or more, it has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or it is found to have been engaged in business operations in Cuba or Syria.
By selecting 'Yes', the respondent acknowledges and agrees to the 'Certification Regarding Prohibition Against Contracting with Scrutinized Companies.' *
By selecting 'Yes' below, the Respondent certifies to the best of its knowledge and belief, that the firm and any subcontractor/supplier in accordance with a response to this solicitation:
All answers to questions of substance will be publicly published using the Question & Answer feature.
Participants are required to review all revisions and answers to questions published. Revisions within the Solicitation as well as responses posted through the 'Question & Answer' feature are authoritative and shall be considered an addendum to the Solicitation. All information in this Solicitation, including information provided through the 'Question & Answer' feature are incorporated into the Solicitation or any Contract resulting from this Solicitation.
By selecting YES below, participants are confirming that they have reviewed revisions and all answers to questions published and any addenda up until the Solicitation closing date and have given consideration to all information in preparing the response to this Solicitation. Selecting YES will serve as confirmation of acknowledgement.
A Submittal Bond in the amount of NO VALUE dollars, payable to Flagler County, is required for this Solicitation. The Submittal bond can be in the form of a bond, cashier’s check or irrevocable letter of credit (ILOC). The bond shall be issued by an agency authorized to do business in the State of Florida and with a rating of "A" or higher as listed in the A.M. Best & Company latest published rating guide. The County provided form shall be used if the bond is issued. The bond, cashier’s check or ILOC shall not expire until the Agreement is awarded and shall guarantee that
The bond, cashier’s check or ILOC will be invoked by the County to ensure payment of the Proposer of damages incurred by withdrawal of a Response, or failure to enter into an Agreement after award. Submittal bonds, without interest, will be returned upon receipt of appropriate insurance documents and/or a Performance Bond, if applicable.
Please download the below documents, complete, and upload.
Contractor shall furnish Payment and Performance Bonds, prior to performing any work under the Agreement in an amount equal to the total value of the project including any amendments or change orders made thereto pursuant to the Order or other documentation executed by the parties, in strict accordance with Fla. Stat. §255.05. Failing to do so, shall constitute a material breach of this Agreement. The Bonds shall be secured from or countersigned by an agency or surety company recognized in good standing and authorized to do business in the State of Florida.
Simultaneously with the delivery of the executed Agreement to the County, a Proposer to whom an Agreement has been awarded must deliver to the County, executed, separate Payment and Performance Bonds on the prescribed forms, each in an amount of one hundred percent (100%) of the Agreement price of the accepted Bid proposal as security for the faithful performance of this Agreement and for the payment of all persons performing labor or furnishing materials in connection therewith. The Payment and Performance Bonds shall have as the surety thereon only such surety company or companies as are authorized to write bonds of such character and amount under the laws of the State of Florida and with a resident agent in Florida. The Attorney-in-Fact or other officer who signs Payment and Performance Bonds for a surety company must record with such bonds a certified copy of his Power-of Attorney authorizing him/her to do so.
Samples of the required forms are attached in the "Attachments" section.
Please download the attached document for review. Upon award, Contractor shall be prepared to submit bond(s) as required in the Solicitation Terms and Conditions.
Please download the attached form, complete, and upload the completed form.
Please download the below documents, complete, and upload.
If the Authorized Signatory identified in Section 1.7 above is not an authorized agent of the firm, as listed with the Florida Division of Corporations (Sunbiz), a memorandum of authority, signed by an authorized agent, shall be uploaded in this section giving that individual (Authorized Signatory) the authority to commit the firm to a contract.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below document, complete, and upload.
Only upload if applicable in accordance with Florida Law.
Respondent shall properly complete, notarize and upload the attached disclosure statement certifying that he or she has not employed or retained any company or person, other than a bona fide employee working solely for the respondent to solicit or secure this contract and that he or she has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the respondent any fee, commission, percentage, gift, or other consideration contingent upon or resulting from award or making of this contract.
A duly authorized officer or representative of the Respondent (non-governmental entity) shall complete the included Flagler Human Trafficking Attestation Form in compliance with Section 787.06(13), Florida Statutes, (2024).
Download the attached form, complete, and upload completed form.
Please provide Proof of Insurance - evidence of required insurance coverage or proof of insurability in the amounts indicated. If available, a properly completed ACORD Form is preferable. Upon award, final forms must contain the correct solicitation and/or project number and Flagler County contact person.
Firms that have owner/operators that have filed a "Notice of Election to be Exempt" shall submit a copy with the response
All Respondents shall be prepared to supply a financial statement upon request, preferably a certified audit of the last available fiscal year.
Proposals shall be clear, concise, indexed by subject and properly submitted per the requirements. Documents shall be uploaded by the Respondent to the appropriate section.
Failure to provide the required information may result in the proposal not being considered.
Provide a general introductory statement and include business name, address and telephone number, name, title, address, telephone number, fax number, and e-mail address of the person who can be contacted during the period of the response evaluation. Letter must be signed by the person authorized to bind company to the terms of this RFP.
The overview should establish the ability of the Respondent to satisfactorily perform the scope of services by showing:
Proposals must include a detailed budget outlining all anticipated costs associated with the provision of services, including:
This may seem like a redundant question as you have already selected a template. However, to quickly enter the procurement/solicitation type automatically in multiple areas throughout the document without having to do so manually you need to confirm your procurement/solicitation here.
The selection you make here should be consistent with the selected template or you will need to start a new project/solicitation using the correct template.
Is there a Pre-Proposal Meeting for this RFP? And if so, is it Mandatory or Non-Mandatory?
Does local preference apply to this solicitation/project?
Will this Solicitation have a sample contract/agreement?
Fill in the blank with length of the initial contract term.
Examples:
one (1) year
two (2) year
three (3) year
until project completion
Fill in the blank with length of the appropriate renewals.
Examples:
one (1) subsequent one (1) year renewal
two (2) subsequent one (1) year renewals
three (3) subsequent one (1) year renewals
four (4) subsequent one (1) year renewals
No renewals
Is this an IT Project or Software procurement/solicitation?
Is the "New Material" section in Special Terms and Conditions applicable to this solicitation?
Are "Brand Name or Equals" allowed on this project?
Is there a submittal bond required for this project?
What is the submittal bond dollar amount required for this project?
EXAMPLE:
$5,000
$10,000
$15,000
Do Federal Provisions apply to this contract or project?
Do Federal Transit Administration (FTA) regulations as indicated in the FTA Master Agreement and Best Practices Procurement applicable to this project?
Are liquidated damages applicable to this project/contract?
Enter the amount of liquidated damages per day, using the following format:
EXAMPLE:
- Five Thousand Dollars ($5,000) per day
- One thousand Dollars ($1,000) per day
For Reference your answer will populate the bold wording below:
Time is of the essence for this project. Any delays from the dates contained in the Agreement issued to the Contractor shall inconvenience the Public and result in monetary losses and damages to the County. The losses and damages shall be difficult to determine. In the event that the deliverables are not provided by the date set in the resulting Agreement, there shall be deducted, as agreed, fixed liquidated damages from the Agreement price being paid by the County of Flagler. This computed sum shall be: Five Thousand Dollars ($5,000.00) per day, including Saturdays and Sundays.
Is a Payment and Performance Bond required for this project?
Do any price redeterminations apply to this solicitation/contract?
If the county will consider wage redeterminations based on: "Trade, transportation, and utilities" skip this question.
OR
If the county will consider wage redeterminations based on something other than "Trade, transportation, and utilities" then enter the category(ies) here.
Does a price redetermination for fuel apply to this solicitation?
Does a price redetermination for materials apply to this solicitation?
Is "Copyright Clause" section under Special Terms & Conditions applicable?
All subcontractors & independent contractors utilized by Contractor to provide services to County and its employees under this Agreement/Contract shall be required to maintain all insurance policies with the same terms, conditions, and requirements required of the Contractor in the Required Types and Limits of Insurance Chart and described below in this Exhibit
This would not apply if the Contractor will be liable for the acts/actions of its subcontractors/subconsultants. When in Figure 1, otherwise consult with Risk Manager to determine if this clause should remain in the solicitation/contract.
Does this project include Navigable Water activities?
Select all that apply for this solicitation/project.
Commercial General Liability
Will the commercial general liability policy be provided on a project or location specific basis for the location or project site where the work or services are to be performed under the Agreement? If yes, then select here.
Garage Liability
Only select this if Garage Liability is required in the Required Types and Limits of Insurance Chart.
Garage Keeper's Legal Liability
Only select this if Garage Liability is required in the Required Types and Limits of Insurance Chart.
Excess/Umbrella Liability
Select if Excess/Umbrella Liability is required in the Required Types and Limits of Insurance Chart.
Motor Vehicle Liability
Only select this if Automobile Liability is required in the Required Types and Limits of Insurance Chart.
Professional Liability
Only select this if Professional Liability is required in the Required Types and Limits of Insurance Chart.
Installation Floater
Only select this if Installation Floater is required in the Required Types and Limits of Insurance Chart.
Builder's Risk Insurance
Only select this if Builder’s Risk is required in the Required Types and Limits of Insurance Chart.
Contractor's Pollution Liability
Only select this if Contractor’s Pollution is required in the Required Types and Limits of Insurance Chart.
Transportation Pollution Liability
Only select this if Transportation Pollution Liability is required in the Required Types and Limits of Insurance Chart.
Pollution Liability
Only select this if Pollution Liability is required in the Required Types and Limits of Insurance Chart.
Crime Insurance
Only select this if Crime Insurance Policy is required in the Required Types and Limits of Insurance Chart.
Cyber Insurance
Only select this if Cyber Insurance is required in the Required Types and Limits of Insurance Chart.
Computer Software and Services (Technology) Errors and Omissions Liability
Only select this if Computer Software and Services Errors and Omissions Liability is required in the Required Types and Limits of Insurance Chart.
Protection & Indemnity
Only select this if Protection & Indemnity is required in the Required Types and Limits of Insurance Chart.
Marine/Vessel Pollution
Only select this if Marine/Vessel Pollution is required in the Required Types and Limits of Insurance Chart.
Aerial Applicator Aviation Insurance
Only select this if Aerial Applicator Aviation is required in the Required Types and Limits of Insurance Chart.
Worker's Compensation
Only select this if Worker's Compensation is required in the Required Types and Limits of Insurance Chart.
Employer's Liability
Only select this if Employer's Liability is required in the Required Types and Limits of Insurance Chart.
Will the County be renting any equipment for this project?
Will Respondents need to provide Licenses and/or Certifications for this project?
Do you wish to use the electronic pricing table available within OpenGov Procurement to obtain pricing/fee/cost information for this RFP?
When/what date should proposals/bids/submittals continue to remain valid until? Specify a complete date, being sure to note Month, Day Year.
Example:
June 30, 2025
The design professional shall indemnify and hold harmless the County, and its officers and employees, Florida Department of Emergency Management, its employees and/or their contractors (FDEM) and the government of the United States, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professional in the performance of the contract.
In all claims against FDEM or US, Contractor’s indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or any benefits payable by or for Contractor, or its employees, agents, contractors, or subcontractors.
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
AI-powered intelligence for the right opportunities, the right leads, and the right time.