Formal Procurement Opportunities
Formal solicitations include procurement purchases of goods or services estimated to cost more than $300,000. JEA purchases are made through a competitive bidding process. If you are interested in a particular solicitation please view specifications below. To get additional information regarding a solicitation, please use the links below to register to be added to our mailing list.
View Informal Procurement Opportunities ($50,000 - $300,000)
JEA Upcoming Water/Wastewater Procurement Opportunities
JEA Upcoming Electric Procurement Opportunities
JEA Upcoming Operational Support Procurement Opportunities
JEA Upcoming Professional Services
JEA Upcoming Operations & Maintenance Facilities and Fleet Opportunities
JEA Upcoming Technology and Customer Service Procurement Opportunities
JEA Upcoming Fleet Capital Opportunities
JEA Upcoming Facilities Capital Opportunities
All bid openings are held on Tuesdays at 2:00 p.m. via online WebEx platform (unless otherwise noted). Bids/Responses are to only be delivered electronically via link provided. Use the REQUEST A SUBMISSION LINK located under each bid to receive a unique, password-protected link.
Please allow up to 24 hours to receive a Submission Link. An automated, detailed auditing system provides sealed bid integrity.
Responses are due by 12:00 noon on the designated date prior to bid opening at 2:00 p.m.
Instructions for attending the WebEx bid opening may be found under Upcoming Important Dates on the Procurement Page.
1412045446 (RFP) Water/Wastewater General Construction Services
JEA is seeking the services of experienced industrial contractors that possess technical expertise in the operations, maintenance, and construction at a large municipal utility. JEA intends to award multiple continuing service contracts from a list of contractors on the basis of award criteria. Based on the Approved Responsible Bidders list, contracts will designate ability for contractors to bid on WP1 projects, WP2 projects, or both. The work will consist primarily of capital and O&M projects that are planned or developed throughout the course of a minimum of a (3) year contract period. Individual projects may vary widely in size and scope. The services that are performed will be those not already contracted for in other JEA service contracts. The construction and maintenance activities performed under this contract will take place primarily at Water Treatment Plants and Water Reclamation Facilities, Reclaimed Water Facilities, Water well sites, Wastewater Pump Stations, and Booster Pump Stations, however, they can also occur at various locations and business units within JEA.
USE THIS LINK TO ACCESS THE SOLICITATION ON ZYCUS:
https://zsn.zycus.com/guest/genericRegister/JEA074/iSource/990210/
Mandatory Pre-Response Meeting: September 16, 2025 at 10:00 AM
Response Due Date: October 14, 2025
1412020847 (RFP) Program Management Services for the Well Field Rehabilitation and Improvement Program
The Scope of work for this Solicitation includes providing Integrated Management Services, including program management, planning, permitting, design and construction services for select projects identified in JEA’s Wellfield Rehabilitation and Improvement Program. JEA is seeking proposals from qualified management teams to provide these services on an as-needed basis. The project delivery method used will be Program Management at Risk.
USE THIS LINK TO ACCESS THE SOLICITATION ON ZYCUS:
https://zsn.zycus.com/guest/genericRegister/JEA074/iSource/977911/
Mandatory Pre-Response Meeting: September 9, 2025, at 11:00am
Response Due Date: October 7, 2025
1412007648 (IFB) Vegetation Management Services
Production crews will bill the same rates as hourly rates of T&E crews if they are performing T&E work. JEA estimates a total of 3,003 Production circuit miles per 2.5-year cycle or roughly 1,200 Production miles per year. The JEA service area is broken up into 3 districts. The districts will be completed simultaneously requiring the Contractor to always have a group of crews in each district. Each district shall have a dedicated General Foreman (GF) responsible for Production crews and their work (three GF’s). Any Production work scheduled within a quarter should be completed in that quarter. Any carryover works not completed by the end of the first month of the following quarter will be subject to liquidated damages, as detailed in the Liquidated Damages section, until the work is completed and verified complete by JEA. These Liquidated Damages will include weekends and holidays.
A more detailed description of the Work is provided in the Technical Specifications included as an Appendix A to this Solicitation.
USE THIS LINK TO ACCESS THE SOLICITATION ON ZYCUS:
https://zsn.zycus.com/guest/genericRegister/JEA074/iSource/971312/
Mandatory Pre-Response Meeting: July 11, 2025
Second Mandatory Pre-Response Meeting: August 21, 2025
Response Due Date: September 30, 2025
1412001246 (IFB) Lofberg Pump Station Force Main Replacement
The purpose of this solicitation for JEA Lofberg Pump Station Force Main Replacement (this "Solicitation") is to evaluate and select a vendor to provide the replacement of 2,400 feet of 24” DIP force main with new main via open cut and directional drill as described in this Solicitation (the "Work") and to determine the best method for JEA to procure the Work with regards to pricing, quality, design, and workmanship.
USE THIS LINK TO ACCESS THE SOLICITATION ON ZYCUS:
https://zsn.zycus.com/guest/genericRegister/JEA074/iSource/968110/
Mandatory Pre-Response Meeting: August 14, 2025, at 2:00 PM
Additional Mandatory Pre-Response Meeting for all bidders on August 29th at 10:00 AM
Response Due Date: September 9, 2025
Response Due Date: September 16, 2025
1411989846 (IFB) Mandarin WRF - Switchgear Control Upgrade
The purpose of this solicitation for Mandarin WRF - Switchgear Control Upgrade (this "Solicitation") is to evaluate and select a vendor to upgrade the control and other components of the switchgear as described in this Solicitation (the "Work") and to determine the best method for JEA to procure the Work with regards to pricing, quality, design, and workmanship.
USE THIS LINK TO ACCESS THE SOLICITATION ON ZYCUS:
https://zsn.zycus.com/guest/genericRegister/JEA074/iSource/962410/
Mandatory Pre-Response In Person Meeting: July 14, 2025, at 9:00 AM
Response Due Date: August 5, 2025
Response Due Date: August 12, 2025
Response Due Date: August 26, 2025
Response Due Date: September 16, 2025
1412035446 (RFP) Repair and Installation of Access Control Systems FY26 - FY31
The scope of this contract is to secure the services of a qualified contractor which will provide procurement, installation, and maintenance for the JEA access control systems. The work performed by the contractor consists of, but is not limited to, all materials, labor, supervision, tools, electronic parts, wiring, software, hardware and equipment necessary to provide installation, maintenance, adjustments, testing, replacement of parts, and emergency service as herein specified. All maintenance services rendered under this contract shall be by uniformed employees of the bidder and no part of the servicing or emergency call-back service may be sub-contracted.
The JEA Security group employs access control systems at multiple JEA properties. This equipment is enterprise level and structured into a network-based system. All installations of access control equipment are completed in accordance with JEA Security Typical drawings and standard methodologies. The JEA Security group has standardized on the AMAG Symmetry access control solution and requires all access control equipment to be fully compatible.
While mostly access control system in nature, this agreement is not limited to labor type and equipment identified within the contract. This contract may be utilized to include some electrical, general construction, and other trades required to provide a complete and functional access control system.
USE THIS LINK TO ACCESS THE SOLICITATION IN ZYCUS: https://zsn.zycus.com/guest/genericRegister/JEA074/iSource/985210/
Mandatory Pre-Response Meeting: August 29, 2025, at 9:00 AM
Response Due Date: September 9, 2025
Response Due Date: September 16, 2025
1412016650 (IFB) Construction Services for Royal Lakes Water Treatment Plant
The purpose of this solicitation for IFB Construction Services for Royal Lakes Water Treatment Plant (this Solicitation") is to evaluate and select a vendor to provide construction services to include the demolition of an existing Water Treatment Plant (WTP), and the building of a new WTP at the same site, as described in this Solicitation (the "Work") and to determine the best method for JEA to procure the Work with regards to pricing, quality, design, and workmanship.
USE THIS LINK TO ACCESS THE SOLICITATION ON ZYCUS:
https://zsn.zycus.com/guest/genericRegister/JEA074/iSource/975814/
Mandatory Pre-Response Meeting: Thursday August 14, 2025 at 10:30 AM
Mandatory Site Visit: Thursday August 21st, 2025 at 10:00 AM
Response Due Date: September 9, 2025
Response Due Date: September 23, 2025
1412007046 (RFP) Commercial Backflow Testing
The purpose of this solicitation for Commercial Backflow Preventer Testing Services (this "Solicitation") is to evaluate and select several local certified backflow testing vendors to systematically complete compliance testing of backflow preventers for 3 years with two subsequent optional years. Each year up to 14,000 connections are due to be tested as described in this Solicitation (the "Work") and to determine the best method for JEA to procure the Work with regards to pricing, quality, design, and workmanship. Testing shall be completed following the University of Florida, Training, Research and Education for Environmental Occupations (UF TREEO) backflow prevention assembly test requirements, including minor cleaning of device test ports to facilitate proper function during testing.
USE THIS LINK TO ACCESS THE SOLICITATION ON ZYCUS:
https://zsn.zycus.com/guest/genericRegister/JEA074/iSource/971010/
Optional Pre-Response Meeting: July 10, 2025, at 2:00 PM
New Pre-Response Meeting: August 15, 2025, at 11:00am
Response Due Date: July 22, 2025
Response Due Date: August 26, 2025
Response Due Date: September 9, 2025
Response Due Date: September 16, 2025
1412020648 (RFP) Brandy Branch Generating Station B52-B53 SCR Catalyst Replacement
The purpose of this Solicitation is for contracting a company to manufacture a new catalyst for the existing Selective Catalytic Reduction (SCR) system. Work will require a contractor to mobilize to the site, remove and dispose of the existing SCR catalyst, and replace with new catalyst.
A more detailed description of the Work is provided in the Technical Specifications included as an Exhibit to this Solicitation.
USE THIS LINK TO ACCESS THE SOLICITATION ON ZYCUS:
https://zsn.zycus.com/guest/genericRegister/JEA074/iSource/977812/
Mandatory Pre-Response Meeting: August 7, 2025, at 3:00 PM.
Response Due Date: September 3, 2025
Response Due Date: September 9, 2025
1412018251 - IFB Dense Wavelength Division Multiplexing Device
The purpose of this solicitation for Dense Wavelength Division Multiplexing (DWDM) System (this "Solicitation") is to evaluate and select a vendor to provide a replacement Dense Wavelength Division Multiplexing (DWDM) System as described in this Solicitation (the "Work") and to determine the best method for JEA to procure the Work with regards to pricing, quality, design, and workmanship.
USE THIS LINK TO ACCES THE SOLICITATION VIA ZYCUS:
https://zsn.zycus.com/guest/genericRegister/JEA074/iSource/976615/
Solicitation Due Date: September 3, 2025
Explore Solutions and Save
Learn about all the ways JEA helps Northeast Florida families, businesses and our community thrive and how we can help you do more.
Related Links
-
Procurement
The process of obtaining goods and services from preparation and processing of a requisition through to receipt and approval of the invoice for payment. Information relevant to Procurement of public notice or invitation to participate in opportunities available at JEA.
-
Become a Vendor
Procurement Services has a process to manage unsolicited contacts with vendors who wish to do business with JEA. This process designates an Unsolicited Vendor Contact (UVC) Coordinator to serve as a single point of contact for all unsolicted calls.