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 Capital Facilities Opportunities
JEA Upcoming Operations & Maintenance Facilities and Fleet Opportunities
JEA Upcoming Technology and Customer Service Procurement 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.
1411846048 Market Test for Long-Term Firm, Dispatchable Capacity and Energy Resources
JEA seeks Responses (the “Solicitation) to provide firm, dispatchable capacity and associated energy to help meet projected customer peak demands (plus reserve margin requirements) and energy requirements beginning in 2030. The Solicitation is supported by JEA’s long-term resource planning process, which indicates that JEA’s system will benefit from efficient, flexible, intermediate generation through the addition of an advanced-class combined-cycle facility. This addition would allow for the efficient utilization of natural gas while providing the JEA system with operational flexibility and dispatchability to reliably integrate increasing amounts of intermittent solar energy.
In the 2023 Integrated Resource Plan1, JEA identified the need for a flexible combined-cycle generation resource. JEA’s range for dispatchable net delivered capacity via this RFP is 525MW to 700MW. Though higher capacity options can be proposed, the proposal must include the cost of system upgrades and services needed to meet reliability and backup regulatory requirements relative to the loss of a single unit for the capacity exceeding 700MW. For the purpose of this requirement, a unit is defined as either 1) the rating of a single generator supplying the proposed capacity, or 2) the aggregated rating of all generators for interrelated CT(s) and ST(s) that make up a CCCT unit supplying the proposed capacity.
Responses are required to offer resources that provide firm capacity to contribute to meeting JEA’s peak demand as well as meeting JEA’s requirement for dispatch flexibility. Flexible capacity allows JEA to meet its energy requirements, including the ability to operate the resource as needed to support the integration of intermittent solar energy. Proposed resources are required to be available beginning on or before December 31, 2030.
JEA will evaluate all resource alternatives submitted, that comply with the requirements of this Solicitation, relative to a self-build resource. Unless a preferred resource alternative is identified through this Solicitation, JEA anticipates pursuing the development of the self-build option. Appendix A - Self-Build Option Information provides additional information regarding JEA’s self-build option.
It is anticipated that the generation technology having the highest likelihood of success as an alternative to the self-build option will be an advanced-class combined cycle technology resource, with operating parameters that include the ability to operate in baseload and load-following roles across the full unit load range. As part of any Response, regardless of technology, JEA must have sole rights to unit commitment and de-commitment, that includes dynamic scheduling (e.g., automatic generation control (“AGC”)). All Responses must be for a commercially-proven technology, meaning a technology that has a documented track record of being used in one or more commercial power projects (excluding proof-of-concept or prototype-piloting projects), has demonstrated successful operations, and is still in service.
While JEA’s resource planning process has identified a dual-fuel, advanced-class combined cycle as the preferred technology, other dispatchable technologies are not prohibited from being proposed in response to this Solicitation.
USE THIS LINK TO ACCESS THE SOLICITATION VIA ZYCUS
https://zsn.zycus.com/guest/genericRegister/JEA074
Mandatory Pre-Response Meeting: November 4, 2024
Mandatory Pre-Response Meeting: November 18, 2024
Mandatory Pre-Response Meeting: December 02, 2024
Solicitation Due Date: March 4, 2025
1411913847 (RFP) Construction Management at Risk (CMAR) for Arlington East WRF – Reclaimed Water and Distribution Upgrades
The purpose of this solicitation for Arlington East WRF – Reclaimed Water and Distribution Upgrades (this "Solicitation") is to evaluate and select a vendor to provide pre-construction services (including early works activities) and construction of a new wastewater reclamation facility which may include: filter feed pump station; filter feed pump electrical building and emergency generator; four disk filters; high level disinfection UV system; UV electrical building; reclaimed water transfer pumps station; two 3-mg ground storage tanks; reclaimed water distribution pump station; reclaimed water distribution pump station electrical building with emergency generator; effluent pumps and flow meter; non-potable plant water pump station; laboratory building; modification to existing sodium hypochlorite system; demolition of existing filter feed pumps in Splitter Box 3, existing filters, existing low-level disinfection (LLD) UV structure, existing chlorine contact basin structure including reclaimed distribution pumps, existing sodium bisulfite system, existing laboratory trailer / awning, existing pump storage structure; site work; fiber optics; ancillary networks and security; fire alarm system; and compliance with Factory Mutual (FM) global requirements 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/924411/
Mandatory Pre-Response Meeting: January 22, 2025, at 1:00 PM
Response Due Date: February 19, 2025
1411887847 (ITN) Facilities Landscaping Maintenance
The purpose of this solicitation for Facilities Landscaping Maintenance - Open Market (this "Solicitation") is to evaluate and select a vendor to provide pricing for landscape maintenance and chemical spraying as called out within Appendix A – Technical Specifications for the included JEA facilities and as described in this Solicitation (the "Work") and to determine the best method for JEA to procure the Work with regard to pricing, quality, and workmanship. These services must be performed in a safe manner, and the results must be aesthetically pleasing as these facilities represent JEA to our customers. The specifications require that the Company performs these maintenance activities with skilled personnel adhering to all JEA, City, County and State regulations and requirements. Work will be performed at approximately 2100 JEA facilities located in Duval, Nassau and St. Johns counties, in Florida as listed in Appendix B - Response Workbook. These locations include exteriors of buildings, lots, lift stations, electric substations, wells, ditches, water treatment plants, communication towers, road access, fences, area around electric power lines, highway, exterior of generating plants, and trails. JEA plans to award a single contract to a Prime Vendor, with the expectation that a minimum of 80% of the work will be carried out by JSEB (Jacksonville Small and Emerging Business) entities. JEA reserves the right to award multiple contracts if it is determined to be in the best interests of JEA. JSEBs and Primes are also encouraged to submit bids for individual districts.
USE THIS LINK TO ACCESS THE SOLICITATION VIA ZYCUS
https://zsn.zycus.com/guest/genericRegister/JEA074/iSource/911411/
Solicitation Due Date: January 21, 2025
Solicitation Due Date: January 22, 2025
Solicitation Due Date: February 19, 2025
1411917846 (IFB) Repair and Installation of Video Surveillance Systems FY25
The purpose of this solicitation is to select a vendor to provide the repair and installation of video surveillance systems as described in this Solicitation (the "Work") at the best price to JEA. The scope of this contract is to secure the services of a qualified contractor which will provide procurement, installation, and maintenance of video surveillance systems at various locations for JEA.
USE THIS LINK TO ACCESS THE SOLICITATION ON ZYCUS:
https://zsn.zycus.com/guest/genericRegister/JEA074/iSource/926410/
BID DUE DATE: February 11, 2025
1411912646 (ITN) Barricade Services
The purpose of this solicitation for Barricade Services (this "Solicitation") is to select a vendor to provide Barricade Services 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.
Specifically, JEA is seeking a Vendor to furnish and setup barricades, related signs and other traffic control equipment for JEA Electrical, Meter Services, Water and Wastewater Maintenance and Construction and Repair Work within JEA’s four (4) county service territory (Duval, Clay, Nassau and St. Johns Counties). The Vendor shall provide and make available staff and resources on a twenty-four (24) hours, seven (7) days per week basis to respond to requirements for placement and pickup of barricades and other traffic control equipment on a routine and emergency basis.
USE THIS LINK TO ACCESS THE SOLICITATION ON ZYCUS:
https://zsn.zycus.com/guest/genericRegister/JEA074/iSource/923810/
Mandatory Pre-Response Meeting: January 15, 2025, at 11:30 AM
Response Due Date: February 11, 2025
1411906646 (IFB) Cisco Drive to Garden Street 20-Inch Water Main
USE THIS LINK TO ACCESS THE SOLICITATION ON ZYCUS:
https://zsn.zycus.com/guest/genericRegister/JEA074/iSource/920810/
Mandatory Pre-Response Meeting: January 15th, 2025 at 1:30 PM
Response Due Date: February 11, 2025
1411901446 (RFP) Design Services for Riverview Septic Tank Phase Out Project Engineering
The Riverview STPO scope of services to be performed shall consist of conceptual design, final detailed design services, construction management and inspection services during construction for sewer system improvements, which may include pump station(s), gravity sewer and/or vacuum-style collection system infrastructure, and water main distribution system and other infrastructure improvements within project rights-of-way. It also includes individual final detailed design of the on-site water and sewer connection to each existing structure participating within the project footprint. Design services will include proper abandonment of septic tanks on the non-vacant lots that are participating. Design services for non-residential properties may be included in the scope of services.
USE THIS LINK TO ACCESS THE SOLICITATION ON ZYCUS:
https://zsn.zycus.com/guest/genericRegister/JEA074/iSource/918210/
Mandatory Pre-Response Meeting: January 06, 2025, at 10:00 AM
Response Due Date: March 04, 2025
Response Due Date: February 11, 2025
1411901047 (RFP) Design Services for the Westlake WTP Expansion from 3.0 to 7.0 MGD
The purpose of this solicitation for Westlake WTP Expansion from 3.0 to 7.0 MGD (this "Solicitation") is to evaluate and select a vendor to provide engineering services for the design, permitting and services during construction of a new 7.0 MGD Water Treatment Plant (WTP) to replace the existing WTP, all on the same site. This WTP project will include a new high service pump building with four VFD pumps, electrical & control room; a hypochlorite storage & pumping system; emergency power generator & fuel tank; a 2 MG water storage tank with tray aerators; a new 2,500 GPM water production well and demo of the existing WTP. Design should follow the JEA Water Treatment Plant Standards 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/918011/
Mandatory Pre-Response Meeting: January 13, 2025, at 11:00 AM
Response Due Date: February 11, 2025
1411900647 (IFB) District II (Cedar Bay) WRF New Plant Entrance Construction
The purpose of this solicitation for District II (Cedar Bay) Water Reclamation Facility (WRF) New Plant Entrance Construction (this "Solicitation") is to select a supplier to provide construction services for a new entrance driveway for District II (Cedar Bay) WRF in Jacksonville, FL as described in this Solicitation (the "Work") and to determine the best method for JEA to procure the Work with regard to pricing, quality, and workmanship. This new entrance will provide access to Cedar Bay WRF through Imerson Industrial Complex. The contract will include a new driveway, security gate, cameras, badge readers, street lighting, and a new entry monument. Construction shall meet all the requirements of JEA Standards, state and local building codes.
USE THIS LINK TO ACCESS THE SOLICITATION VIA ZYCUS:
https://zsn.zycus.com/guest/genericRegister/JEA074/iSource/917811/
Solicitation Due Date: January 21, 2025
Solicitation Due Date: February 11, 2025
1411882846 (IFB) Safety Products for JEA Inventory Stock
The awarded Vendors will be required to comply with the reporting requirements stated herein. The reports are expected to be provided in an Excel format and emailed to the JEA Representative. The reports will be utilized to determine compliance with delivery and lead times. Failure to comply with the delivery and lead times could result in JEA terminating the Contract for default.
The required reports are as follows:
Lead-Time Analysis Report – This report must be provided weekly and include the Purchase Order (PO) and Blanket Release number, item ID, order quantity, date order received, expected delivery date, actual delivery date, quoted lead time in awarded proposal, compliance to the quoted lead time in a +- days deviated to lead time format, name of JEA employee who signed for delivery, and any additional comments regarding the orders.
Non-contract Purchase History – This report must be provided quarterly and will provide detailed information such as price, item description, manufacturer, manufacturer part number, and quantities at a minimum for all non-contracted items that are sold to JEA during the term of the agreement.
USE THIS LINK TO ACCESS THE SOLICITATION ON ZYCUS:
https://zsn.zycus.com/guest/genericRegister/JEA074/iSource/908910/
Mandatory Pre-Response Meeting: January 21, 2025, at 11:00AM
Response Due Date: February 04, 2025
1411913846 - ITN- Public Education Services
JEA’s public education services will include marketing, communications, advertising and/or media buying.
USE THIS LINK TO ACCES THE SOLICITATION VIA ZYCUS:
https://zsn.zycus.com/guest/genericRegister/JEA074/iSource/924410/
Solicitation Due Date: February 04, 2025
1411876846 (IFB) Normandy APSTF Relay Construction Services
JEA System Protection and Control Projects is requesting a quote for construction services at Normandy Substation. Services needed include cable pulls from the substation yard to a new control house. Temporary cables must also be pulled between the new and old control houses.
The scope of work includes, but is not limited to:
Pull and terminate yard cables.
Pull and terminate panel-to-panel cables.
Pull new AC and DC cables to each panel.
Demo existing yard cables and panel-to-panel cables.
Demo existing AC and DC control house cables.
Demo old panels.
Pull communication cables.
Place and install new panels.
Extend cable tray and install communication tray.
Install GPS clock and antenna.
Bring cable from storeroom to substation.
Label all cables.
Pull and remove all temporary cables as directed.
Remove old and install new breaker, transformer, PT and motor switch conduit as needed.
USE THIS LINK TO ACCESS THE SOLICITATION ON ZYCUS:
https://zsn.zycus.com/guest/genericRegister/JEA074/iSource/905910/
Response Due Date: February 4, 2025
1411917646 (IFB) CAICL011 - One Time Purchase for JEA Inventory
JEA Item Number CAICL011
CABLE, 1000 KCM, 28 KV, SINGLE CONDUCTOR AL., CROSS-LINKED POLYETHYLENE POWER SHIELDED, NO EYES, 1,000 FEET MINIMUM PER REEL. (SHIP TO: 2325 EMERSON ST., JAX., FL 32207)
The following manufacturers are approved:
CME WIRE AND CABLE INC
HENDRIX
PRYSMIAN CABLE & SYSTEMS
SOUTHWIRE CO.
See attached Technical Specifications for additional details.
USE THIS LINK TO ACCESS THE SOLICTATION ON ZYCUS
https://zsn.zycus.com/guest/genericRegister/JEA074/iSource/926310/
Bid Due Date: January 28, 2025
1411889846 (IFB) Portable Diesel Pump Rental for Storm Season
The purpose of this Invitation for Bid (the “IFB”) is to solicit pricing and to select a vendor that can provide dedicated portable diesel pump assets for exclusive use by JEA during the six (6) month storm season, from June 1, through November 30, each year of the contract term.
USE THIS LINK TO ACCESS THE SOLICITATION ON ZYCUS:
https://zsn.zycus.com/guest/genericRegister/JEA074/iSource/912410/
Response Due Date: January 28, 2025
1411890046 (IFB) Ckt 690 & 693 UG 69kV Reconductor Project
The purpose of this solicitation for construction and material for Ckt 690 & 693 UG 69kV Reconductor projects. Service includes manpower, material, equipment to replace approx. 950' of circuit 690 and 693.
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/912510/
Mandatory Pre-Response Meeting: December 3, 2024
Second Mandatory Pre-Response Meeting: January 17, 2025
Response Due Date: December 17, 2024
Response Due Date: January 7, 2025
Response Due Date: January 14, 2025
Response Due Date: January 28, 2025
1411905846 - RA - Microsoft Licensing
The purpose of this solicitation for (insert project title) (this "Solicitation") is to evaluate and select a vendor to provide Microsoft (MS) Licenses 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/920410/
Solicitation Due Date: January 16,2025
1411378247 (RFP) Brandy Branch Generating Station Turbine Parts Warehouse Construction
JEA is soliciting Proposals for a contractor to complete Brandy Branch Generating Station Turbine Parts Warehouse Construction. (the “Work”)
Construct a 100'x125' PEMB warehouse to store capital spare turbine parts per the specifications, drawings, etc. provided herein. Contractor will be required to perform all aspects of construction project including civil, structural, electrical, plumbing and fire protection associated with new building. Contractor shall have experience performing construction in a power generation facility.
Additional information can be found in Appendix A - Technical Specifications.
USE THIS LINK TO ACCESS THE FULL SOLICITATION ON THE JEA ZYCUS PLATFORM:
https://zsn.zycus.com/guest/genericRegister/JEA074/iSource/656611/
Bid Due Date: ON HOLD
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.