SLED Opportunity · FLORIDA · CITY OF LAUDERDALE LAKES

    Summer Camp Food Services

    Issued by City of Lauderdale Lakes
    cityRFPCity of Lauderdale LakesSol. 261986
    Closed
    STATUS
    Closed
    due May 8, 2026
    PUBLISHED
    May 1, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    722310
    AI-classified industry

    AI Summary

    The City of Lauderdale Lakes seeks licensed firms to provide summer camp food services. Proposals due May 8, 2026, via the city's eProcurement portal. Evaluation based on experience, price, and local preference. Extensive submission requirements apply.

    Opportunity details

    Solicitation No.
    261986
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    May 1, 2026
    Due Date
    May 8, 2026
    NAICS Code
    722310AI guide
    State
    Florida
    Agency
    City of Lauderdale Lakes

    Description

    The City of Lauderdale Lakes is seeking qualified, experienced, and licensed firm(s) to provide Summer Camp Food Services in accordance with the terms, conditions and specifications contained in this Request for Proposal (RFP). Proposals will be due via the City's eProcurement portal at https://procurement.opengov.com/portal/lauderdalelakes on or before 10:00 am at Friday, May 8, 2026. Late Proposals will not be accepted.

    Project Details

    • Reference ID: RFP26-3410-35R
    • Department: Parks & Human Services
    • Department Head: Ericka Lockett (Director of Parks and Human Services)

    Important Dates

    • Questions Due: 2026-05-05T16:00:00.000Z

    Evaluation Criteria

    • Experience and Ability (50 pts)

      This category evaluates the Proposer’s experience and skills of the firms’ key personnel. The category also evaluates your current ability to provide services, number of years in business, approach to providing services, etc.

    • Price (40 pts)

      This category evaluates the Proposer’s total cost for the required services as outlined in the scope of services.

      The Base Cost Score will be evaluated as follows:

      Calculation example:
      Cost Score:

      Assumptions: Vendor “A” total Price $40,000
      Score = (LV/PC) x 40 points:
      Where: Score = Computed cost score for the Proposer (PC)

      LV = Lowest total price of all Vendors (Vendor A, in this case)

      PC = This Proposer's Cost

    • Location (10 pts)

      This category evaluates the local preference provision and the location of the Proposer’s business. The Proposer will receive the maximum points if llocated in Lauderdale Lakes and minimum points if it resides outside Lauderdale Lakes and Broward County.

    Submission Requirements

    • Proposal (required)

      Please upload your proposal here

    • PROPOSER’S QUALIFICATIONS STATEMENT

      PROPOSER shall furnish the following information. Failure to comply with this requirement will render Proposal non-responsive and shall cause its rejection. Additional sheets shall be attached as required.

    • Authorized Representative: (required)

      Please enter the name, title, phone and email of the authorized representative submitting this proposal.

    • Proposer’s License Number: (required)
    • Please attach certificate of status, competency, and/or state registration. (required)
    • Proposer’s Federal Identification Number: (required)
    • Number of years your organization has been in business, in this type of work: (required)
    • State the number of years your firm has been in business under your present business name: (required)
    • State the number of years your firm has been in business in the work specific to this RFP: (required)
    • Names and titles of all officers, partners or individuals doing business under trade name: (required)
    • The business is a: (required)

      IF USING A FICTITIOUS NAME, SUBMIT EVIDENCE OF COMPLIANCE WITH FLORIDA FICTITIOUS NAME STATUTE. 

    • If a Partnership, please complete and upload the attached certificate

      Please download the below documents, complete, and upload.

    • If a Corporation, please complete and upload the attached certificate

      Please download the below documents, complete, and upload.

    • If a Foreign (Non-Florida) Corporation, please complete and upload the attached document

      Please download the below documents, complete, and upload.

    • Under what former name has your business operated? Include a description of the business and an address. Failure to include such information shall be deemed to be intentional misrepresentation by the CITY and shall render the PROPOSER RFP submittals non-responsive. (required)
    • Name, address, and telephone number of Surety Company and agent who will provide the required bonds on this contract: (required)
    • Have you ever failed to complete work awarded to you? (required)
    • If so, when, where, and why? (required)
    • Have you personally inspected the proposed WORK and do you have a complete plan for its performance? (required)
    • Will you subcontract any part of this WORK? (required)
    • If so, give details including a list of each sub- contractor(s) that will perform work in excess of ten percent (10%) of the contract amount and the work that will be performed by each subcontractor(s). (required)

      The list of subcontractor(s) may not be amended after award of the contract without the prior written approval of the Contract Administrator, whose approval shall not be reasonably withheld.

    • List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the PROPOSER, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description the disposition of each such petition. (required)
    • List and describe all successful Bond claims made to your surety (ies) during the last five (5) years. The list and descriptions should include claims against the bond of the PROPOSER and its predecessor organization(s). (required)
    • List all claims, arbitrations, administrative hearings and lawsuits brought by or against the PROPOSER or its predecessor organizations(s) during the last (10) years. The list shall include all case names; case, arbitration or hearing identification numbers; the name of the project over which the dispute arose; and a description of the subject matter of the dispute. (required)
    • List and describe all criminal proceedings or hearings concerning business related offenses in which the PROPOSER, its principals or officers or predecessor organization(s) were defendants. (required)
    • Has the PROPOSER, its principals, officers or predecessor organization(s) been CONVICTED OF A Public Entity Crime, debarred or suspended from bidding by any government entity? (required)
    • If so, provide details. (required)
    • Are you an _____ of the commodities/services proposed upon? (required)
    • Please explain if other
    • Please confirm (required)

      The PROPOSER acknowledges and understands that the information contained in this response shall be relied upon by CITY in awarding the contract and such information is warranted by PROPOSER to be true. The discovery of any omission or misstatement that materially affects the PROPOSER’S qualifications to perform under the contract shall cause the CITY to reject the Proposal, and if after the award, to cancel and terminate the award and/or contract.

    • CLIENT REFERENCES

      Please list government agencies and/or private firms with whom you have done business during the last five years.

    • Agency/Firm Name, Contact, Address, Email and Phone/Fax: (required)
    • Agency/Firm Name, Contact, Address, Email and Phone/Fax: (required)
    • Agency/Firm Name, Contact, Address, Email and Phone/Fax: (required)
    • Agency/Firm Name, Contact, Address, Email and Phone/Fax: (required)
    • REQUIRED FORMS
    • NON-COLLUSIVE AFFIDAVIT (required)

      Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.

    • Cost Proposal (required)

      Please upload your cost proposal here

    • CONFIRMATION OF DRUG-FREE WORKPLACE (required)

      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 prohibitions.
      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 subsection (1).
      4. In the statement specified in subsection (1), notify the employee that, as a condition of working on the commodities or Contractual services that are under bid, 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 contenders to, any violation of Chapter 893 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 the 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 by, 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.
        A signed copy of your Drug-Free Workplace Policy must be attached to this signed copy and submitted with the Bid Documents.

      As the person authorized to submit this response, I certify that this firm complies fully with the above requirements.

    • E-VERIFY AFFIRMATION STATEMENT (required)

      Per Florida State Statutes, Chapter 448.095(2), effective January 1, 2021, no public contract can be entered into without an E-Verify certificate. This applies to both prime Contractors and Subcontractors. It is the responsibility of the prime Contractor to verify compliance with Subcontractors.

      A certificate of compliance must accompany this affirmation.

      Contractor/Proposer/Bidder acknowledges and agrees to utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of:

      a) All persons employed by Contractor/Proposer/Bidder to perform employment duties within Florida during the term of the Contract, and,

      b) All persons (including subcontractors/vendors) assigned by Contractor/Proposer/Bidder to perform work pursuant to the Contract.

      The Contractor/Proposer/Bidder acknowledges and agrees that use of the U.S. Department of Homeland Security’s E-Verify system during the term of the Contract is a condition of the Contract.

    • SIGNATURE PAGE (required)

      Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.

    • DEBARMENT CERTIFICATION (required)

      49 CFR Part 29- Appendix B

      CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION--LOWER TIER COVERED TRANSACTIONS

      Instructions for Certification
      1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below.

      2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. lf it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

      3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances.

      4. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meaning set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations.

      5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is proposed for debarment under 48 CFR Part 9, Subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated.

      6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction,” without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions.

      7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR Part 9, Subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from covered transactions, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Non-procurement Programs.

      8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

      9. Except for transactions authorized under paragraph 5 of these instructions: if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntary excluded from participation in this transaction, in. addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

      CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION-LOWER TIER COVERED TRANSACTIONS

      (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency.

      (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

    • PUBLIC ENTITY CRIMES (required)

      Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.

    • CRIMINAL BACKGROUND SCREENING (required)

      Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.

    • WARRANTIES (required)

      In consideration of, and to induce the Award of THE CITY OF LAUDERDALE LAKES, FLORIDA, Contract described in these Bid Documents, the Contractor represents and warrants to the City of Lauderdale Lakes, Florida:

      1. The Contractor is financially solvent and sufficiently experienced and competent to perform all of the work required of the Contractor in the Contract; and
      2. That the facts stated in the Contractor’s Bid and information given the Contractor pursuant to the request or proposal for Bids, instructions to Contractors and Specifications are true and correct in all respects; and
      3. That the Contractor has read and complied with all of the requirements set forth in the request for proposals, instructions to Contractors and Specifications; and
      4. That the materials supplied under the Contract are merchantable within the meaning of the Uniform Commercial Code Section 2-314; and
      5. That this Warranty is included in exposures for which the Contractor has products liability and completed operations insurance, in minimum amounts of one million dollars ($1,000,000) for general liability, one million dollars ($1,000,000) for commercial automobile liability, and the statutory requirement for Worker’s Compensation shown on the certificates of such Insurance attached hereto, and the Contractor agrees to keep such insurance coverage during the period of this warranty; and
      6. That it is agreed and understood by the Contractor that the City of Lauderdale Lakes, Florida, is induced to enter the Contract in reliance upon this Warranty.

    • Bid Bond (required)

      Please upload your bid bond here

    • Please upload your Payment Bond here (required)
    • Please upload your Performance Bond here (required)
    • Proof of Insurance (required)

      Please upload proof of insurance here

    • Business Tax Receipt and Licenses (required)

      Attach Business Tax Receipt from the CITY or County. Must also include a copy of state registration and any other applicable licenses. 

    • Please confirm (required)

      I understand that all information listed above may be checked by the city of Lauderdale Lakes and I authorize all entities or persons listed above to answer any and all questions. I hereby indemnify the city of Lauderdale Lakes and the persons and entities listed above and hold them harmless from any claim arising from such authorization or the exercise thereof, including the dissemination of information pursuant thereto.

      The PROPOSER acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by CITY in awarding the contract and such information is warranted by PROPOSER to be true. The discovery of any omission or misstatement that materially affects the PROPOSER’S qualifications to perform under the contract shall cause the CITY to reject the Bid, and if after the award, to cancel and terminate the award and/or contract.

    • How will you be collecting pricing? (required)
    • Bonding Requirements? (required)
    • Will local vendor preference apply to this solicitation? (required)

    Key dates

    1. May 1, 2026Published
    2. May 8, 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.