SLED Opportunity · FLORIDA · ORLANDO AVIATION

    Variable Frequency Drive Repair and/or Replacement Services

    Issued by Orlando Aviation
    localRFPOrlando AviationSol. 230453
    Closed
    STATUS
    Closed
    due Mar 31, 2026
    PUBLISHED
    Feb 27, 2026
    Posting date
    JURISDICTION
    Orlando Aviation
    local
    NAICS CODE
    238210
    AI-classified industry

    AI Summary

    Solicitation for specialized repair, diagnostics, and replacement services of Variable Frequency Drives (VFDs) at Greater Orlando Aviation Authority facilities. Requires experienced contractors with proven work history and security clearance.

    Opportunity details

    Solicitation No.
    230453
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    February 27, 2026
    Due Date
    March 31, 2026
    NAICS Code
    238210AI guide
    Jurisdiction
    Orlando Aviation
    State
    Florida
    Agency
    Orlando Aviation

    Description

    The objective of this Solicitation is to procure a highly qualified and experienced Contractor that specializes in performing troubleshooting, detailed diagnostics, repair/refurbishment, and programming or replacement of Variable Frequency Drives (VFDs) at all facilities, equipment rooms and other locations managed by the Greater Orlando Aviation Authority (GOAA). This Solicitation is for highly specialized services that requires evidence of a solid work history and financial stability. Respondents are cautioned to pay close attention to the Minimum Requirements Section of this Solicitation and follow all instructions.

    The successful Contractor will be required to work with various manufacturers brands of VFDs and will be required to have personnel pass a background check so that security access badges can be obtained from the Aviation Authority's Access Control department.

    Background

    The Orlando International Airport (MCO), managed and operated by the Greater Orlando Aviation Authority (Aviation Authority), currently handles over 56.4 million domestic and international passengers annually. MCO experienced a 14.5% growth in passenger traffic in the 12 months ended June 2025 compared to the 12 months ended June 2019, including 16.3% growth in international passenger traffic which now stands at over 8.2 million passengers annually.

    MCO is currently served by 39 commercial passenger airlines and 7 cargo carriers. MCO is the busiest airport in the State of Florida and has been ranked the 9th busiest airport in the United States and 25th in the world.


    The Aviation Authority is committed to ensuring quality services and a seamless passenger journey through exceptional experiences, collaboration, and creativity, by focusing on People, Connection, Community and Innovation.

    Project Details

    • Reference ID: 26-414-RFP
    • Department: Facilities
    • Department Head: Gary Hunt (Vice President)

    Important Dates

    • Questions Due: 2026-03-13T21:00:00.000Z
    • Answers Posted By: 2026-03-20T21:00:38.174Z
    • Pre-Proposal Meeting: 2026-03-06T16:00:00.000Z — Virtual Microsoft Teams: https://teams.microsoft.com/meet/27108319090036?p=3Uqs3EvF6ThvqdQcuu Meeting ID: 271 083 190 900 36 Passcode: Ww3tc9Fe Dial in by phone +1 872-242-8019,,159034015# United States, Chicago Find a local number Phone conference ID: 159 034 015# Join on a video conferencing device Tenant key: goaa@m.webex.com Video ID: 119 664 161 6

    Addenda

    • Addendum #1 (released 2026-03-02T13:20:55.758Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Official Notice #1: 26-414-RFP Variable Frequency Drive Repair and /or Replacement Services - Virtual Pre Submittal Meeting (released 2026-03-05T17:02:57.332Z) —

      Greetings,

      This is to inform you that the virtual pre-submittal meeting for 26-414-RFP Variable Frequency Drive Repair and /or Replacement Services will take place on 3/6/2026 at 11:00AM

      Eastern Time. Please join the meeting via the following Teams link: https://teams.microsoft.com/meet/27108319090036?p=3Uqs3EvF6ThvqdQcuu

      Meeting ID: 271 083 190 900 36
      Passcode: Ww3tc9Fe

      Dial in by phone
      +1 872-242-8019,,159034015# United States, Chicago
      Find a local number
      Phone conference ID: 159 034 015#
      Join on a video conferencing device
      Tenant key: goaa@m.webex.com
      Video ID: 119 664 161 6

    • Official Notice #2: 26-414-RFP Pre Submittal Meeting Presentation/Meeting Attendance Roster. (released 2026-03-06T17:21:10.211Z) —

      Greetings,

      The presentation from the pre-solicitation meeting, along with the attendance roster has been uploaded. 

      Thank you.

    • Addendum #2 (released 2026-03-26T12:30:25.420Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Official Notice #3: 26-414-RFP – Variable Frequency Drive Repair and/or Replacement Services - Virtual Response Opening (released 2026-03-30T13:15:14.620Z) —

      Greetings,

      This is to inform you that the Virtual Response deadline for 26-414-RFP – Variable Frequency Drive Repair and/or Replacement Services will take place on 3/31/2026, at 1:00 p.m.

      Please join the meeting using the following Teams link:

      Microsoft Teams meeting
      Join: https://teams.microsoft.com/meet/26401685705668?p=TZ8qposWe3Ul9fX4d4
      Meeting ID: 264 016 857 056 68
      Passcode: Wy9xm3Ze

    Evaluation Criteria

    • Relevant Experience of Firm and Feedback From References (25 pts)
    • Relevant Experience and Training of Contractor's Personnel (20 pts)
    • Approach and Methodology (15 pts)
    • Other Requirements (10 pts)
    • Price (30 pts)

    Submission Requirements

    • RESPONDENT IDENTIFICATION
    • Responding Company's name and address (required)

      Must match the name shown on the submitted W-9 Form and on the Registration with the State of Florida (Sunbiz). Contract/Agreement/Purchase Order will be issued under this name, if awarded.

    • Is the duly authorized signatory (person who is duly authorized to contractually bind the Respondent) of the Respondent also the Primary Contact for this solicitation? (required)
    • Authorized signatory / Primary contact's name, title, email address and direct phone # (required)
    • Secondary contact person's name, title, email address and phone #. (required)
    • Authorized signatory's name, title, email and direct phone # (required)
    • Primary contact person's name, title, email address and phone # (required)
    • Secondary contact person's name, title, email address and phone #. (required)
    • MINIMUM REQUIREMENTS
    • Minimum Experience (required)

      Explain how the Respondent meets the Minimum Experience requirement described in Section 3: Minimum Requirements.

    • Reference 1 (required)

      See requirements for References under Section 3: Minimum Requirements.

      Provide your response in the following order:

      • Name of Company
      • Contact Name
      • Contact Email
      • Brief description of services
      • Timeline for services rendered
    • Reference 2 (required)

      See requirements for References under Section 3: Minimum Requirements.

      Provide your response in the following order:

      • Name of Company
      • Contact Name
      • Contact Email
      • Brief description of services
      • Timeline for services rendered
    • Reference 3 (required)

      See requirements for References under Section 3: Minimum Requirements.

      Provide your response in the following order:

      • Name of Company
      • Contact Name
      • Contact Email
      • Brief description of services
      • Timeline for services rendered
    • Registration with the State of Florida (required)

      Upload Respondent's registration here.

    • Does the Respondent meet the minimum Local Developing Business (LDB) participation goal? (required)

      The Local Developing Business Goal for this Solicitation is: NO VALUE%.  Additional detail regarding this requirement can be found in Section NO VALUE: Small Business Program and Requirements.

      By selecting "Yes" I certify that Respondent, including a Respondent which is a Small Business, shall comply with the  requirements by having a certified Local Developing Business, other than the Respondent, participate in the performance of the Contract services at a sufficient level to meet the participation goal. Respondents can't self-declare Small Business Status. I certify that I have read this requirement and, at a minimum, the Respondent complies.

      By selecting "No" I certify that Respondent understands that the Response will be considered non-responsive to the Solicitation and rejected if the Respondent fails to demonstrate, to the reasonable satisfaction of the Aviation Authority, that the Respondent  made a good faith effort to meet the established goal.

    • Proposed LDB Participation % (required)
    • LDB Schedule (required)

      Please download the below document, complete, and upload.

    • Letter of Interest Forms (required)

      Please download the below document, complete, and upload FOR EACH SUB-CONTRACTOR.

    • The name and title of the person responsible for the Respondent's Good Faith Efforts to reach the goal (required)
    • Provide a list of LDB firms contacted. (required)

      Include, for all LDB Firms:

      • LDB Company Name
      • LDB Contact's Name
      • First Contact Date and Method (Email, Certified Mail, etc) 
      • Follow-Up Date and Method
      • Brief Description of Outcome
    • Optional - Additional documentation to prove Good Faith Effort
    • Optional - Additional information to prove Good Faith Effort (required)
    • Does the Respondent meet the minimum Veteran Business Enterprise (VBE) participation goal? (required)

      The Veteran Business Enterprise Participation Goal for this Solicitation is: NO VALUE%.  Additional detail regarding this requirement can be found in Section NO VALUE: Small Business Program and Requirements.

      By selecting "Yes" I certify that Respondent, including a Respondent which is a Small Business, shall comply with the  requirements by having a certified Veteran Owned Business, other than the Respondent, participate in the performance of the Contract services at a sufficient level to meet the participation goal. Respondents can't self-declare Small Business Status. I certify that I have read this requirement and, at a minimum, the Respondent complies.

      By selecting "No" I certify that Respondent understands that the Response will be considered non-responsive to the Solicitation and rejected if the Respondent fails to demonstrate, to the reasonable satisfaction of the Aviation Authority, that the Respondent  made a good faith effort to meet the established goal.

    • Proposed VBE Participation % (required)
    • VBE Schedule (required)

      Please download the below document, complete, and upload.

    • Letter of Interest Forms (required)

      Please download the below document, complete, and upload FOR EACH SUB-CONTRACTOR.

    • The name and title of the person responsible for the Respondent's Good Faith Efforts to reach the goal (required)
    • Provide a list of VBE firms contacted (required)

      Include, for all VBE Firms:

      • VBE Company Name
      • VBE Contact's Name
      • First Contact Date and Method (Email, Certified Mail, etc) 
      • Follow-Up Date and Method
      • Brief Description of Outcome
    • Optional - Additional information to prove Good Faith Effort
    • Optional - Additional documentation to prove Good Faith Effort
    • Does the Respondent meet the minimum Combined Local Developing Business (LDB) / Veteran Business Enterprise (VBE) participation goal? (required)

      The Combined Local Developing Business (LDB) / Veteran Business Enterprise (VBE) Participation Goal for this Solicitation is: NO VALUE%.  Additional detail regarding this requirement can be found in Section NO VALUE: Small Business Program and Requirements.

      By selecting "Yes" I certify that Respondent, including a Respondent which is a Small Business, shall comply with the  requirements by having  certified Veteran Owned Business and/or Local Developing Business, other than the Respondent, participate in the performance of the Contract services at a sufficient level to meet the participation goal. Respondents can't self-declare Small Business Status. I certify that I have read this requirement and, at a minimum, the Respondent complies.

      By selecting "No" I certify that Respondent understands that the Response will be considered non-responsive to the Solicitation and rejected if the Respondent fails to demonstrate, to the reasonable satisfaction of the Aviation Authority, that the Respondent  made a good faith effort to meet the established goal.

    • Proposed Combined LDB/VBE Participation % (required)
    • LDB/VBE Schedule (required)

      Please download the below document, complete, and upload.

    • Letter of Interest Forms (required)

      Please download the below document, complete, and upload FOR EACH SUB-CONTRACTOR.

    • The name and title of the person responsible for the Respondent's Good Faith Efforts to reach the goal (required)
    • Provide a list of LDB or VBE firms contacted. (required)

      Include, for all LDB or VBE Firms:

      • LDB OR VBE Company Name
      • LDB OR VBE Contact's Name
      • First Contact Date and Method (Email, Certified Mail, etc) 
      • Follow-Up Date and Method
      • Brief Description of Outcome
    • Optional - Additional documentation to prove Good Faith Effort
    • Optional - Additional information to prove Good Faith Effort
    • Response Certification and Willingness to sign Contract / Agreement (required)

      Please download the below document, complete, and upload.

    • RELEVANT EXPERIENCE, QUALIFICATIONS OF THE RESPONDENT AND FEEDBACK FROM REFERENCES
    • Provide three examples/projects that most closely match the project desired in this solicitation and are similar in size and scope to the Project within the past five years. (required)
    • Provide a list of similar projects/contracts provided in the past five years with other entities or airports (required)
    • Failed / Incomplete Work (required)

      List any and all work the Respondent failed to complete in accordance with any contract in the last five (5) years.  Describe details regarding the non-performance, including listing any officer or partner of their team who in the last five (5) years failed to complete a contract handled in his/her name.  In case of a Joint Venture list failed work be all Joint Venture Parties.

    • RELEVANT EXPERENCE AND QUALIFICATION OF KEY PERSONNEL
    • Identify the On-site lead technician or Supervisor. Include ther resume and training certicates. (required)
    • Provide the names,(resumes of the proposed technians to include their work history and training certifcates. (required)
    • Include an organizational chart proposed for this project clearly showing the reporting relationship between individual team members, especially those in positions of oversight and quality assurance (required)
    • APPROACH AND METHODOLOGY
    • VFD Inventory and Locations (required)

      Confirm 

      The Contractor has reviewed  Attachment “A” to determine which equipment requires Variable Frequency Drive (VFD) repair and/or replacement services as part of the Contract scope.  

    • Transition Plan (required)
      1. Confirm if awarded, the Contractor shall attend coordination meetings with the current contractor providing such Variable Frequency Drive Repair and/or Replacement Services before the commencement of the Contract. 
      2. Confirm at the end of the term of the Contract, the Contractor shall attend coordination meetings, if upon expiration or termination a third party has been selected to perform the services.
    • Quality Assurance

      Descrbe your firm's quality assurance program to ensure work is being performed within recognized industry standards and applicable manufacturer instructions to ensure the integrity and performance of the VFD equipment.

    • Performance Standards/Deductions (required)

      Respondent is to confirm reviewed Section 4.17  1.1. Performance Standards/Deductions 

    • Warranty (required)

      The Contractor warrants all labor, parts, and components supplied under this Contract for a period of one year following the completion of services or repairs. This warranty does not limit the Contractor’s liability for latent defects in workmanship or materials. The Contractor shall also provide the Aviation Authority with all applicable manufacturer’s product warranties for parts and materials installed.

    • Reports (required)

      Upload a Sample of Service Report as dscribed per Section 4.19 Reports

    • OTHER REQUIREMENTS
    • Did the Respondent use Artificial Intelligence (AI) to generate any portion of their response to this solicitation? (required)
    • Certification regarding usage of Artificial Intelligence (required)

      By selecting confirm, I certify that any Artificial Intelligence (AI) generated response(s) have been reviewed and verified for accuracy and truthfulness. Additionally, I certify that any intellectual property, trademarked, and copyrighted material contained in the response(s) are used with the owner’s permission.

    • Conflict of Interest Form (required)

      Please download the below document, complete, and upload.

    • W9 Form (required)

      Upload Respondent's current, signed W9 Form.

    • Verification of Employment Status / E-Verify (required)

      By selecting "Confirm", I hereby acknowledge and agree 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 resulting contract with the Greater Orlando  Aviation Authority.

      Effective January 1, 2021, public and private employers, contractors and subcontractors will be required to register with, and use the Employment Eligibility Verification System (E-Verify) to verify the work authorization status of all newly hired employees. The E-Verify system can be obtained at the U.S. Department of Homeland Security website: http://www.dhs.gov/E-Verify

       “Contractor” means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration (also referred to as Respondent or Contractor).

       “Subcontractor” means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration (also referred to as Sub- Vendor or Sub-Contractor).

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

      • All persons employed by Vendor/Contractor/Sub-Contractor during the term of the contract, (including assigned sub-vendors/sub-contractors/sub-contractors), to perform employment duties within Florida and any work in pursuant to the contract with the Aviation Authority.

      By entering into a contract with the Aviation Authority, the Contractor/Contractor becomes obligated to comply with the provisions of Section 2. Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes, but is not limited to, utilization of the E-Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien.

      The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of resulting contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. Any challenge to termination under this provision must be filed in the Circuit Court of Orange County, Florida no later than 20 calendar days after the date of termination. If the resulting contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination.

    • Drug-Free Workplace Certification (required)

      By selecting "Confirm", I certify, that if awarded, Respondent shall maintain a drug-free workplace in accordance with the Florida Drug-free Workplace Act during the duration of the contract. No employee shall be hired by a Contractor for work on Aviation Authority's premises prior to such employee having tested negative for drugs. In addition, existing employees of the Contractor must be subject to drug testing by the Contractor upon reasonable suspicion of drug use. Results of all such drug tests are to be retained by the Contractor Copies shall be provided to the Aviation Authority, if requested.

    • Certification Regarding Prohibition Against Contracting with Scrutinized Companies (required)

      By selecting "Confirm", I hereby certify that neither the undersigned 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 of one million dollars or more, I hereby certify that neither the undersigned 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 Aviation Authority may immediately terminate any Contract resulting from this Solicitation upon written notice if the undersigned 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 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.

    • Prohibition of Covered Unmanned Aircraft Systems (UAS) (required)

      By selecting "Confirm", the Respondent certifies that they are aware of and comply with relevant Federal statutes and regulations, including those from the Federal Aviation Administration (FAA), for operating unmanned aircraft systems (UAS) in accordance, and in compliance with all related requirements in the FAA Reauthorization Act of 2024 (Public Law 118-63), section 936 (49 U.S.C. § 44801 note).  

      The Contractor warrants that all UAS operations will be conducted in full compliance with all applicable Federal Aviation Administration (FAA) regulations, including but not limited to 14 CFR Part 107, and any other applicable local, state, or Federal laws and regulations.  

      Sponsors and subgrant recipients cannot use AIP grant funds to enter into, extend, or renew a contract  related to covered unmanned aircraft systems (UAS). This includes both procurement and operational contracts, as well as contracts with entities that operate such systems. 

    • Discriminatory Vendor List Certification (required)

      By selecting "Confirm", I hereby certify that the Respondent, and 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 not been placed on the Discriminatory Vendor List by the Department of Management Services. (287.134(3)(d), Fla. Stat.) 

    • Public Entity Crimes Certification (required)

      By selecting "Confirm", I hereby certify that the Proposer, and/or any of its wholly owned subsidiaries, majority-owned subsidiaries, parent companies, or affiliates of such entities or business associations have not been convicted of any public entity crimes nor have they been placed on the Convicted Vendor List by the Department of Management Services.

    • Proof of Insurability (required)

      You may upload your Certificate of Insurance (COI), an insurance quote for the required coverage, or a statement from regarding the Respondent ability to obtain insurance with the required coverage issued by a company currently authorized to do business in the State of Florida and with an A.M. Best Company rating of at least B+ and a Financial Size Category of "Class VI" or higher according to the most current edition of AM Best Rating for the required insurance(s) listed in Section 10: Aviation Authority's Standard Terms and Conditions.

    • Proof of Bondability (required)

      Demonstrate ability to meet bondability requirements listed in this solicitation by providing a Letter of Bondability on a surety company letterhead or a letter from a US Bank for a letter of credit confirming that Respondent can obtain one or the other and understands only the Performance Bond or Letter of Credit form will be accepted.  

      Further details regarding the bondability requirements can be found in Section 10 Aviation Authority's Standard Terms and Conditions.

      Upload Letter of Bondability or Letter of Credit.

    • Financial Statements (required)

      Upload the most recent audited annual financial statements for the last two years in order to evaluate the Respondent’s ability to perform these Services. If audited annual financial statements are not available, provide balance sheets, income statements, and cash flow statements for the last two years.

      This financial documentation shall be clearly labeled as follows:  "Confidential Financial Records Submitted under Seal and Exempt from Florida Public Records Disclosure.” (Reference Florida Statutes Section 119.071(1)(c) for exemption on financial records.)

    • Claims Information (required)

      Disclose all lawsuits, arbitrations and claims filed or raised by or against the Respondent over the last five (5) years, specifically identifying the project involved, the parties involved, the nature of the claim(s), amount at issue, disposition or status and litigation, case style, number, and jurisdiction

    • Prior or pending convictions, indictments, investigations, and regulatory investigations (required)

      The Respondent shall provide a description of all prior or pending convictions, indictments, investigations, and regulatory investigations, either civil or criminal that relate to the services listed in the Scope of Work / Specifications Section in which Respondent or its affiliates, subsidiaries, parent company, directors, senior officers, senior regional officers, the Lead Individual, or Engagement Team members have been involved with in the last five (5) years immediately preceding the date of Respondent’s response to this Solicitation.  Or provide an affirmative statement that there are none.

    • PRICE PROPOSAL
    • All Inclusive pricing (required)

      By selecting confirm, I certify that all charges, fees, etc... are included in the Pricing Table(s). Additionally, I acknowledge that charges, fees, etc... not disclosed in this/these Price Table(s) will not be accepted by the Aviation Authority.

    • Validity of pricing (required)

      By selecting confirm, I acknowledge that the pricing provided is valid until at least 5/31/2031.

    • Payment Terms (required)

      By selecting confirm, I acknowledge that the payment terms are Net 45.

    • Detailed Price Table (required)

      Please download the below document, complete, and upload.  The purpose of the Price Table Detail spreadsheet attached is to provide the detailed breakdown of pricing, and the total amount of the excel sheet must match the amount proposed in the OpenGov Price Table.

    • Response Certification and Willingness to sign Contract / Agreement (required)

      Please download the below document, complete, and upload.

    • This solicitation is for: (required)
    • Location (required)
    • Base Contract Length (required)
    • Contract to start on or about _____ (required)

      Enter date

    • Length of Option(s) (required)
    • Number of Options (required)
    • Awardee (required)

      Use this term throughout the document

    • Include Management Fee verbiage? (required)
    • Will the Contractor be on GOAA property? (required)
    • Badging (required)
    • Will there be a separate Space Use Agreement signed? (required)
    • Airfield Operations Area (AOA) Access Required (required)

      If the Contractor requires access to the AOA, select "yes", if not, enter "no"

    • Is there any participation goal? (required)
    • Small Business - Minimum LDB Participation Goal % (required)

      Enter number only

    • Small Business - Minimum VBE Participation Goal % (required)

      Enter number only

    • Small Business - Minimum Combined LDB/VBE Participation Goal % (required)

      Enter number only, no % sign

    • Contract Type (required)
    • Terminology (required)

      Throughout the document, which one should be used? 

    • Will the pricing remain sealed until technical/qualification scores are finalized? (required)
    • Will there be a detailed Excel Price Table in addition to the OpenGov Price Table? (required)
    • Pricing must be valid until at least____ (required)
    • Note to Procurement Agent (required)

      The insurance requirements are listed in the T&Cs Section AND they need to be updated manually.

    • Request Finance Forms? (required)
    • Include CPI/PPI escalation/de-escalation? (required)
    • CPI adjustment allowed after the ____ year (required)
    • CPI maximum allowable increase % (required)

      Enter number, without percent sign.

    • PPI maximum allowable increase % (required)
    • PPI adjustment allowed after the ____ year (required)
    • Bond - Is there a Surety Bond /Letter of Credit requirement for this solicitation? (required)
    • Bond - Penal sum of Bond (required)

      Enter number only, no $ sign.

    • Bond - Penal sum of Letter of Credit (required)

      Enter number only, no $ sign.

    • Freight Terms 3 (required)
    • Payment Terms use (required)
    • Permits (required)
    • Will there be a Pre-Submittal Meeting? (required)
    • Mandatory? (required)
    • The Pre-Submittal Meeting will be held (required)
    • Notice of Intent to Award is anticipated to be provided within ____ days from the opening of Responses (required)

      Enter number only

    • Responses may not be withdrawn for ____ days (required)

      Enter number only.

    • Do you want to automatically fill Section Numbers? (required)
    • What section number will the Sample Contract populate at? (required)
    • What section number will the Scope of Work/Specifications populate at? (required)
    • What section number will the Small Business populate at?
    • What section number will the Minimum Requirements populate at? (required)
    • What section number will Vendor questionnaire populate at? (required)
    • What section number will the DBE Participation populate at? (required)
    • What section number will the Evaluation Criteria populate at? (required)
    • What section number will the Aviation Authority Standars T/C's populate at? (required)
    • Minimum Experience (required)
    • Minimum Experience - Minimum number of project in the past (required)

      Enter number only.  

    • Minimum Experience - Minimum experience project must be within ____ years from solicitation (required)

      Enter number only.

    • Minimum Requirements - Relevant experience within the last____ years (required)

      in words

    • Minimum Experience - Minimum number of years of experience (required)

      Enter number only.

    • Minimum Experience - Minimum value of past project use (required)

      Enter number only, without $ sign

    • References - Include verbiage for References? (required)
    • References - Minimum number of References to be provided? (required)

      Enter number only

    • References - Reference must be within ____ years from solicitation. (required)

      Enter number only.

    • Does this solictation require any Licenses or Certifications? (required)
    • What type of License/Certificate must be included? (required)

      Licensed Physician

    • Committee for Recommendation (required)
    • Pricing must be valid until at least ____ (required)
    • Please provide the dollar amount for the minimum required Garage Liability Insurance coverage. (required)
    • Please provide the dollar amount for the minimum required Crime Insurance coverage (required)
    • Please provide the dollar amount for the minimum required Cyber/Privacy Liability Insurance coverage (required)
    • Please provide the dollar amount for the minimum required Garagekeepers Insurance coverage. (required)
    • Please provide the dollar amount for the minimum required Pollution/Environmental Liability Insurance coverage. (required)
    • Please provide the dollar amount for the minimum required Professional Services / Errors & Omissions Liability Insurance Liability Insurance coverage (required)

    Key dates

    1. February 27, 2026Published
    2. March 31, 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.