Department of Law Enforcement, Departmental  


  • Florida Capitol Perimeter Security Upgrade

    ADVERTISEMENT FOR BIDS

    PROPOSALS ARE REQUESTED FROM QUALIFIED LICENSED GENERAL CONTRACTORS BY THE State of Florida, Department of Law Enforcement hereinafter called the FDLE, State, or Department, Customer, Purchaser intends to obtain competitive sealed bids for the Florida Capitol Perimeter Security Upgrade.

    PROJECT DESCRIPTION: Installation of shallow-mounted bollards, a hydraulic bollard vehicle barrier, and a guard booth with associated systems at the Florida Capitol.

    PREQUALIFICATION: The awarded contractor must have successfully completed, in a timely fashion, at least three similar security projects within the previous 5 years. Material or equipment provided by the manufacturer must have been in satisfactory service for no less than five (5) years. Contractor must remove from the project any individual who is performing working in an unacceptable manner as determined by FDLE. References will need to be provided upon request.

    PERFORMANCE BOND REQUIREMENT: Each vendor shall provide the Florida Department of Law Enforcement (FDLE) with a Performance Bond in the full amount of the bid. The Performance Bond shall be provided by a surety company authorized to do business in the State of Florida. The Performance Bond shall be executed and furnished to the FDLE prior to contract execution and no later than ten (10) days after the ending date of the period for posting the intended award decision.

    The FDLE will accept in lieu of the Performance Bond, a cashier’s check, treasurer’s check, bank draft, certified check or irrevocable letter of credit. The letter of credit must be issued or confirmed by a bank authorized to do business in the United States and signed by an authorized representative of the proposer.

    The FDLE will return the successful proposer’s letter of credit within thirty (30) consecutive calendar days following FDLE’s final acceptance of all goods and/or services to be obtained under this ITB.

    Failure to provide the required performance bond, cashier’s check, treasurer’s check, bank draft, certified check or irrevocable letter of credit within the aforementioned timeframe will void the vendor’s proposal, and FDLE will proceed in contracting with the next highest rated bidder.

    The unsuccessful proposer’s performance bond, cashier’s check, treasurer’s check, bank draft, irrevocable letter of credit or certified check will be returned within fifteen (15) consecutive calendar days following the posting of the ITB award.

    MANDATORY SITE VISIT AND PRE-BID CONFERENCE: A mandatory pre-bid conference and site visit will be held on September 18, 2008, 10:00 a.m. (EST), The Capitol, 400 South Monroe Street (east steps of Old Capitol), Tallahassee, FL. Vendors may ask questions and clarify any issues stated in this bid or which may arise during the site visit. Attendance at the pre-bid conference and site visit are mandatory in order to bid on this project. The Invitation to Bid and a drawing of the layout will be handed out to the vendors that attend the pre-bid conference.

    CONTACT PERSON FOR BID INQUIRIES: Keith Milton, Purchasing Analyst, FDLE/Office of General Services, 2331 Phillips Road, Tallahassee, Florida 32308, Phone: (850)410-7314, Fax: (850)410-7333; Email: keithmilton@fdle.state.fl.us.

Document Information