All Bids posted 4/30/2026
(14 New Bid Opportunities)
Project Title: REQUEST FOR QUOTATION (RFQ) INFORMATION TECHNOLOGY GOODS
Event ID: 0000039012 (Copy and paste the Event ID here)
Solicitation Number: See Above
Agency: Franchise Tax Board
Due Date: Thursday, May 14, 2026 by 3:00 PM PT
Description: The Franchise Tax Board is seeking a contractor who is an authorized HCL Software reseller to provide specific IT goods. The contractor must furnish all items as quoted and ensure delivery within 30 days after receiving the order. The scope requires the provision of technical contacts to manage the delivery and support for the duration of the contract.
Timeline:
Start Date: May 26, 2026 (Contract Award)
End Date: Not explicitly stated
Total Duration: 30 Days ARO (After Receipt of Order)
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest net cost to a responsible bidder
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: HCL Software Authorized Reseller
Required Certifications: GenAI Disclosure, Darfur Contracting Act, and California Civil Rights Laws
Bidder Preferences: Small Business Preference (5%) and DVBE Incentive (up to 5%)
Project Title: CONSTRUCTION PERMIT PLAN REVIEWS
Event ID: 0000039109 (Copy and paste the Event ID here)
Solicitation Number: 26-10-003
Agency: Department of Housing and Community Development (HCD)
Due Date: June 4, 2026 at 2:00 PM PST
Description: The contractor will provide professional construction permit plan reviews for mobilehome and special occupancy parks. Key tasks include reviewing architectural, structural, mechanical, and electrical plans to ensure compliance with California Building Standards. The contractor must provide technical recommendations for plan approval or denial to HCD staff.
Timeline:
Start Date: October 1, 2026 (Anticipated)
End Date: September 30, 2029 (Estimate)
Total Duration: Three years (36 months)
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Highest scoring proposer (Secondary Method)
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 14, 2026 at 11:00 AM (Virtual)
Mandatory Licenses: California Licensed Architect or Professional Engineer
Required Certifications: ICC Plans Examiner Certification; DIR Registration
Bidder Preferences: Small Business preference (5%) and DVBE incentive (up to 5%)
Project Title: INSTRUCTIONS TO BIDDERS
Event ID: 0000039122 (Copy and paste the Event ID here)
Solicitation Number: CA24-0329
Agency: Department of Veterans Affairs (CalVet)
Due Date: Not explicitly stated (Refer to Invitation to Bid)
Description: This document provides critical procedural instructions for bidders regarding a CalVet construction project. Bidders are required to perform a thorough site examination and review all existing utility locations before submitting a bid. The work includes general construction and adherence to specific non-discrimination and labor standards.
Timeline:
Start Date: Not explicitly stated
End Date: Not explicitly stated
Total Duration: Not explicitly stated
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bidder
Prevailing Wages: Required per Labor Code
Financial Bonds: 10% Bidder's Security; 100% Performance and Payment Bonds
Key Requirements:
Mandatory Pre-Bid Site Inspection: Required (refer to specific ITB)
Mandatory Licenses: Active CSLB License appropriate for project scope
Required Certifications: DIR Registration; Asbestos/Hazardous certifications if needed
Bidder Preferences: DVBE Participation requirement (3%)
Project Title: WEARABLE MONITORING SOLUTIONS
Event ID: 0000039120 (Copy and paste the Event ID here)
Solicitation Number: SD25-00039
Agency: California Correctional Health Care Services (CCHCS)
Due Date: May 29, 2026 at 2 PM PST
Description: CCHCS is requesting information regarding wearable monitoring systems for patient-inmates in a correctional setting. The sought solution must track real-time location and monitor vital signs for medically fragile individuals. Responses will be used to develop future solicitation requirements and budget estimates.
Timeline:
Start Date: April 30, 2026 (Release)
End Date: Not explicitly stated
Total Duration: RFI phase (Information gathering only)
Budget:
"Not to Exceed" Amount: Not explicitly stated (RFI)
Award Method: No award will be made for this RFI
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not applicable
Mandatory Licenses: Not explicitly stated
Required Certifications: HIPAA Compliance and Data Security protocols
Bidder Preferences: Not explicitly stated
Project Title: RADIOLOGY DIRECTORSHIP SERVICES
Event ID: 0000039123 (Copy and paste the Event ID here)
Solicitation Number: 26-30010-000
Agency: Department of State Hospitals (DSH) - Patton
Due Date: May 27, 2026 at 2:00 PM
Description: The contractor will provide a Radiology Director to oversee clinical and administrative functions at DSH-Patton. Key tasks include managing radiology staff, ensuring Joint Commission compliance, and providing diagnostic services within a secure facility. The director must be available on an as-needed basis to meet clinical needs.
Timeline:
Start Date: July 1, 2026 (Anticipated)
End Date: June 30, 2028
Total Duration: Two years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bidder
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 21, 2026 at 11:00 AM (Optional)
Mandatory Licenses: Licensed Physician in the State of California
Required Certifications: American Board of Radiology Certification; X-ray Supervisor Certificate
Bidder Preferences: Small Business preference (5%) and DVBE Incentive (up to 5%)
Project Title: HIGH ROCK UTILITIES UPGRADE
Event ID: 1CA07606 (Copy and paste the Event ID here)
Solicitation Number: 1CA07606
Agency: California Department of Forestry and Fire Protection (CAL FIRE)
Due Date: May 26, 2026 at 2:00 p.m.
Description: Contractor shall provide all labor and materials for the replacement of aging utility systems at the High Rock Fire Center. Work involves installation of new potable water, natural gas distribution, sanitary sewer, and storm drain systems. The project also requires testing, site backfill, and restoration to grade after utility installation.
Timeline:
Start Date: June 30, 2026 (Estimate)
End Date: June 29, 2027 (Estimate)
Total Duration: 365 Calendar Days
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive responsible bidder
Prevailing Wages: Required for all bids over $1,000
Financial Bonds: 10% Bidder's Bond (over $461k); 100% Payment Bond (over $25,000)
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 14, 2026 at 11:00 a.m.
Mandatory Licenses: Class B (General Building) License
Required Certifications: DIR Registration; GenAI Disclosure
Bidder Preferences: Small Business preference (5%) and DVBE Incentive (up to 5%)
Project Title: JAPANESE BEETLE TRAP TOPS AND CATCH CANS
Event ID: P25-1433 (Copy and paste the Event ID here)
Solicitation Number: P25-1433
Agency: California Department of Food and Agriculture (CDFA)
Due Date: May 18, 2026 @ 5:00 PM PT
Description: This is a one-time acquisition for 6,000 trap tops and 6,000 catch cans for Japanese Beetle monitoring. Bidders are required to submit 48 physical samples for quality evaluation prior to the bid award. All goods must be delivered to the Sacramento Meadowview facility.
Timeline:
Start Date: April 30, 2026 (Release)
End Date: Not explicitly stated
Total Duration: One-time procurement
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive responsible bidder ("All or None")
Prevailing Wages: Not applicable
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not applicable
Mandatory Licenses: Not explicitly stated
Required Certifications: GenAI Disclosure; Payee Data Record
Bidder Preferences: Restricted to certified Small Business or DVBE options only
Project Title: REQUEST FOR QUOTATION FOR DRIED WHOLE PITTED PRUNES AND SEEDLESS RAISINS
Event ID: 0000039078 (Copy and paste the Event ID here)
Solicitation Number: 25JL0001
Agency: Department of State Hospitals (DSH) - Atascadero
Due Date: 05/15/26
Description: DSH-Atascadero seeks quotes for 8,450 lbs of prunes and 90 lbs of seedless raisins meeting USDA Grade B standards. The vendor must coordinate delivery with the hospital's receiving dock between 7:00 AM and 11:30 AM on weekdays. Recycled content products are preferred wherever feasible.
Timeline:
Start Date: April 30, 2026 (Release)
End Date: Not explicitly stated
Total Duration: One-time delivery
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest cost vendor
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Valid California Seller's Permit
Required Certifications: GenAI Disclosure; California Civil Rights Laws Certification
Bidder Preferences: Small Business Preference (5%) and DVBE Incentive (up to 5%)
Project Title: OFFICE SPACE WANTED TO LEASE
Event ID: 0000039116 (Copy and paste the Event ID here)
Solicitation Number: Project # 16697
Agency: Department of Consumer Affairs
Due Date: May 15, 2025
Description: The State of California is seeking 7,400 nusf of office space in the Riverside/San Bernardino region. The facility must be asbestos-hazard free and meet seismic safety and ADA standards. Proximity to public transportation and the provision of 25 fleet parking stalls are essential requirements.
Timeline:
Start Date: Not explicitly stated
End Date: Not explicitly stated
Total Duration: Long-term lease agreement
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Cost-effective determination based on facility compliance
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Not explicitly stated
Required Certifications: LEED or Energy Star compliance preference
Bidder Preferences: Compliance with DVBE requirements
Project Title: SMART IQ SAAS
Event ID: 0000039121 (Copy and paste the Event ID here)
Solicitation Number: DTS 25-243
Agency: California Department of Water Resources (DWR)
Due Date: May 15, 2026 by 2:00 PM PT
Description: DWR is procuring a subscription for SmartIQ Software as a Service (SaaS) to support departmental operations. The package includes multiple tenancies, data connectors, and premium 24x7 technical support. All quotations must be submitted on official business letterhead to be deemed responsive.
Timeline:
Start Date: February 1, 2026
End Date: January 31, 2027
Total Duration: One year
Budget:
"Not to Exceed" Amount: $100,000.00
Award Method: Lowest net cost to a responsive bidder
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not applicable
Mandatory Licenses: Not explicitly stated
Required Certifications: GenAI Disclosure; California Civil Rights Laws Certification
Bidder Preferences: Small Business preference (5%) and DVBE Incentives
Project Title: REQUEST FOR QUOTATION (RFQ) INFORMATION TECHNOLOGY GOODS
Event ID: 0000039012 (Copy and paste the Event ID here)
Solicitation Number: See Above
Agency: Franchise Tax Board
Due Date: Thursday, May 14, 2026 by 3:00 PM PT
Description: The Franchise Tax Board is seeking a contractor who is an authorized HCL Software reseller to provide specific IT goods. The contractor must furnish all items as quoted and ensure delivery within 30 days after receiving the order. The scope requires the provision of technical contacts to manage the delivery and support for the duration of the contract.
Timeline:
Start Date: May 26, 2026 (Contract Award)
End Date: Not explicitly stated
Total Duration: 30 Days ARO (After Receipt of Order)
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest net cost to a responsible bidder
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: HCL Software Authorized Reseller
Required Certifications: GenAI Disclosure, Darfur Contracting Act, and California Civil Rights Laws
Bidder Preferences: Small Business Preference (5%) and DVBE Incentive (up to 5%)
Project Title: CONSTRUCTION PERMIT PLAN REVIEWS
Event ID: 0000039109 (Copy and paste the Event ID here)
Solicitation Number: 26-10-003
Agency: Department of Housing and Community Development (HCD)
Due Date: June 4, 2026 at 2:00 PM PST
Description: The contractor will provide professional construction permit plan reviews for mobilehome and special occupancy parks. Key tasks include reviewing architectural, structural, mechanical, and electrical plans to ensure compliance with California Building Standards. The contractor must provide technical recommendations for plan approval or denial to HCD staff.
Timeline:
Start Date: October 1, 2026 (Anticipated)
End Date: September 30, 2029 (Estimate)
Total Duration: Three years (36 months)
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Highest scoring proposer (Secondary Method)
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 14, 2026 at 11:00 AM (Virtual)
Mandatory Licenses: California Licensed Architect or Professional Engineer
Required Certifications: ICC Plans Examiner Certification; DIR Registration
Bidder Preferences: Small Business preference (5%) and DVBE incentive (up to 5%)
Project Title: INSTRUCTIONS TO BIDDERS
Event ID: 0000039122 (Copy and paste the Event ID here)
Solicitation Number: CA24-0329
Agency: Department of Veterans Affairs (CalVet)
Due Date: Not explicitly stated (Refer to Invitation to Bid)
Description: This document provides critical procedural instructions for bidders regarding a CalVet construction project. Bidders are required to perform a thorough site examination and review all existing utility locations before submitting a bid. The work includes general construction and adherence to specific non-discrimination and labor standards.
Timeline:
Start Date: Not explicitly stated
End Date: Not explicitly stated
Total Duration: Not explicitly stated
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bidder
Prevailing Wages: Required per Labor Code
Financial Bonds: 10% Bidder's Security; 100% Performance and Payment Bonds
Key Requirements:
Mandatory Pre-Bid Site Inspection: Required (refer to specific ITB)
Mandatory Licenses: Active CSLB License appropriate for project scope
Required Certifications: DIR Registration; Asbestos/Hazardous certifications if needed
Bidder Preferences: DVBE Participation requirement (3%)
Project Title: WEARABLE MONITORING SOLUTIONS
Event ID: 0000039120 (Copy and paste the Event ID here)
Solicitation Number: SD25-00039
Agency: California Correctional Health Care Services (CCHCS)
Due Date: May 29, 2026 at 2 PM PST
Description: CCHCS is requesting information regarding wearable monitoring systems for patient-inmates in a correctional setting. The sought solution must track real-time location and monitor vital signs for medically fragile individuals. Responses will be used to develop future solicitation requirements and budget estimates.
Timeline:
Start Date: April 30, 2026 (Release)
End Date: Not explicitly stated
Total Duration: RFI phase (Information gathering only)
Budget:
"Not to Exceed" Amount: Not explicitly stated (RFI)
Award Method: No award will be made for this RFI
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not applicable
Mandatory Licenses: Not explicitly stated
Required Certifications: HIPAA Compliance and Data Security protocols
Bidder Preferences: Not explicitly stated
All Bids posted 4/29/2026
(20 New Bid Opportunities)
Project Title: ASBESTOS AND LEAD-BASED PAINT ABATEMENT SERVICES
Event ID: 0000039112
Solicitation Number: C5613348-D
Agency: California Department of Corrections and Rehabilitation
Due Date: June 2, 2026, by 11:00 AM
Description: Qualified contractors will provide asbestos and lead-based paint abatement services for the Correctional Training Facility located near Soledad. The scope involves full labor, materials, and specialized equipment to remove hazardous substances as defined in the technical specifications. Work must be performed during normal business hours, Monday through Friday, unless prior written approval is obtained for weekend or holiday shifts.
Timeline:
Start Date: Upon Approval
End Date: June 30, 2029
Total Duration: Approximately three years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bidder
Prevailing Wages: Required; contractor must conform to general prevailing rate of wages determined by the DIR
Financial Bonds: Bidderās security bond of at least 10% of base bid; Payment Bond required after award
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated; Optional Walk-Through on May 21, 2026, at 10:00 AM
Mandatory Licenses: Valid "C-22" Asbestos Abatement Specialty License or "B" General Building License with specialized subcontractor
Required Certifications: DIR Registration, AHERA certification, Cal-OSHA Asbestos Abatement Workers certification, and CDPH Lead certifications
Bidder Preferences: 5% Small Business preference; up to 5% DVBE incentive
Project Title: FREIGHT SHIPPING AND DELIVERY SERVICES
Event ID: 0000039108
Solicitation Number: IFB FTB-2526-PW-038
Agency: Franchise Tax Board
Due Date: May 19, 2026, at 2:00 PM PT
Description: The contractor shall provide as-needed freight shipping and delivery services for cargo weighing 150 pounds or more. Services support multiple field offices across California as well as locations in Chicago, Houston, and New York. Bidders must have at least one year of experience in freight delivery and maintain specific carrier permits.
Timeline:
Start Date: June 15, 2026, or upon approval
End Date: July 31, 2027
Total Duration: Approximately 13.5 months
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Responsive and responsible bid with the lowest cost
Prevailing Wages: State General Prevailing Wage Rates apply for the County of performance
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Valid Motor Carrier permit; Commercial (Class A) Driver's License
Required Certifications: Not explicitly stated
Bidder Preferences: DVBE requirement waived; Small Business preference applicable
Project Title: DRUG TESTING SERVICES
Event ID: 0000039113
Solicitation Number: IFB DCA-26-01
Agency: Department of Consumer Affairs
Due Date: May 26, 2026, @ 5:00pm
Description: The contractor will provide drug testing services including scheduling, collection, and analysis of urine, blood, nail, and hair follicle samples for various boards under the Department of Consumer Affairs. Services must be coordinated via an automated 24-hour notification system and a secure website for reporting results to case managers. Test participants include licensees and probationers from boards such as Pharmacy, Nursing, and Behavioral Sciences.
Timeline:
Start Date: July 1, 2026, or upon approval
End Date: June 30, 2029
Total Duration: Three years with two 1-year extension options
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest average Grand Total for services
Prevailing Wages: Not explicitly stated
Financial Bonds: Performance bonds may be required as specified in the final agreement
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Must be licensed to do business in California and in good standing with the Secretary of State
Required Certifications: Laboratories must meet SAMHSA or equivalent oral fluid and toxicology standards
Bidder Preferences: DVBE participation goal waived; 5% Small Business preference available
Project Title: E-FILING ENHANCEMENT, MAINTENANCE, AND OPERATIONS
Event ID: 0000039079
Solicitation Number: RFO 25-1025
Agency: Office of Energy Infrastructure Safety
Due Date: May 26, 2026, at 3:00 PM PT
Description: The Office of Energy Infrastructure Safety is seeking professional services to enhance and maintain its e-Filing system operations. The scope includes technical maintenance, system upgrades, and ongoing operational support for digital filing infrastructure. Respondents are required to provide a detailed narrative response regarding their understanding and approach to the technical requirements.
Timeline:
Start Date: June 15, 2026
End Date: Not explicitly stated
Total Duration: Not explicitly stated
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Best Value
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Must hold a current Technology, Digital, and Data Consulting (TDDC) Master Services Agreement (MSA)
Required Certifications: Resumes must demonstrate specific educational and experience requirements for key consultants
Bidder Preferences: SB/DVBE preferences apply per standard MSA rules
Project Title: CHP MODESTO AREA OFFICE - LANDSCAPE MAINTENANCE SERVICES
Event ID: 0000038631
Solicitation Number: #26C465002
Agency: Department of California Highway Patrol
Due Date: May 22, 2026, @ 10:00 AM
Description: The contractor will perform weekly landscape maintenance at the CHP Modesto Area Office, including mowing, weeding, and irrigation system monitoring. Tasks include specialized care such as dethatching lawns once per year and providing semi-annual plant replacements. The contractor is responsible for maintaining all paved areas and ensuring they are clear of debris and clippings.
Timeline:
Start Date: October 1, 2026
End Date: September 30, 2027
Total Duration: One year
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive and responsible bidder
Prevailing Wages: Required; conform to general prevailing rates as determined by the DIR
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 8, 2026, at 9:00 AM
Mandatory Licenses: Valid C-27 Landscape Contractor license
Required Certifications: DIR Registration; personnel subject to driver license background checks
Bidder Preferences: DVBE requirement waived; DVBE incentive and SB preferences available
Project Title: COMMERCIAL DRIVER LICENSE (CDL) BASIC SKILLS TEST TRAINING FOR EMPLOYER TESTING PROGRAM (ETP) EXAMINERS IN SOUTHERN CALIFORNIA
Event ID: 26-057
Solicitation Number: 26-057
Agency: Department of Motor Vehicles
Due Date: May 21, 2026, by 5:00 pm
Description: This project provides basic skills test training for CDL examiners within the Southern California region. Training sessions must be conducted at the contractor's facility, which is required to be within an 80-mile radius of specified DMV locations in Fontana or Gardena. The program focus is on ensuring examiners are qualified to conduct CDL skills testing in accordance with state regulations.
Timeline:
Start Date: July 1, 2026
End Date: June 30, 2028
Total Duration: 24 months with a 12-month extension option
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible responsive bid
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Valid Class A combination vehicle license with passenger endorsement
Required Certifications: Instructors must have 3 years of verifiable commercial driver training experience
Bidder Preferences: SB and DVBE preferences/incentives applicable
Project Title: COMMERCIAL DRIVER LICENSE (CDL) BASIC SKILLS TEST TRAINING FOR EMPLOYER TESTING PROGRAM (ETP) EXAMINERS IN NORTHERN CALIFORNIA
Event ID: 26-056
Solicitation Number: 26-056
Agency: Department of Motor Vehicles
Due Date: May 21, 2026, by 5:00 pm
Description: The scope involves providing CDL basic skills test training for ETP examiners in the Northern California region. The contractor's training facility must be located within a 40-mile radius of the Sacramento DMV training facility. All instructors must attend a mandatory training overview conducted by the DMV Training Branch before starting services.
Timeline:
Start Date: July 1, 2026
End Date: June 30, 2028
Total Duration: 24 months with a 12-month extension option
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible responsive bid
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Valid Class A combination vehicle license with passenger endorsement
Required Certifications: Instructors must have 3 years verifiable training experience and approved resumes
Bidder Preferences: SB and DVBE preferences/incentives applicable
Project Title: PRINT AND DELIVER TWO (2) DIFFERENT #7 ENVELOPES
Event ID: 26-051
Solicitation Number: 26-051
Agency: Department of Motor Vehicles
Due Date: May 19, 2026, at 5:00 p.m.
Description: The contractor is required to print and deliver a total of 26,000,000 envelopes in two different #7 styles. The primary production function of printing must be performed by the contractor's own facilities and employees. Deliveries must meet strict labeling and palletizing requirements, including visible font sizes for stock item numbers and agreement details.
Timeline:
Start Date: July 1, 2026
End Date: June 30, 2027
Total Duration: Twelve months
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible responsive bid
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Seller's Permit
Required Certifications: Approval of construction and PDF proofs prior to full production
Bidder Preferences: SB/DVBE incentives and preferences applicable
Project Title: GELATIN & PUDDING
Event ID: 0000038924
Solicitation Number: 0000038924
Agency: Department of General Services ā Procurement Division
Due Date: May 14, 2026, at 2:00 PM PT
Description: This IFB establishes statewide contracts for the supply of pudding mix, gelatin, and ready-to-serve pudding to State of California departments. Award will be made by individual groups, and bidders must bid on all line items within a chosen group to be considered. The contractor must comply with strict food safety certifications and delivery security protocols for state institutions.
Timeline:
Start Date: Upon award
End Date: Two years from start
Total Duration: Two years with two 1-year extension options
Budget:
"Not to Exceed" Amount: $974,678.49 (Total anticipated annual spend)
Award Method: Lowest responsible bidder by Group
Prevailing Wages: Not explicitly stated
Financial Bonds: Protest bond of 10% of estimated contract value if using Alternative Protest Process
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Produce Dealer or Processorās License
Required Certifications: Food Safety Certification (e.g., GFSI, SQF, BRC)
Bidder Preferences: SB/DVBE and TACPA preferences applicable
Project Title: REQUEST FOR QUOTATION - METAL, PAINT, AND MISC RECYCLED PRODUCTS
Event ID: 0000039083
Solicitation Number: 25AG0024
Agency: Department of State Hospitals - Atascadero
Due Date: May 15, 2026
Description: DSH-Atascadero is seeking quotes for various supplies including metal products, paint, and other recycled commodities. Bidders are required to offer products meeting specific post-consumer material percentages, such as 50% for paint and 10% for metal. Deliveries must be made to the DSH-Atascadero receiving dock during designated business hours.
Timeline:
Start Date: Upon Approval
End Date: Not explicitly stated
Total Duration: Not explicitly stated
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest cost vendor
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Valid California business license or incorporation documents
Required Certifications: Recycled content certifications for all proposed products
Bidder Preferences: DVBE waiver notified; SB preference and DVBE incentives available
Project Title: SEPTIC PUMPING
Event ID: 0000039115
Solicitation Number: C26680002
Agency: Department of Parks and Recreation
Due Date: May 14, 2026, at 10:00 AM
Description: The contractor shall furnish all labor, materials, tools, and equipment necessary to provide septic tank pumping services at Mount Diablo State Park and Benicia State Recreation Area. All work must be performed in accordance with the provided plans and technical specifications. Working hours and specific schedules are determined by the facility representatives as outlined in the solicitation's schedule of services.
Timeline:
Start Date: August 1, 2026
End Date: July 31, 2029
Total Duration: 36 months
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bidder
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 4, 2026, starting 9:00 AM
Mandatory Licenses: Valid Hazardous Substance Removal Certification
Required Certifications: Contractor Certification Clauses (CCC 04/2017)
Bidder Preferences: 5% Small Business preference available; DVBE incentive applies
Project Title: WILDLAND GLOVES
Event ID: 0000039067
Solicitation Number: 3PAC16053
Agency: Department of Forestry and Fire Protection (CAL FIRE)
Due Date: May 13, 2026, by 5:00 PM
Description: This procurement is for wildland firefighting gloves to be used by CAL FIRE's San Diego facility in El Cajon. The gloves must meet or exceed NFPA 1977 standards for wildland fire fighting and be certified to NFPA 1951 for technical rescue. Bidders must provide specific product descriptions and are required to submit quotes only on the agency's official cost sheet.
Timeline:
Start Date: Not explicitly stated
End Date: Not explicitly stated
Total Duration: Not explicitly stated
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive and responsible bidder on an "All or None" basis
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Valid California Seller's Permit
Required Certifications: NFPA 1951 and NFPA 1977 compliance
Bidder Preferences: Small Business and DVBE incentives apply
Project Title: DOJ - OFFICE OF THE ATTORNEY GENERAL, ADMINISTRATIVE SERVICES, LEGAL SUPPORT OPERATIONS - STATEWIDE OVERNIGHT COURIER SERVICE
Event ID: 0000039105
Solicitation Number: 26-0005-IFB
Agency: California Department of Justice
Due Date: May 13, 2026, at 5:00 PM PST
Description: The contractor will provide statewide overnight courier services for the DOJ's Legal Support Operations. The scope includes picking up and delivering packages according to a strict schedule, with late fees applied for delays of even one minute. Service includes the handling of potentially broken or unfit materials at the DOJ's discretion.
Timeline:
Start Date: September 1, 2026
End Date: August 31, 2029
Total Duration: Three years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Responsive and responsible bidder offering the lowest bid
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Valid California business license
Required Certifications: Conflict of Interest & Confidentiality Statement
Bidder Preferences: Mandatory 3% DVBE participation requirement
Project Title: PORTABLE TOILET RENTAL AND CLEANING SERVICES
Event ID: 1CA07588
Solicitation Number: 1CA07588
Agency: Department of Forestry and Fire Protection (CAL FIRE)
Due Date: May 13, 2026, by 5:00 PM
Description: Contractor shall provide rental and weekly cleaning services for a single portable toilet located at the Soquel Demonstration State Forest. The scope includes all necessary supplies and a one-time delivery fee for the equipment. This opportunity is restricted exclusively to California Certified Small Businesses.
Timeline:
Start Date: Not explicitly stated
End Date: Not explicitly stated
Total Duration: Three years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest cost bidder determined by a fair formula
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Not explicitly stated
Required Certifications: California Certified Small Business status required
Bidder Preferences: Restricted to Certified Small Businesses only
Project Title: ELECTRICAL MOTORS REWINDING
Event ID: 0000039111
Solicitation Number: CR-24-263658
Agency: Department of General Services, Facilities Management Division
Due Date: May 13, 2026, at 2:00 PM
Description: The contractor will provide all labor, equipment, and materials for electrical motor rewinding, maintenance, and repairs for printing presses. Services will be performed primarily at the Franchise Tax Board facility in Sacramento. All technicians performing the work must hold specific industry certifications.
Timeline:
Start Date: Upon contract execution and approval
End Date: Not explicitly stated
Total Duration: Three years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive responsible bidder
Prevailing Wages: Required; February 2026 rates apply
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated; Non-mandatory walk-through on May 5, 2026, at 10:00 AM
Mandatory Licenses: Registered with California Secretary of State
Required Certifications: Electrical Apparatus Service Association (EASA) certification for technicians
Bidder Preferences: 5% Small Business preference available; 3% DVBE participation goal
Project Title: CHP RAINBOW COMMERCIAL VEHICLE ENFORCEMENT FACILITY (CVEF) NORTHBOUND - PROTECTIVE CLOTHING AND OPERATIONAL SUPPLIES RENTAL SERVICES
Event ID: 0000039096
Solicitation Number: 26C686002
Agency: Department of California Highway Patrol
Due Date: May 13, 2026, @ 11:00 AM
Description: Contractor will provide weekly rental of shop clothing and operational supplies for the Rainbow CVEF Northbound facility. Services include furnishing all personnel and labor for the pickup and delivery of goods one day per week between 8:00 AM and 4:00 PM. The work involves managing inventory for items such as shop jackets, uniform shirts, coveralls, and slip-resistant mats.
Timeline:
Start Date: November 1, 2026, or upon approval
End Date: November 30, 2029
Total Duration: Approximately three years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest bid from a responsive and responsible firm
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Valid Local City or County Business License
Required Certifications: Assigned personnel subject to driver license background checks
Bidder Preferences: DVBE requirement waived; Small Business preference and DVBE incentives apply
Project Title: CHP MODESTO AREA OFFICE - PROTECTIVE CLOTHING AND OPERATIONAL SUPPLY RENTAL SERVICES
Event ID: 0000039092
Solicitation Number: 26C465001
Agency: Department of California Highway Patrol
Due Date: May 13, 2026, @ 10:00 AM
Description: Qualified contractors will provide weekly rental and laundry services for protective clothing and operational supplies at the Modesto Area Office. The scope includes providing uniform shirts, trousers, coveralls, shop rags, and floor mats on an as-needed basis. All services must be performed during normal business hours except on state-observed holidays.
Timeline:
Start Date: October 1, 2026
End Date: September 30, 2029
Total Duration: Three years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive and responsible bidder
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Valid Local City or County Business License
Required Certifications: Personnel subject to driver license and fingerprint background checks
Bidder Preferences: Bidder must perform at least 75% of work; DVBE requirement waived
Project Title: BACK-UP GENERATOR AND AUTOMATIC TRANSFER SWITCH MAINTENANCE AND INCIDENTAL REPAIR SERVICES
Event ID: 0000039001
Solicitation Number: 26FS0001
Agency: California Department of Veterans Affairs
Due Date: May 12, 2026, by 5:00 PM
Description: CalVet is seeking maintenance and repair services for back-up generators and automatic transfer switches at the Fresno Veterans Home. The scope includes both routine preventive maintenance and incidental repairs as required to ensure system reliability. This solicitation is restricted to California-certified Small and Micro Businesses.
Timeline:
Start Date: January 1, 2027
End Date: December 31, 2029
Total Duration: Three years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive responsible quote
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 5, 2026, at 10:00 AM
Mandatory Licenses: Not explicitly stated
Required Certifications: California Certified Small or Micro Business status
Bidder Preferences: Restricted to certified SB and MB firms
Project Title: SURGICAL SERVICES
Event ID: 0000039101
Solicitation Number: PR269014
Agency: Porterville Developmental Center
Due Date: May 12, 2026, @ 11:00 AM PDT
Description: The contractor will provide professional surgical services for individuals residing at the Porterville Developmental Center. Scope includes specialized care tailored to the needs of developmentally disabled patients. Bidders must demonstrate at least three years of experience working with this specific patient population.
Timeline:
Start Date: July 1, 2026
End Date: June 30, 2029
Total Duration: Three years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive responsible bidder
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Duly licensed in the field of surgery
Required Certifications: Contractor Certification Clauses (CCC 04/2017)
Bidder Preferences: DVBE requirement waived; Small Business preference available
Project Title: PULMONARY SERVICES
Event ID: 0000039100
Solicitation Number: PR269013
Agency: Porterville Developmental Center
Due Date: May 12, 2026, @ 10:00 AM PDT
Description: Professional pulmonary services will be provided to patients at the Porterville Developmental Center. The contractor must ensure clinical staff are familiar with the unique requirements of developmentally disabled individuals. Work involves specialized diagnostics and treatment as defined in the detailed scope of work.
Timeline:
Start Date: July 1, 2026
End Date: June 30, 2029
Total Duration: Three years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive responsible bidder
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Valid license in the field of pulmonary services
Required Certifications: HIPAA compliance and Contractor Certification Clauses
Bidder Preferences: DVBE requirement waived; Small Business preference available
All Bids posted 4/28/2026
(21 New Bid Opportunities)
Project Title: BULK JUICE ACQUISITION - DEPARTMENT OF STATE HOSPITALS-ATASCADERO
Event ID: 0000039062 (Copy and paste the Event ID here)
Solicitation Number: 25AG0022
Agency: Department of State Hospitals (DSH) - Atascadero
Due Date: May 15, 2026
Description: The Department of State Hospitals is seeking quotes for various bulk juices, including Cranberry, Apple, Pineapple, Orange, Grape, and Vegetable/Tomato juice. All products must be provided in 46 oz. non-metal containers, 12 per case, and must be shelf-stable. Deliveries will be made monthly to the receiving dock in Atascadero.
Timeline:
Start Date: July 1, 2026
End Date: December 31, 2026
Total Duration: Six months
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest cost vendor
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Seller's Permit / Certificate of Registration
Required Certifications: Nutritional Facts/Ingredients for each item bid; Darfur Contracting Act Certification; Payee Data Record (STD 204); Bidder Declaration (GSPD-05-106); Postconsumer-Content Certification
Bidder Preferences: Small Business Preference and DVBE Incentive (up to 5%) are available
Project Title: CONCRETE WORK AND GENERAL BUILDING REPAIR IN EL DORADO COUNTY Event ID: 03A4144 (Copy and paste the Event ID here) Solicitation Number: IFPQ 03A4144 Agency: California Department of Transportation (Caltrans) Due Date: May 14, 2026, at 4:00 p.m. Pacific Time
Description: Contractor shall provide all labor, materials, equipment, and incidentals necessary for concrete work and general building repairs at the Kyburz Maintenance Station. Key tasks include preparing and placing new concrete walls, patching cracks, applying sealant, and disposing of lead and asbestos materials. Work must be coordinated with the Caltrans Maintenance Yard Supervisor to avoid conflicting with daily operations.
Timeline:
Start Date: June 15, 2026 (estimate)
End Date: November 30, 2027 (estimate)
Total Duration: Approximately 17 months
Budget:
"Not to Exceed" Amount: $484,000.00
Award Method: Lowest responsible bidder meeting all specifications
Prevailing Wages: Required if the total bid amount exceeds $15,000
Financial Bonds: Payment Bond (100% of contract amount) required for bids over $25,000
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 5, 2026, at 1:00 p.m.
Mandatory Licenses: Class B-General Building Contractor; C-22 for asbestos work (if performed by prime)
Required Certifications: DIR Registration, CSLB Asbestos Certification, CDPH Lead Removal Certificate, Motor Carrier Permit
Bidder Preferences: Restricted to certified Small Business (SB), Micro Business (MB), SB-PW, or DVBE
Project Title: GENERAL BUILDING REPAIRS IN NEVADA COUNTY Event ID: 03A4138 (Copy and paste the Event ID here) Solicitation Number: IFPQ 03A4138 Agency: California Department of Transportation (Caltrans) Due Date: May 14, 2026, at 4:00 p.m. Pacific Time
Description: This project involves various repairs to salt and sand storage facilities at locations including Kingvale, Cisco Grove, Whitmore, and Gold Run. Work includes replacing roofing systems, fascia boards, trim, and interior plywood sheathing, as well as lead and asbestos abatement. Contractor must coordinate with the Caltrans Maintenance Yard Supervisor to ensure work does not conflict with daily maintenance yard operations.
Timeline:
Start Date: June 15, 2026 (estimate)
End Date: November 30, 2027 (estimate)
Total Duration: Approximately 17 months
Budget:
"Not to Exceed" Amount: $484,000.00
Award Method: Lowest responsible bidder meeting all specifications
Prevailing Wages: Required if the total bid amount exceeds $15,000
Financial Bonds: Payment Bond (100% of contract amount) required for bids over $25,000
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 6, 2026, at 11:00 a.m.
Mandatory Licenses: Class B-General Building Contractor; C-22 for asbestos work (if performed by prime)
Required Certifications: DIR Registration, CSLB Asbestos Certification, CDPH Lead Removal Certificate, Motor Carrier Permit
Bidder Preferences: Restricted to certified Small Business (SB), Micro Business (MB), SB-PW, or DVBE
Project Title: ROLL-UP DOORS, AUTOMATIC GATE, AND ELECTRIC OPERATOR MAINTENANCE AND REPAIR SERVICES Event ID: 0000039069 (Copy and paste the Event ID here) Solicitation Number: IFB BAR-26-01 Agency: Department of Consumer Affairs (DCA), Bureau of Automotive Repair (BAR) Due Date: June 2, 2026, at 12:00 p.m.
Description: Contractor will provide preventative maintenance, inspection, and repair services for one automatic gate, nine industrial roll-up doors, and ten electric operators. Services include emergency after-hours support and designated interior/exterior door maintenance. All work must be performed by qualified, certified vendors in good standing with the California Secretary of State.
Timeline:
Start Date: July 1, 2026 (or upon approval)
End Date: June 30, 2029
Total Duration: Three years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bidder
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 7, 2026, at 10:00 a.m.
Mandatory Licenses: Licensed to do business in the State of California
Required Certifications: Good standing and registered with the California Secretary of State
Bidder Preferences: Small Business Enterprise Preference and DVBE Incentive available
Project Title: ANSUL SYSTEMS MAINTENANCE AND REPAIR SERVICES Event ID: 2CA07920 (Copy and paste the Event ID here) Solicitation Number: IFB 2CA07920 Agency: California Department of Forestry and Fire Protection (CAL FIRE) Due Date: May 25, 2026, at 05:00 p.m. Pacific Time
Description: Contractor shall provide all materials, labor, and equipment for maintenance and repair of Ansul systems at the Sugar Pine Conservation Camp. Services are required for ongoing facility maintenance and operational upkeep. The contractor must be licensed to perform fire protection work in the State of California.
Timeline:
Start Date: July 1, 2026 (estimate)
End Date: Not explicitly stated
Total Duration: Not explicitly stated
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bidder
Prevailing Wages: Required if the total bid amount exceeds $1,000.00
Financial Bonds: Not explicitly stated in the summary section
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 12, 2026, at 11:00 a.m.
Mandatory Licenses: Class C-16 Fire Protection Contractor
Required Certifications: DIR Registration, licensed to do business in California
Bidder Preferences: Small Business (25% goal) and DVBE incentive available
Project Title: INTERNATIONAL HALL EXTERIOR STAIR REPLACEMENT Event ID: 0000039088 (Copy and paste the Event ID here) Solicitation Number: SSU-IFB-00000805 Agency: Sonoma State University (Trustees of the California State University) Due Date: Not explicitly stated on the Bid Proposal Form
Description: The contractor will furnish all labor, materials, tools, and permits for the exterior stair replacement at International Hall on the Sonoma State University campus. The project must be completed within a strict timeline to minimize disruption to university facilities. Work must adhere to all applicable construction and safety standards.
Timeline:
Start Date: As stated on the Notice to Proceed
End Date: 47 calendar days from the construction start date
Total Duration: 47 calendar days
Budget:
"Not to Exceed" Amount: $450,000.00 (University budget)
Award Method: Lump Sum
Prevailing Wages: Not explicitly stated on this form
Financial Bonds: Bidder's Bond (10% of bid amount) required
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated on this form
Mandatory Licenses: Not explicitly stated on this form
Required Certifications: Not explicitly stated on this form
Bidder Preferences: DVBE Participation Goal of 3%
Project Title: ACCESS CONTROL MAINTENANCE SERVICES Event ID: 0000039082 (Copy and paste the Event ID here) Solicitation Number: 25-284790 Agency: Department of General Services (DGS), Facilities Management Division Due Date: May 19, 2026, by 2:00 p.m.
Description: This solicitation is for the purchase of access control maintenance services for DGS facilities. Contractors will be responsible for regular maintenance and emergency repairs of electronic access systems. The award may be made on an "All or None" basis, by group, or by individual line item.
Timeline:
Start Date: As Specified
End Date: Not explicitly stated
Total Duration: Not explicitly stated
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive and responsible bidder
Prevailing Wages: Requirements apply to this contract
Financial Bonds: Not explicitly stated in the summary section
Key Requirements:
Mandatory Pre-Bid Site Inspection: April 30, 2026, @ 10:00 a.m. (Non-Mandatory Walk-Through)
Mandatory Licenses: Not explicitly stated
Required Certifications: DIR Registration (for public works/prevailing wage compliance)
Bidder Preferences: 5% Small Business Preference available
Project Title: PFEIFFER LODGE ROAD REPAIRS Event ID: 0000039095 (Copy and paste the Event ID here) Solicitation Number: C25720006 Agency: Department of Parks and Recreation (DPR) Due Date: May 19, 2026, no later than 1:00 p.m.
Description: Furnish all labor, materials, and equipment to install 2 inches of new asphalt paving over approximately 11,570 square feet of road surface. Work includes sweeping, debris removal, applying tack oil, and hauling off all spoils. The project is located at Pfeiffer Big Sur State Park.
Timeline:
Start Date: Within 10 days from written notice to commence
End Date: 90 calendar days from formal start work date
Total Duration: 120 calendar days from Notice to Proceed
Budget:
"Not to Exceed" Amount: $60,000 (Engineer's Estimate)
Award Method: Lowest responsible bidder
Prevailing Wages: Requirements apply to this contract
Financial Bonds: Security (10% of bid) required for bids exceeding $5,000
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 5, 2026, at 1:00 p.m.
Mandatory Licenses: Class A-General Engineering OR Class C-12 Earthwork and Paving
Required Certifications: DIR Registration
Bidder Preferences: Small Business Preference (5%) and DVBE Participation (6% required)
Project Title: ANDREW MOLERA STATE PARK AND PFEIFFER BIG SUR STATE PARK ROOF REPLACEMENTS Event ID: 0000039077 (Copy and paste the Event ID here) Solicitation Number: C25720002 Agency: Department of Parks and Recreation (DPR) Due Date: May 19, 2026, no later than 10:00 a.m.
Description: Project requires removal and replacement of roofs with Class 'A' rated composition shingles at three state park residences. Locations include Andrew Molera State Park (Residence #3) and Pfeiffer Big Sur State Park (Residences #16 and #19). All disposal costs and materials are to be included in the contractor's bid.
Timeline:
Start Date: Within 10 days of written notice to commence work
End Date: 120 calendar days from formal start work date
Total Duration: 180 calendar days from Notice to Proceed
Budget:
"Not to Exceed" Amount: $100,000 (Engineer's Estimate)
Award Method: Lowest responsible bidder
Prevailing Wages: Requirements apply to this contract
Financial Bonds: Bidder's security (10% of bid) required for bids over $5,000
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 5, 2026, starting at 10:00 a.m. (must attend all 3 site showings)
Mandatory Licenses: Class B-General Building OR Class C-39 Roofer
Required Certifications: DIR Registration
Bidder Preferences: Small Business Preference (5%) and DVBE Participation (6% required)
Project Title: ONE TIME ACQUISITION FOR FOUR (4) BODY, BRINE, 2500 GALLON, ROLL-OFF Event ID: 32-12-6621 (Copy and paste the Event ID here) Solicitation Number: IFB 32-12-6621 Agency: California Department of Transportation (Caltrans), Division of Equipment Due Date: May 21, 2026, BEFORE 2:00 PM
Description: This is a one-time acquisition for four brine bodies, each with a 2500-gallon capacity, designed for roll-off truck systems. Items must be supplied in strict accordance with State of California Specification BDYROBRNTK53-444-261 and associated drawings. Bids must be submitted via email only to the DOE Bid Submittals mailbox.
Timeline:
Start Date: April 28, 2026 (Release Date)
End Date: Delivery date to be determined based on specifications
Total Duration: One-time delivery
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest cost responsive and responsible bidder
Prevailing Wages: Not explicitly stated for this commodity purchase
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not applicable
Mandatory Licenses: Not explicitly stated
Required Certifications: Bidder must declare compliance with non-discrimination program requirements
Bidder Preferences: 5% Small Business Preference and DVBE incentives available
Project Title: HAZARDOUS AND UNIVERSAL WASTE REMOVAL AND DISPOSAL SERVICES, AND PEST CONTROL ADVISOR SERVICES Event ID: 0000039061 (Copy and paste the Event ID here) Solicitation Number: 10218627 Agency: Department of Water Resources (DWR) Due Date: May 14, 2026, at 3:00 P.M.
Description: Contractor shall provide all qualified labor, materials, and equipment for the collection, removal, packaging, and disposal of hazardous and universal waste. The scope includes services for the San Luis Field Division and its jurisdictional areas. Work must be performed in compliance with federal and state regulations.
Timeline:
Start Date: September 1, 2026 (anticipated)
End Date: August 31, 2029 (estimated)
Total Duration: Three years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bid meeting specifications
Prevailing Wages: Requirements apply to this contract
Financial Bonds: Not explicitly stated in the summary
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Class A General Engineering; Hazardous Substance Removal Certificate; Hazardous Material Transportation License
Required Certifications: DIR Registration; DTSC Hazardous Waste Transporter Registration; EPA RCRA ID
Bidder Preferences: 3% DVBE commitment required; SB/MB/SB-PW preferences available
Project Title: STRATEGIC COMMUNICATIONS SERVICES Event ID: 0000039087 (Copy and paste the Event ID here) Solicitation Number: 25-E0031 Agency: Office of Environmental Health Hazard Assessment (OEHHA) Due Date: May 14, 2026, at 12:00 p.m. PST
Description: Contractor will implement a one-year communications and publicity effort to elevate public awareness of Proposition 65's legacy and future. Key tasks include rebranding Proposition 65, creating a mascot, and producing documentary-style videos and social media reels. All deliverables must reflect OEHHA's commitment to public health and culturally inclusive outreach.
Timeline:
Start Date: June 30, 2026 (proposed)
End Date: June 29, 2027 (estimated)
Total Duration: One year
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive and responsible bid
Prevailing Wages: Not applicable
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not applicable
Mandatory Licenses: Valid California business license (if applicable)
Required Certifications: Good standing with the CA Secretary of State
Bidder Preferences: SB and DVBE incentives available
Project Title: THERAPEUTIC PATIENT CARE EQUIPMENT RENTAL SERVICES Event ID: 0000039081 (Copy and paste the Event ID here) Solicitation Number: SD25-00040 Agency: California Correctional Health Care Services (CCHCS) Due Date: May 13, 2026, by 3:00 PM
Description: Contractor shall furnish all labor and materials to provide therapeutic patient care equipment rental services for various correctional institutions. Services must be available twenty-four hours a day, seven days a week with a maximum 24-hour response time for delivery requests. This solicitation replaces previous solicitation #SD25-00020.
Timeline:
Start Date: July 1, 2026 (or upon approval)
End Date: June 30, 2029
Total Duration: Three years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bidder meeting specifications
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not applicable
Mandatory Licenses: Valid business license
Required Certifications: Good standing with CA Secretary of State; 3 years' experience
Bidder Preferences: SB preference and DVBE incentive available
Project Title: WILDER RANCH STATE PARK BUNKHOUSE REROOFING Event ID: 0000034643 (Copy and paste the Event ID here) Solicitation Number: C25715004 Agency: Department of Parks and Recreation (DPR) Due Date: May 13, 2026, at 2:00 PM
Description: Furnish all labor, materials, and equipment to replace the roof of the historical Bunkhouse building at Wilder Ranch State Park. All work must comply with the Secretary of the Interior's Standards for the Treatment of Historic Properties. Work includes selective demolition and wood shingle repair.
Timeline:
Start Date: Within 10 days of written notice to commence
End Date: 60 calendar days from Notice to Proceed
Total Duration: 60 calendar days
Budget:
"Not to Exceed" Amount: $60,000.00 (Engineer's Estimate)
Award Method: Lowest responsible bidder
Prevailing Wages: Requirements apply to this contract
Financial Bonds: Security (10% of bid) required for contracts over $5,000
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 7, 2026, at 09:00 a.m.
Mandatory Licenses: Class C-39, Class B, or Class A
Required Certifications: DIR Registration; experience working on historical structures
Bidder Preferences: 5% SB Preference; DVBE incentive for participation over 6%
Project Title: ONE TIME ACQUISITION FOR ONE (1) SNOW VEHICLE, PASSENGER, DUAL TRACK, DIESEL Event ID: 32-12-6438 (Copy and paste the Event ID here) Solicitation Number: IFB 32-12-6438 Agency: California Department of Transportation (Caltrans), Division of Equipment Due Date: May 13, 2026, BEFORE 2:00 PM
Description: This is a one-time acquisition for a single diesel dual-track passenger snow vehicle. The vehicle must be supplied in accordance with State of California Specification 55180-036-261-6438. All equipment must be new and of the latest model in current production.
Timeline:
Start Date: April 28, 2026 (Release Date)
End Date: Delivery as specified in technical requirements
Total Duration: One-time delivery
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive and responsible bidder ("All or None")
Prevailing Wages: Not applicable for this goods purchase
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not applicable
Mandatory Licenses: Valid California Retailer's Seller's Permit
Required Certifications: Non-discrimination program compliance declaration
Bidder Preferences: 5% SB preference and DVBE incentives available
Project Title: BLADE SHARPENING SERVICES Event ID: S03412555 (Copy and paste the Event ID here) Solicitation Number: S03412555 Agency: California Correctional Training and Rehabilitation Authority (CALCTRA) Due Date: May 12, 2026, by 3:00 PM
Description: Contractor shall provide blade sharpening services for the Printing Enterprise at the California Men's Colony. The award is based on "Best Value" considering cost, past performance, and experience. Employment of ex-offenders by the bidder is encouraged.
Timeline:
Start Date: July 1, 2026 (estimated)
End Date: June 30, 2028 (estimated)
Total Duration: Two years plus one-year option
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Best Value
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Valid city and/or county business licenses
Required Certifications: 2 years' relevant experience; 3 positive references
Bidder Preferences: None (Preferences not granted for Best Value award)
Project Title: CHP DESERT HILLS COMMERCIAL VEHICLE ENFORCEMENT FACILITY (CVEF) WESTBOUND - PROTECTIVE CLOTHING AND OPERATIONAL SUPPLIES RENTAL SERVICES Event ID: 0000039093 (Copy and paste the Event ID here) Solicitation Number: 26C656000 Agency: Department of California Highway Patrol (CHP) Due Date: May 12, 2026, at 1:00 P.M.
Description: Contractor will provide rental and laundering services for protective clothing and operational supplies. Work includes providing shop jackets, shirts, trousers, and coveralls for various facility personnel. Bidders must adhere to the Sweatfree Code of Conduct.
Timeline:
Start Date: November 1, 2026 (or upon approval)
End Date: November 30, 2029
Total Duration: 37 months
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive and responsible firm
Prevailing Wages: Not applicable
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not applicable
Mandatory Licenses: Valid Local City or County Business License
Required Certifications: Corporations must be in good standing with the Secretary of State
Bidder Preferences: SB/MB and NVSA Small Business preferences available; DVBE incentive available
Project Title: CHP CACHE CREEK AND KEENE PLATFORM SCALES - PARKING LOT STEAM CLEANING SERVICES Event ID: 0000039086 (Copy and paste the Event ID here) Solicitation Number: 26C830002 Agency: Department of California Highway Patrol (CHP) Due Date: May 12, 2026, at 11:30 hours
Description: This project requires semi-annual steam cleaning of parking lots at the Cache Creek and Keene platform scales. The contractor is responsible for all labor and equipment to ensure facilities are cleaned according to specifications. Work classifies as public work and is subject to DIR monitoring.
Timeline:
Start Date: July 1, 2026 (or upon approval)
End Date: June 30, 2029
Total Duration: Three years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive and responsible firm
Prevailing Wages: Requirements apply to this project
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Optional Walk-Through (contact Area office)
Mandatory Licenses: CSLB Class C-61/D-38 Sand and Water Blasting; valid local business license
Required Certifications: DIR Registration
Bidder Preferences: SB/MB and NVSA Small Business preferences available; DVBE incentive available
Project Title: CRUSHED BASE ROCK Event ID: 0000039064 (Copy and paste the Event ID here) Solicitation Number: 1PA5R0088.03 Agency: Department of Forestry and Fire Protection (CAL FIRE) Due Date: Not explicitly stated in the summary cover
Description: Procurement of crushed base rock to be delivered within the Jackson Demonstration State Forest. Deliveries are to be made along a 2-mile stretch as specified in technical documents. Award will be on an "All or None" basis to the lowest bidder.
Timeline:
Start Date: April 28, 2026 (RFQ Date)
End Date: Delivery schedule as specified in technical requirements
Total Duration: One-time procurement
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive and responsible bidder ("All or None")
Prevailing Wages: Not explicitly stated for this commodity purchase
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not applicable
Mandatory Licenses: Valid California Seller's Permit
Required Certifications: Postconsumer Recycled-Content Certification
Bidder Preferences: SB and DVBE preferences/incentives available
Project Title: HAZARDOUS, RCRA, AND UNIVERSAL WASTE REMOVAL AND DISPOSAL SERVICES Event ID: 0000039084 (Copy and paste the Event ID here) Solicitation Number: 26YS0045 Agency: California Department of Veterans Affairs (CalVet) Due Date: May 11, 2026, at 5:00 PM
Description: CalVet is soliciting quotes for the removal and disposal of hazardous, RCRA, and universal waste. Services must be provided as described in the sample agreement to maintain facility safety standards. Bidding is restricted to certified Disabled Veteran Business Enterprises (DVBE).
Timeline:
Start Date: July 1, 2026 (or upon approval)
End Date: June 30, 2029
Total Duration: Three years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive responsible quote
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Licensed to perform waste disposal in California
Required Certifications: DGS-Certified Disabled Veteran Business Enterprise (DVBE)
Bidder Preferences: Restricted to certified DVBEs
Project Title: SACK LUNCH PROGRAM Event ID: 9RF5Z00002 (Copy and paste the Event ID here) Solicitation Number: RFO 9RF5Z00002 Agency: Department of Forestry and Fire Protection (CAL FIRE) Due Date: May 8, 2026, by 11:59 p.m.
Description: Qualified vendors are invited to participate in the CAL FIRE Sack Lunch Program to provide nutritional meals for emergency personnel during incidents. Vendors must adhere to strict food safety guidelines, including safe handling, preparation, and local county health directives. Failure to follow these safety and preparation guidelines may lead to removal from the program.
Timeline:
Start Date: Not explicitly stated
End Date: Not explicitly stated
Total Duration: Not explicitly stated
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Request for Offer (RFO)
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Not explicitly stated
Required Certifications: Must comply with California Department of Public Health (CDPH) Food Safety Program guidelines.
Bidder Preferences: Not explicitly stated
All Bids posted 4/27/2026
(22 New Bid Opportunities)
Project Title: HISTORIC STYLE EVENT SPACE AND LODGING AT SONOMA STATE HISTORIC PARK
Event ID: 0000039039 (Copy and paste the Event ID here)
Solicitation Number: RFP #P24CA024
Agency: Department of Parks and Recreation
Due Date: September 15, 2026, at 2:00 PM
Description: This project involves awarding a fifty-year concession contract to develop, operate, and maintain a historic-style event and lodging space at the Blue Wing Inn within Sonoma State Historic Park. The successful proposer must reconstruct and refurbish the interior and exterior of the two-story adobe building to reflect the interpretive period of 1849 to 1856. Key tasks include ensuring full ADA compliance and providing public programming that supports the park's educational mission.
Timeline:
Start Date: July 2027 (Estimated based on 50-year term and rent waiver)
End Date: July 2077 (Estimated)
Total Duration: Fifty (50) Years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Best Value (Proposal evaluation criteria)
Prevailing Wages: Not explicitly stated
Financial Bonds: Proposal Bond of $5,000 and Performance Bond of $24,000
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 18, 2026
Mandatory Licenses: All necessary licenses, permits, and approvals for concession operation
Required Certifications: Minimum five (5) years of relevant experience
Bidder Preferences: Not explicitly stated
Project Title: INSPECTION, TESTING, MAINTENANCE, REFURBISHMENT, REPAIR, REPLACEMENT, AND INSTALLATION OF WATER TREATMENT SYSTEMS
Event ID: 0000039013 (Copy and paste the Event ID here)
Solicitation Number: 10214188
Agency: Department of Water Resources
Due Date: June 9, 2026, at 3:30 PM
Description: The contractor will provide comprehensive maintenance and installation services for water treatment systems at various Department of Water Resources facilities throughout the State Water Project. Specific tasks include inspecting, testing, and repairing filtration, softening, reverse osmosis, and disinfection systems to ensure efficient operation. Services are required at pumping plants, power plants, and support buildings across four field divisions.
Timeline:
Start Date: July 2026 (Anticipated)
End Date: July 2029 (Estimate)
Total Duration: Three (3) years with option to renew for two (2) additional years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bidder
Prevailing Wages: Required; DIR registration mandatory
Financial Bonds: Payment and Performance Bonds each equal to 100% of the contract amount
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 26, 2026, at 9:00 AM
Mandatory Licenses: Class A General Engineering; C-36 Plumbing and C-10 Electrical for specialized work
Required Certifications: DIR Registration; Minimum five (5) years experience and 15 completed projects
Bidder Preferences: DVBE Program participation required; SB calculation preference available
Project Title: COSUMNES RIVER ECOLOGICAL RESERVE WHALEY UNIT PERMIT FOR EXCESS VEGETATION DISPOSAL PERMIT
Event ID: 0000039026 (Copy and paste the Event ID here)
Solicitation Number: P2026201
Agency: Department of Fish and Wildlife
Due Date: May 15, 2026, at 3:30 PM
Description: The selected permittee will conduct cattle grazing operations on approximately 175 acres of the Whaley Unit to dispose of excess vegetation and support wildlife habitat goals. The primary objective is to reduce non-native grasses and fuel loads to protect the floodplain and riparian ecosystems from high-intensity wildfires. Operations are limited to a maximum of 11 animal units per month during an annual seven-month grazing period.
Timeline:
Start Date: December 1, 2026
End Date: August 31, 2031
Total Duration: Four (4) years and nine (9) months
Budget:
"Not to Exceed" Amount: Not explicitly stated (Revenue generating permit)
Award Method: Terms most advantageous to the CDFW based on ranking
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 7, 2026, at 10:00 AM
Mandatory Licenses: Not explicitly stated
Required Certifications: Five or more years of wildlife-friendly grazing experience
Bidder Preferences: Experience working on public or conservation easement protected lands
Project Title: UNARMED SECURITY GUARD SERVICES
Event ID: 0000039059 (Copy and paste the Event ID here)
Solicitation Number: C5613292-D
Agency: Department of Corrections and Rehabilitation
Due Date: May 26, 2026, by 11:00 AM
Description: This contract is for providing unarmed security guard services at the California Rehabilitation Center located in Norco, California. Key tasks include monitoring pedestrian gates and conducting security inspections as detailed in the daily logs. The contractor must ensure all personnel meet security clearance requirements for institutional access.
Timeline:
Start Date: July 24, 2026 (Anticipated)
End Date: June 30, 2029
Total Duration: Approximately three (3) years
Budget:
"Not to Exceed" Amount: $1,893,555.00 (State's estimate)
Award Method: Lowest responsible bidder
Prevailing Wages: Not explicitly stated for this service type
Financial Bonds: Not explicitly stated as required for submittal
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 12, 2026, @ 10:00 AM
Mandatory Licenses: Licensed to do business in California
Required Certifications: Security clearance/fingerprinting via the Department of Justice
Bidder Preferences: 25% Small Business (SB) participation goal; SB and DVBE incentives apply
Project Title: NORTH CENTRAL REGION 2 MULTI CAMPUS EQUIPMENT MAINTENANCE
Event ID: 0000039073 (Copy and paste the Event ID here)
Solicitation Number: P2620004
Agency: Department of Fish and Wildlife
Due Date: May 22, 2026, 5:00 PM
Description: The contractor will provide annual inspections and semi-annual preventative maintenance for a variety of campus equipment, including forklifts, electric carts, and utility vehicles. These services will be performed at the American River Trout Hatchery and the North Central Region 2 Headquarters. The goal is to maintain performance and extend the useful life of the fleet.
Timeline:
Start Date: July 1, 2026
End Date: June 30, 2029
Total Duration: Three (3) years
Budget:
"Not to Exceed" Amount: Not explicitly stated (Determined by Bid Cost Sheet)
Award Method: Lowest responsible bidder (Total Basis of Award)
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated as mandatory
Mandatory Licenses: Legally qualified to do business in California
Required Certifications: DIR registration may be required for public works elements
Bidder Preferences: SB preference and DVBE incentive available
Project Title: LAB SAFETY DESIGN MANUAL UPDATE
Event ID: LSDM2026 (Copy and paste the Event ID here)
Solicitation Number: Not explicitly stated
Agency: University of California, Office of the President
Due Date: May 22, 2026, 5:00 PM PT
Description: This Request for Qualifications (RFQ) seeks a supplier to update the Lab Safety Design Manual used across the University of California system. The project supports the EHS team's goal of preventing workplace injuries and ensuring environmental compliance in cutting-edge research facilities. Suppliers must demonstrate expertise in laboratory safety design standards for diverse spaces, including high-containment and radioactive material labs.
Timeline:
Start Date: Not explicitly stated
End Date: Not explicitly stated
Total Duration: Not explicitly stated
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Qualifications-based selection (RFQ)
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not applicable
Mandatory Licenses: Not explicitly stated
Required Certifications: Must register on the Registration List by May 11, 2026
Bidder Preferences: Not explicitly stated
Project Title: MONTHLY PREVENTATIVE HVAC MAINTENANCE AND "AS NEEDED" REPAIR SERVICES
Event ID: 0000038963 (Copy and paste the Event ID here)
Solicitation Number: 126357
Agency: Employment Development Department
Due Date: May 20, 2026, by 3:00 PM PT
Description: The contractor will perform monthly preventative maintenance and "as needed" repairs for HVAC systems at the Vallejo office facility. Work includes ensuring all units are operating at peak efficiency and responding to repair requests during regular business hours. The contractor must also provide environmental liability insurance due to potential contact with pollutants.
Timeline:
Start Date: July 1, 2026
End Date: June 30, 2029
Total Duration: Three (3) years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bidder
Prevailing Wages: Required if classified as a public works contract
Financial Bonds: Required following award (e.g., Payment/Performance Bonds)
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 6, 2026, at 11:00 AM
Mandatory Licenses: CSLB license appropriate for HVAC work
Required Certifications: DIR Registration; Secretary of State Registration
Bidder Preferences: SB/MB and SB/NVSA preferences apply; DVBE requirements waived
Project Title: LONG VALLEY BPS RESTROOM REPAIR (LASSEN COUNTY)
Event ID: 0000039070 (Copy and paste the Event ID here)
Solicitation Number: 25-0205
Agency: Department of Food & Agriculture
Due Date: May 19, 2026, no later than 2:00 PM PT
Description: This public works project requires the contractor to demolish, repair, and improve restrooms at the Long Valley Border Protection Station. Tasks include installing a low-energy door operator, correcting floor slopes, and upgrading plumbing and lighting fixtures. Work must be performed during regular business hours without interrupting station operations.
Timeline:
Start Date: June 15, 2026
End Date: June 14, 2027
Total Duration: One (1) year
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bidder
Prevailing Wages: Required; DIR registration mandatory
Financial Bonds: Payment Bond required for contracts over $25,000
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 5, 2025, at 9:00 AM (Note: Document likely contains typo; verify if 2026)
Mandatory Licenses: B - General Building classification
Required Certifications: DIR Registration; High-visibility safety vests required on-site
Bidder Preferences: DVBE incentive available; SB preference for non-small businesses subcontracting 25%
Project Title: TREE PRUNING AND REMOVAL - MODESTO ARMORY
Event ID: 0000039030 (Copy and paste the Event ID here)
Solicitation Number: 127673
Agency: California Military Department
Due Date: May 15, 2026, at 2:00 PM PST
Description: The contractor will provide materials, labor, and equipment for tree pruning and removal services at the Modesto Armory. Specific tasks include trimming for clearances and the complete removal of specified shrubs, root systems, and stumps at both Modesto Kansas and Modesto Rouse locations. All work must be completed within 160 calendar days of commencement.
Timeline:
Start Date: Not explicitly stated
End Date: 160 days after start
Total Duration: 160 calendar days
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive responsible bidder
Prevailing Wages: Required; DIR registration mandatory
Financial Bonds: Bid Bond (10%) for bids over $25,000; Performance Bond (100%) for bids over $10,000
Key Requirements:
Mandatory Pre-Bid Site Inspection: By Appointment
Mandatory Licenses: C-27 Landscaping or D-49 Tree and Palm Contractor
Required Certifications: DIR Registration; Non-collusion declaration for Public Works
Bidder Preferences: 5% DVBE goal; 25% SB participation goal
Project Title: SUMMARY OF WORK - PRECAST CONCRETE BRIDGE AT TULE CANAL
Event ID: 0000039075 (Copy and paste the Event ID here)
Solicitation Number: C-22 (Referenced project ID)
Agency: Department of Water Resources (Inferred from SWP context)
Due Date: Not explicitly stated
Description: This project involves replacing an earthen crossing with a precast prestressed concrete bridge at Tule Canal. Key tasks include installing steel pipe pile foundations, erecting the bridge, and improving connecting roads. The scope also requires environmental protections, such as installing turbidity curtains and exclusion fencing.
Timeline:
Start Date: 2026
End Date: Not explicitly stated
Total Duration: Not explicitly stated
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Not explicitly stated
Prevailing Wages: Required for Public Works
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Sacramento County roadway encroachment permits
Required Certifications: Verification of existing structural dimensions and elevations
Bidder Preferences: Not explicitly stated
Project Title: MULTI-PROVIDER ON-CALL, AND AS-NEEDED TITLE AND ESCROW SERVICES IN YUBA AND SUTTER COUNTIES
Event ID: 03A4178 (Copy and paste the Event ID here)
Solicitation Number: 03A4178
Agency: California Department of Transportation (Caltrans)
Due Date: May 14, 2026, at 2:00 p.m. Pacific Time
Description: This request is for a multi-provider on-call Agreement to provide title and escrow services for property acquisitions needed for future State highway facilities. Bidders must be regulated by the California Department of Insurance and be capable of providing expedited title reports and conclude escrow services typically within 30 to 90 days. Services may include title searches by legal description, recording deeds, and providing litigation guarantees.
Timeline:
Start Date: May 21, 2026 (Estimated Award Date)
End Date: Not explicitly stated
Total Duration: Not explicitly stated
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bidder meeting requirements
Prevailing Wages: Not explicitly stated for these professional services
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not applicable
Mandatory Licenses: Valid and current Title and Escrow license issued by the California Department of Insurance
Required Certifications: Contractor must be in good standing with the California Secretary of State
Bidder Preferences: 25% Small Business participation goal; Small Business preference applies; DVBE incentive applies
Project Title: CHILLER MAINTENANCE AND INCIDENTAL REPAIR
Event ID: 0000039066 (Copy and paste the Event ID here)
Solicitation Number: 26VS0003
Agency: California Department of Veterans Affairs (CalVet)
Due Date: Not explicitly stated in the summary pages
Description: CalVet is seeking qualified vendors to provide comprehensive chiller maintenance and incidental repair services. The contractor is responsible for ensuring all necessary licenses and certifications are maintained to perform the defined scope of work. Awarded contractors must adhere to all instructions and requirements listed in the primary solicitation package.
Timeline:
Start Date: Not explicitly stated
End Date: Not explicitly stated
Total Duration: Not explicitly stated
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bidder
Prevailing Wages: Required
Financial Bonds: Not explicitly stated in the summary
Key Requirements:
Mandatory Pre-Bid Site Inspection: Non-Mandatory Walkthrough listed
Mandatory Licenses: Valid licenses required for chiller maintenance
Required Certifications: Contractor Certification Clauses (CCC 04/2017)
Bidder Preferences: 3% DVBE Participation Requirement; Small Business Preferences apply
Project Title: UNIFIED FUNCTIONAL TESTING ONE (UFT ONE) AND OPEN TEXT TRAINING
Event ID: 20A0406 (Copy and paste the Event ID here)
Solicitation Number: RFQ-ITS 20A0406
Agency: California Department of Transportation (Caltrans)
Due Date: May 12, 2026, at 2:00 p.m.
Description: The contractor will provide all labor, tools, and materials necessary to deliver specialized UFT One and Open Text training services to Caltrans. Services are to be provided during standard business hours from 8:00 a.m. to 5:00 p.m., Monday through Friday. The training aims to support the agency's information technology objectives through expert-led instruction.
Timeline:
Start Date: June 1, 2026 (Estimate)
End Date: May 31, 2027 (Estimate)
Total Duration: Approximately twelve (12) months with optional extensions
Budget:
"Not to Exceed" Amount: $49,500.00
Award Method: Lowest responsible bidder
Prevailing Wages: Not explicitly stated for this service type
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not applicable
Mandatory Licenses: Not explicitly stated
Required Certifications: Must not be on the list of ineligible businesses
Bidder Preferences: Certified Small Business or DVBE
Project Title: TRASH HAULING AND DISPOSAL SERVICES IN VENTURA COUNTY
Event ID: 07A6308 (Copy and paste the Event ID here)
Solicitation Number: 07A6308
Agency: California Department of Transportation (Caltrans)
Due Date: May 12, 2026, at 2:00 p.m.
Description: Contractor shall provide on-call, as-needed trash collection, hauling, and disposal services, including furnishing all labor, trash bins, and equipment. The service area is located within Ventura County and requires compliance with California Vehicle Code for safe equipment operation. Mandatory organic waste recycling must be conducted in accordance with SB 1383.
Timeline:
Start Date: May 26, 2026 (Estimated Award Date)
End Date: Not explicitly stated
Total Duration: Not explicitly stated
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bidder
Prevailing Wages: Required if total bid exceeds $15,000
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not applicable
Mandatory Licenses: Valid and current Motor Carrier Permit (MCP) issued by the California DMV
Required Certifications: DIR Registration may be required for public works
Bidder Preferences: 25% Small Business participation goal; Small Business and DVBE incentives apply
Project Title: DNN LICENSE AND DOMAIN NAMES
Event ID: 0000039072 (Copy and paste the Event ID here)
Solicitation Number: RFQ# 790-04172026
Agency: California Department of Social Services (CDSS)
Due Date: Monday, May 11, 2026, at 5:00 PM Pacific Standard Time
Description: This solicitation is for the purchase and renewal of DotNetNuke (DNN) Evoq licenses and support to manage the agency's internet website content. The software allows authorized staff to update and edit web pages through a standard browser, ensuring the site remains easily managed. The supplier is responsible for timely delivery of the licenses and providing ongoing support as listed in the cost worksheet.
Timeline:
Start Date: June 1, 2026
End Date: May 31, 2027 (Initial Term)
Total Duration: 12 months with options for 2 additional years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Low cost
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not applicable
Mandatory Licenses: Valid Seller's Permit
Required Certifications: Secretary of State Corporation Number in good standing
Bidder Preferences: Small Business and DVBE certifications recognized
Project Title: 2026-2028 INTERNATIONAL CONTRACTOR
Event ID: 0000039065 (Copy and paste the Event ID here)
Solicitation Number: Not explicitly stated (Referred to as RFP 2026-2028)
Agency: Governorās Office of Business and Economic Development (GO-Biz)
Due Date: May 11, 2026, by 5:00 PM PST
Description: GO-Biz seeks a pre-qualified contractor to provide on-demand international trade and investment support services to advance California's global economic priorities. The selected contractor will work on a task-order basis to deliver targeted services across multiple global markets and sectors, including attracting foreign investment. Expertise in high-impact international service delivery and sector-specific market knowledge is required.
Timeline:
Start Date: June 1, 2026
End Date: May 1, 2028
Total Duration: Two (2) years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Evaluation and Selection Process (Qualifications/Cost)
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Interviews may be held May 13 - May 15, 2026
Mandatory Licenses: Not explicitly stated
Required Certifications: Minimum organizational and professional experience qualifications
Bidder Preferences: Small Business and DVBE incentives apply
Project Title: CAL FIRE PCR #: 25-1537 & 1931
Event ID: 0000039063 (Copy and paste the Event ID here)
Solicitation Number: PCR #25-1537 & 1931
Agency: California Department of Forestry and Fire Protection (CAL FIRE)
Due Date: May 11, 2026, at 3:00 PM Pacific Time
Description: This Request for Quote is for the procurement of specific IT goods as detailed in the Quote Items section. The solicitation is conducted under Public Contract Code Section 12100 for information technology purchasing authority. Award will be based on the evaluation of responsible and responsive quotes meeting all stated requirements.
Timeline:
Start Date: Not explicitly stated
End Date: Not explicitly stated
Total Duration: Not explicitly stated
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive and responsible quote
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not applicable
Mandatory Licenses: Not explicitly stated
Required Certifications: Must be a qualified supplier in California
Bidder Preferences: Small Business (SB) or Disabled Veteran Business Enterprise (DVBE) certification
Project Title: RADIOLOGY DIRECTORSHIP SERVICES
Event ID: 0000039060 (Copy and paste the Event ID here)
Solicitation Number: 26-20004-000
Agency: Department of State Hospitals (DSH) - Metropolitan
Due Date: May 11, 2026, at 2:00 PM Pacific Time
Description: The contractor will provide radiology directorship services on an as-needed basis to assist medical staff at DSH-Metropolitan in delivering high-quality care. Work includes ensuring clinical evaluations and documentation meet regulatory standards set by Title 22, the Joint Commission, and the DOJ. Bidders must adhere to all security provisions for working on state hospital grounds.
Timeline:
Start Date: July 1, 2026
End Date: June 30, 2028
Total Duration: Two (2) years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive and responsible bidder
Prevailing Wages: Not explicitly stated for professional medical services
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not applicable
Mandatory Licenses: Current medical license issued by the Medical Board of California; DEA Registration; X-Ray Supervisor and Operator Certificate/Permit
Required Certifications: Board Certified or Board Eligible in Diagnostic Radiology or Radiation Oncology
Bidder Preferences: Small Business Preference; DVBE Program and Incentive
Project Title: FENCE REMOVAL AND REPLACEMENT SERVICES IN ORANGE COUNTY
Event ID: 12A2381 (Copy and paste the Event ID here)
Solicitation Number: IFPQ 12A2381
Agency: California Department of Transportation (Caltrans)
Due Date: May 11, 2026, at 12:00 PM Pacific Time (Final Date for Quote Submission)
Description: This project requires the contractor to remove and legally dispose of existing chain link fencing and furnish and install new wrought iron and perforated sheet panel fencing. The contractor must furnish all labor, materials, tools, equipment, and travel for sites in Orange County. All work must be completed according to Caltrans 2025 Standard Plans and Specifications.
Timeline:
Start Date: May 25, 2026 (Estimated Award Date)
End Date: Not explicitly stated
Total Duration: Not explicitly stated
Budget:
"Not to Exceed" Amount: $484,000.00
Award Method: Lowest responsible bidder meeting specifications
Prevailing Wages: Required if total bid amount exceeds $15,000
Financial Bonds: Payment Bond (100%) required for contracts over $25,000
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated; site photos provided
Mandatory Licenses: C-13 Fencing Contractor or C-23 Ornamental Metal Contractor license
Required Certifications: DIR Registration; Non-collusion declaration for Public Works
Bidder Preferences: Restricted to certified Small Business, MB, SB-PW, or DVBE
Project Title: FLOORING SERVICES IN NAPA AND SONOMA COUNTIES
Event ID: 04A7527 (Copy and paste the Event ID here)
Solicitation Number: IFPQ 04A7527
Agency: California Department of Transportation (Caltrans)
Due Date: May 11, 2026, at 12:00 p.m. Pacific Time
Description: Contractor will provide all labor and materials to remove, replace, and legally dispose of flooring at the Napa and North Bay Region Maintenance Stations. Tasks include the removal of linoleum/VCT and the installation of full flake epoxy flooring and ceramic tile. Because hazardous waste concentrations of asbestos were detected, specialized asbestos abatement and disposal are required as part of the work plan.
Timeline:
Start Date: June 1, 2026 (Estimate)
End Date: December 30, 2026 (Estimate)
Total Duration: Approximately seven (7) months
Budget:
"Not to Exceed" Amount: $484,000.00
Award Method: Lowest responsible bidder meeting all specifications
Prevailing Wages: Required if total bid amount exceeds $15,000
Financial Bonds: Payment Bond (100%) required for contracts over $25,000
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated; site photos provided
Mandatory Licenses: Class B General Building or C-15 Flooring; C-22 Asbestos Abatement or Asbestos Certification
Required Certifications: DIR Registration; Asbestos Contractor Registration; Motor Carrier Permit; Hazardous Waste Transporter Registration
Bidder Preferences: Restricted to certified Small Business, MB, SB-PW, or DVBE
Project Title: STUDENT HOUSING PROGRAM - REQUEST FOR PROPOSAL/QUALIFICATIONS
Event ID: 0000039054 (Copy and paste the Event ID here)
Solicitation Number: 01Z0-Construction & Interior Final Cleaning
Agency: Cal Poly San Luis Obispo (CSU)
Due Date: May 08, 2026, at 5:00:00 PM PT
Description: The Trade Contractor will perform construction and final interior cleaning services for an 8-floor modular building featuring various common rooms, offices, and residential suites. This scope encompasses professional cleaning for interiors, fixtures, metalwork, floors, and ventilation systems. The project also requires pprofessional cleaning for specialized areas such as electrical and elevator control rooms.
Timeline:
Start Date: April 23, 2026 (Release Date)
End Date: Not explicitly stated
Total Duration: Not explicitly stated
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Request for Proposal/Qualifications
Prevailing Wages: This project is subject to Prevailing Wage Rates
Financial Bonds: 100% Payment and Performance Bonds are required for all subcontracts amounts $250,000 and higher
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Not explicitly stated
Required Certifications: Prequalification with Whiting-Turner via Trade Tapp and submission of the CSU Trade Contractor Prequalification Questionnaire
Bidder Preferences: Not explicitly stated
All Bids posted 4/24/2026
Project Title: EQUIPMENT RENTAL (HEAVY)
Event ID: 0000039006
Solicitation Number: 10218023
Agency: Department of Water Resources
Due Date: June 11, 2026, at 3:00 PM
Description: The contractor will furnish and maintain a wide variety of heavy construction equipment on an as-needed basis. Required equipment includes items such as tractors, trenchers, generators, forklifts, pumps, and other miscellaneous machinery. Work will be performed in multiple counties including Alameda, Contra Costa, Sacramento, and others.
Timeline:
Start Date: October 1, 2026
End Date: Approximately September 30, 2029
Total Duration: Three (3) years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bid
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Valid business license from the City/County where headquartered
Required Certifications: DGS/OSDS certification for DVBE subcontractors if applicable
Bidder Preferences: Minimum 3.0% DVBE participation required; SB preference available
Project Title: BOOSTER PUMP CONTROL PANEL REPAIR
Event ID: 0000039017
Solicitation Number: 127676
Agency: Military Department
Due Date: May 27, 2026, at 2:00 PM PST
Description: The contractor shall troubleshoot and repair a booster pump control panel and booster pump at the Okinawa FMS-22 facility in Sacramento. This includes providing all materials, labor, tools, permits, and transportation required for the project. All work must be completed within the specified calendar day timeframe following the notice to proceed.
Timeline:
Start Date: Upon Approval
End Date: 180 calendar days after start
Total Duration: 180 calendar days
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bidder
Prevailing Wages: Statutory requirement applies
Financial Bonds: 10% Bid Bond if over $24,999.99; 100% Payment Bond if over $24,999.99
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 6, 2026, at 10:00 AM
Mandatory Licenses: Class C-10 Electrical Contractor license
Required Certifications: DIR Registration; California Civil Rights Laws Certification if over $100,000.00
Bidder Preferences: Restricted to Certified DVBE Only
Project Title: CHICO BACKFLOW INSTALLATION
Event ID: 0000039018
Solicitation Number: 127677
Agency: Military Department
Due Date: May 21, 2026, at 2:00 PM PST
Description: The contractor shall install and test a new backflow prevention assembly and all related components at the Chico Armory. The project requires providing all materials, labor, licenses, and permits necessary for a complete installation. Work must be performed in accordance with the California Plumbing Code.
Timeline:
Start Date: Upon Approval
End Date: 180 calendar days after start
Total Duration: 180 calendar days
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bidder
Prevailing Wages: Statutory requirement applies
Financial Bonds: 10% Bid Bond if over $24,999.99; 100% Payment Bond if over $24,999.99
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 4, 2026, at 1:00 PM
Mandatory Licenses: Class C-36 Plumbing Contractor license
Required Certifications: DIR Registration; California Civil Rights Laws Certification if over $100,000.00
Bidder Preferences: 5% SB Preference; 5% DVBE Incentive available
Project Title: IMPACT LEGACY EVALUATION SERVICES
Event ID: 0000039042
Solicitation Number: CFF 7783
Agency: First 5 California
Due Date: May 19, 2026, at 10:00 AM PT
Description: The contractor will perform evaluation services for the IMPACT Legacy program, focusing on large-scale program implementation and identifying efficiencies. Key tasks include developing an evaluation plan, conducting data analysis, and delivering comprehensive final reports in both English and Spanish. The evaluation will assess focus areas such as culturally responsive family engagement and inclusion of multilingual learners.
Timeline:
Start Date: July 1, 2026
End Date: June 30, 2028
Total Duration: Two (2) years
Budget:
"Not to Exceed" Amount: $1,500,000.00
Award Method: Highest Scored Proposal (Best Value)
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not applicable
Mandatory Licenses: Not explicitly stated
Required Certifications: Conflict of Interest Compliance Certificate; Commercially Useful Function (CUF) Certification
Bidder Preferences: Mandatory 3% DVBE participation; SB preference available
Project Title: ROLL-UP DOOR REPLACEMENT AND REPAIRS
Event ID: 0000039043
Solicitation Number: 128129
Agency: Military Department
Due Date: May 22, 2026, at 2:00 PM PST
Description: The contractor shall remove and replace one full roll-up door at Okinawa FMS 22 and replace four roll-up door motors and components at Meadowview OMS. Work includes providing all labor, materials, and equipment for a fully functional system. The contractor must also install required warning signs and perform function tests on the new systems.
Timeline:
Start Date: Upon Approval
End Date: 180 calendar days after start
Total Duration: 180 calendar days
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bidder
Prevailing Wages: Statutory requirement applies
Financial Bonds: 10% Bid Bond if over $24,999.99; 100% Payment Bond if over $24,999.99
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 12, 2026, at 10:00 AM
Mandatory Licenses: Class D-28 Doors, Gates and Activating Devices license
Required Certifications: DIR Registration; California Civil Rights Laws Certification if over $100,000.00
Bidder Preferences: 5% SB Preference; 5% DVBE Incentive available
Project Title: HATCHERY WATER SAMPLE ANALYSIS
Event ID: 0000039044
Solicitation Number: P2660009
Agency: Department of Fish and Wildlife
Due Date: May 18, 2026, at 4:00 PM PT
Description: The contractor will provide water sample analysis services for state hatcheries. The work involves technical laboratory testing of water quality parameters as specified in the scope of work. Bidders must adhere to all sample handling and reporting protocols required by the Department.
Timeline:
Start Date: July 1, 2026
End Date: June 30, 2029
Total Duration: Three (3) years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bidder
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Not explicitly stated
Required Certifications: Commercially Useful Function (CUF) Certification
Bidder Preferences: 5% SB Preference available; 5% DVBE Incentive available
Project Title: FIRE SUPPRESSION SYSTEM SERVICES
Event ID: 0000039045
Solicitation Number: C5612706-D, REBID 5
Agency: Department of Corrections and Rehabilitation
Due Date: May 20, 2026, by 11:00 AM
Description: The contractor will provide fire suppression system services for the Deuel Vocational Institution (DVI). Key tasks include routine maintenance, inspections, and as-needed repairs to ensure the system remains fully operational. The work may include servicing various types of suppression equipment as listed in the technical specifications.
Timeline:
Start Date: Upon Approval
End Date: August 31, 2027
Total Duration: Approximately 15 months
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bidder
Prevailing Wages: General Prevailing Rate of Wages applies
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 14, 2026, at 9:00 AM (Optional)
Mandatory Licenses: Valid California city or county business license
Required Certifications: Proof of service technician factory training or equivalent references
Bidder Preferences: 5% SB Preference; up to 5% DVBE Incentive available
Project Title: VEHICLE HOIST MAINTENANCE NEEDED
Event ID: 0000039046
Solicitation Number: 26C820000
Agency: California Highway Patrol
Due Date: May 26, 2026, at 11:00 AM
Description: The contractor will perform semi-annual maintenance services for vehicle hoists at the CHP Bridgeport Area Office. Maintenance tasks include inspecting lifting chains for wear, checking hydraulic components for leaks, and tightening all fasteners. The service must ensure that all hoists meet safety and operational standards.
Timeline:
Start Date: July 1, 2026
End Date: June 30, 2029
Total Duration: Three (3) years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bid
Prevailing Wages: General prevailing wage rates apply
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: 24-hour advance notice required to arrange
Mandatory Licenses: Class C-61 with a D-21 license
Required Certifications: ALI Certified Inspector Certificate; DIR Registration
Bidder Preferences: DVBE requirement waived; incentive still available
Project Title: MEAL PROVISION SERVICES
Event ID: 0000039031
Solicitation Number: 25C037002
Agency: California Highway Patrol
Due Date: May 28, 2026, at 10:00 AM
Description: The contractor will provide meal provision services for the CHP Employee Health & Wellness Section. Responsibilities include preparing and delivering meals according to the detailed technical specifications in the scope of work. All costs, including labor, transportation, and equipment, must be included in the bid rate.
Timeline:
Start Date: September 1, 2026
End Date: March 31, 2029
Total Duration: Approximately 2.5 years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bid
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not applicable (Walk-through not held)
Mandatory Licenses: Valid pocket license for the type of work
Required Certifications: Driver license check for all assigned personnel
Bidder Preferences: Minimum 5% DVBE participation required
Project Title: REPLACE FUEL AND DIESEL DISPENSER IN KINGS COUNTY
Event ID: 06A3262
Solicitation Number: 06A3262
Agency: California Department of Transportation (Caltrans)
Due Date: May 14, 2026, at 5:00 p.m. PT
Description: The contractor will provide all labor, tools, equipment, and materials to remove and replace four diesel dispensers and nozzles, and perform repairs on the fuel control terminal. Key tasks include recoating fuel tanks, performing compliance repairs, and conducting California Air Resources Board (CARB) testing and certification. Work must be performed in full compliance with all applicable regulatory requirements.
Timeline:
Start Date: July 1, 2026 (Estimated)
End Date: Not explicitly stated
Total Duration: Not explicitly stated
Budget:
"Not to Exceed" Amount: $484,000.00
Award Method: Lowest responsive and responsible bidder
Prevailing Wages: Required if total bid exceeds $15,000.00
Financial Bonds: Payment Bond (100%) required for bids exceeding $25,000.00
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 6, 2026, at 10:00 a.m. (Optional)
Mandatory Licenses: Class A - General Engineering or C61/D40 - Service Station Equipment and Maintenance
Required Certifications: Valid registration with the Department of Industrial Relations (DIR)
Bidder Preferences: Restricted to certified SB, MB, or SB-PW only
Project Title: TREE TRIMMING
Event ID: 128142
Solicitation Number: 128142
Agency: Military Department
Due Date: May 14, 2026, at 2:00 PM PST
Description: The contractor shall provide all materials, labor, and equipment to trim trees and remove all debris at the Chico Armory. The project involves maintaining the site's vegetation in accordance with safety and aesthetic standards. All work must be completed within the specified calendar day timeframe following the notice to proceed.
Timeline:
Start Date: Upon Approval
End Date: 180 calendar days after start
Total Duration: 180 calendar days
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive responsible bidder
Prevailing Wages: Statutory requirements apply
Financial Bonds: 10% Bid Bond if over $24,999.99; 100% Payment Bond if over $24,999.99
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 4, 2026, at 12:00 PM
Mandatory Licenses: Class C-27 Landscaping Contractor or Class C-49 Tree and Palm Contractor
Required Certifications: DIR Registration; California Civil Rights Laws Certification if over $100,000.00
Bidder Preferences: 5% SB Preference; Up to 5% DVBE Incentive available
Project Title: BODY, 1000 GALLON CHEMICAL SPRAY SYSTEM, ROLL-OFF
Event ID: 32-12-6649
Solicitation Number: 32-12-6649
Agency: Department of Transportation (Caltrans)
Due Date: May 14, 2026, at 2:00 PM
Description: This solicitation is for a one-time acquisition of ten (10) 1000-gallon chemical spray system bodies, roll-off type. The equipment must be supplied in accordance with State Specification BDYROFSPYTK33-444-261 and all included drawings. All equipment must be new and the latest model in current production.
Timeline:
Start Date: Upon Approval
End Date: Not explicitly stated
Total Duration: One-time acquisition
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive and responsible bidder
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Not explicitly stated
Required Certifications: California Seller's Permit; Postconsumer-Content Certification
Bidder Preferences: 5% SB Preference; DVBE Incentive available
Project Title: SECURITY EQUIPMENT
Event ID: 0000039057
Solicitation Number: OEPM 26-001
Agency: Office of Exposition Park Management
Due Date: May 8, 2026, at 5:00pm
Description: The contractor will provide all labor, tools, and materials to install various security equipment at multiple locations within Exposition Park, including Christmas Tree Lane and the South Lawn. Tasks include replacing existing light poles, installing foundations and conduits, and integrating camera systems with the existing network. The work also involves tenant improvements and construction services as detailed in the scope.
Timeline:
Start Date: TBD
End Date: Not explicitly stated
Total Duration: Not explicitly stated
Budget:
"Not to Exceed" Amount: $450,000.00
Award Method: Lowest responsive responsible bidder
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 4, 2026, at 11:00am
Mandatory Licenses: Valid California General Contractor license
Required Certifications: Three consecutive years of experience in similar construction services
Bidder Preferences: 5% SB/MB Preference; DVBE Participation encouraged but not mandatory
Project Title: BIOHAZARDOUS MEDICAL WASTE REMOVAL SERVICE
Event ID: 0000039050
Solicitation Number: 26YS0006
Agency: California Department of Veterans Affairs (CalVet)
Due Date: May 11, 2026, at 05:00 PM
Description: The contractor will provide biohazardous medical waste removal services for CalVet facilities. Services must be provided exactly as described in the SFQ and Sample Agreement. This solicitation is restricted to certified Small and Micro Businesses.
Timeline:
Start Date: July 1, 2026
End Date: June 30, 2029
Total Duration: Three (3) years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive responsible quote
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: April 30, 2026, at 1:00 PM
Mandatory Licenses: Not explicitly stated
Required Certifications: Must be a DGS certified Small Business (SB) or Micro Business (MB)
Bidder Preferences: Restricted to certified SB/MB Only
Project Title: CALIFORNIA CLIMATE INVESTMENTS OUTREACH AND COMMUNICATIONS
Event ID: 0000039053
Solicitation Number: 25STC009
Agency: California Air Resources Board (CARB)
Due Date: May 11, 2026, at 2:00 p.m.
Description: The contractor will design and implement targeted outreach and communication strategies for California Climate Investments. Key tasks include reaching disadvantaged communities through project narratives, outreach events, and specialized campaigns. The project also requires translation services for public-facing materials into Spanish.
Timeline:
Start Date: June 26, 2026 (Estimated)
End Date: Approximately August 2028
Total Duration: 26 months plus a 10-month option to renew
Budget:
"Not to Exceed" Amount: $400,000.00 (Base) plus $200,000.00 (Option)
Award Method: Highest scored proposal
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not applicable
Mandatory Licenses: Registered and in good standing with California Secretary of State
Required Certifications: At least 3 years of stakeholder collaboration experience; 5 years of impact narrative development
Bidder Preferences: 5% SB Preference; Up to 5% DVBE Incentive available
Project Title: STRATEGIC PLANNING SERVICES FOR THE SAN FRANCISCO BAY CONSERVATION AND DEVELOPMENT COMMISSION
Event ID: 0000039036
Solicitation Number: SFBC-P-25-14
Agency: San Francisco Bay Conservation and Development Commission (BCDC)
Due Date: Not explicitly stated
Description: The contractor will provide strategic planning services to help BCDC protect and enhance San Francisco Bay. Work includes advancing equitable use policies and addressing climate change impacts such as rising sea levels. The contractor will support BCDCās regulatory and planning responsibilities across the nine-county shoreline.
Timeline:
Start Date: Not explicitly stated
End Date: Not explicitly stated
Total Duration: Not explicitly stated
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Scoring-based selection (RFP method)
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Not explicitly stated
Required Certifications: Commercially Useful Function (CUF) disclosure required
Bidder Preferences: SB Preference available; DVBE Program requirements apply
Project Title: EVENT PLANNING SERVICES - CATALYST CONVENINGS
Event ID: 0000039052
Solicitation Number: RFQ #SPPD25027
Agency: Governor's Office of Planning and Research (LCI)
Due Date: May 15, 2026, by 3:00:00 PM PST
Description: The contractor will provide event planning services for the Catalyst Convenings hosted by the Office of Land Use and Climate Innovation. Services include coordination, logistics, and management as specified in the Scope of Work. This solicitation is conducted using the Small Business (SB) Option.
Timeline:
Start Date: Not explicitly stated
End Date: Not explicitly stated
Total Duration: Not explicitly stated
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive quote from a certified Small Business
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Not explicitly stated
Required Certifications: Must be an active and certified Small Business (SB)
Bidder Preferences: Restricted to certified SB Only
Project Title: TRUSTEE SERVICES FOR THE PROPERTY ASSESSED CLEAN ENERGY ("PACE") LOSS RESERVE PROGRAM
Event ID: 0000039038
Solicitation Number: CAEATFA01-26
Agency: California Alternative Energy and Advanced Transportation Financing Authority (CAEATFA)
Due Date: May 15, 2026, by 12:00 p.m. PT
Description: The contractor will serve as a trustee to manage funds for the PACE Loss Reserve Program. Responsibilities include holding and disbursing funds, providing monthly account statements, and delivering claim activity summaries to CAEATFA. The trustee must also provide on-demand electronic viewing access to the Program Fund for designated staff.
Timeline:
Start Date: July 1, 2026
End Date: June 30, 2029
Total Duration: Three (3) years
Budget:
"Not to Exceed" Amount: $49,000.00
Award Method: Evaluated scoring based on fees and competency
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not applicable
Mandatory Licenses: Must be a trust company, corporation, or bank with trust powers
Required Certifications: Minimum capital/surplus of $50,000,000.00; physical office in California
Bidder Preferences: SB and MB Preferences available; DVBE Incentive available
Project Title: GLASS WINDOWS AND DOOR REPAIR
Event ID: 128156
Solicitation Number: 128156
Agency: California Military Department
Due Date: May 14, 2026, at 2:00 PM PST
Description: The contractor shall provide all materials, labor, and equipment to perform door and window repair services at the National City Armory. Key tasks include replacing three glass door systems (including frames if necessary), repairing two glass windows, and removing all construction debris from the site. Work must be completed within 180 calendar days and performed between the hours of 8:00 a.m. and 3:30 p.m..
Timeline:
Start Date: May 21, 2026 (Estimated)
End Date: 180 calendar days from the Notice to Proceed
Total Duration: 180 calendar days
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bidder
Prevailing Wages: Required as published by the Director of Industrial Relations
Financial Bonds: 10% Bid Bond if over $24,999.99; 100% Payment Bond if over $24,999.99; 100% Performance Bond if over $9,999.99 with progress payments.
Key Requirements:
Mandatory Pre-Bid Site Inspection: April 29, 2026, at 10:30 AM
Mandatory Licenses: Class C-17 Glazing Contractor license
Required Certifications: DIR Registration; California Civil Rights Laws Certification (for bids of $100,000.00 or more)
Bidder Preferences: 5% SB/MB Preference; 5% DVBE goal required; Up to 5% DVBE Incentive available
All Bids posted 4/23/2026
Project Title: [ANALYTICAL TESTING OF PESTICIDES & NARCOTICS SCREENING]
Event ID: 0000039033
Solicitation Number: [IFB #25-009]
Agency: [Department of Cannabis Control]
Due Date: [June 8, 2026, at 5:00 PM PST]
Description: The Contractor will provide analytical testing services for pesticides on raw and dried cannabis flower samples and narcotic screening for the Laboratory Services Branch. This includes analyzing 720 pesticide samples and 180 psychedelic samples, with all results delivered via a formal Certificate of Analysis within 21 calendar days of receipt. Services are to be performed within Orange County, California, during normal business hours.
Timeline:
Start Date: [July 1, 2026, or upon approval]
End Date: [June 30, 2029]
Total Duration: [Three years]
Budget:
"Not to Exceed" Amount: [Not explicitly stated]
Award Method: [Lowest responsive and responsible bid, in accordance with the "Best Value" methodology]
Prevailing Wages: [Not explicitly stated]
Financial Bonds: [Not explicitly stated]
Key Requirements:
Mandatory Pre-Bid Site Inspection: [Not explicitly stated]
Mandatory Licenses: [Business license from the city/county of headquarters or incorporation documents]
Required Certifications: [ISO/IEC 17025:2017 accreditation for Chemical Testing]
Bidder Preferences: [5% preference for Certified Small Businesses or Microbusinesses]
Project Title: [EQUIPMENT RENTAL (LIGHT)]
Event ID: 0000039004
Solicitation Number: [10218021]
Agency: [Department of Water Resources]
Due Date: [June 4, 2026, at 3:00 PM PST]
Description: The Contractor is responsible for the delivery and pickup of requested light equipment to various jobsites or Operations and Maintenance Centers. Under normal conditions, the Contractor must provide the equipment within 48 hours of a request from the Department of Water Resources. Work will be performed throughout Alameda, Contra Costa, Napa, Sacramento, San Joaquin, Santa Clara, Solano, and Stanislaus Counties.
Timeline:
Start Date: [October 1, 2026]
End Date: [September 30, 2029 (Estimate)]
Total Duration: [Three years]
Budget:
"Not to Exceed" Amount: [Not explicitly stated]
Award Method: [Lowest responsible bidder meeting the specifications]
Prevailing Wages: [Not explicitly stated]
Financial Bonds: [Not explicitly stated]
Key Requirements:
Mandatory Pre-Bid Site Inspection: [Not explicitly stated]
Mandatory Licenses: [Valid business license from the City/County of headquarters]
Required Certifications: [Certificate of Compliance with the California Air Resource Board]
Bidder Preferences: [Mandatory minimum 3.0% Disabled Veteran Business Enterprise (DVBE) commitment]
Project Title: [FIRING RANGE FACILITIES]
Event ID: 0000039022
Solicitation Number: [C5613265-D, REBID 1]
Agency: [Department of Corrections and Rehabilitation]
Due Date: [May 29, 2026, by 11:00 AM PST]
Description: The Contractor will provide firing range facilities for regular and night re-qualification sessions, as well as classroom space with audio-visual capabilities. The facility must be located within 30 miles of the designated Parole Office Location in the Northern Region. Sessions include 4-hour re-qualification sessions and 2-hour classroom sessions.
Timeline:
Start Date: [July 1, 2026, or upon approval]
End Date: [June 30, 2029]
Total Duration: [Three years, with two optional one-year extensions]
Budget:
"Not to Exceed" Amount: [Not explicitly stated]
Award Method: [Lowest responsible bidder whose bid complies with all requirements]
Prevailing Wages: [Not explicitly stated]
Financial Bonds: [Not explicitly stated]
Key Requirements:
Mandatory Pre-Bid Site Inspection: [Not explicitly stated]
Mandatory Licenses: [Not explicitly stated]
Required Certifications: [Not explicitly stated]
Bidder Preferences: [25% Small Business (SB) participation requirement applies]
Project Title: [ESTABLISHING A QUALIFIED POOL OF ENERGY SERVICES COMPANIES FOR THE IMPLEMENTATION OF CLEAN ENERGY AND DECARBONIZATION PROJECTS STATEWIDE]
Event ID: 0000039019
Solicitation Number: [RFQ NO. PMB202605]
Agency: [Department of Corrections and Rehabilitation]
Due Date: [May 28, 2026, at 5:00 PM PST]
Description: This RFQ seeks to establish a pool of eight qualified Energy Services Companies (ESCOs) capable of assessing, designing, and installing energy conservation measures at adult institutions statewide. Pool members will compete for projects through a Performance Agreement method where the ESCO guarantees a minimum dollar amount of energy savings. Key tasks include performing investment-grade audits, construction management, and implementing measurement and verification protocols.
Timeline:
Start Date: [TBD (Final Pool Determination)]
End Date: [Two years from establishment]
Total Duration: [Up to two years]
Budget:
"Not to Exceed" Amount: [Not explicitly stated]
Award Method: [Weighted selection criteria based on SOQ evaluation]
Prevailing Wages: [Not explicitly stated]
Financial Bonds: [Not explicitly stated]
Key Requirements:
Mandatory Pre-Bid Site Inspection: [Not explicitly stated]
Mandatory Licenses: [Not explicitly stated]
Required Certifications: [Evidence of engineering, design, and construction capabilities]
Bidder Preferences: [Exempt from DVBE requirement, but voluntary reporting is requested]
Project Title: [SEAMLESS FLOORING INSTALLATION]
Event ID: 0000039011
Solicitation Number: [C5613187-D, RE-BID 1]
Agency: [Department of Corrections and Rehabilitation]
Due Date: [May 26, 2026, by 11:00 AM PST]
Description: The project involves the installation of seamless flooring for the Correctional Construction Mentorship Program at San Quentin Rehabilitation Center. The Contractor must provide all labor, materials, supplies, and equipment necessary to complete the installation according to specified standards. Work must be performed at 100 Main St., San Quentin, CA 94964.
Timeline:
Start Date: [Upon Issuance of the Official Notice to Proceed]
End Date: [90 days from Official Notice to Proceed]
Total Duration: [90 days]
Budget:
"Not to Exceed" Amount: [$35,500.00] (State's estimate)
Award Method: [Lowest responsible bidder meeting all requirements]
Prevailing Wages: [Yes, required in accordance with Labor Code Section 1774]
Financial Bonds: [Payment bond required if the contract price exceeds $25,000]
Key Requirements:
Mandatory Pre-Bid Site Inspection: [May 13, 2026, at 10:00 AM PST]
Mandatory Licenses: [Valid Class "C-15" Flooring or Class "B" General Building Contractor license with specialty subcontractor]
Required Certifications: [DIR Registration; approved installer certificate from flooring manufacturer]
Bidder Preferences: [25% Small Business participation requirement applies]
Project Title: [JANITORIAL/CUSTODIAN SERVICES BELL BRANCH OFFICE]
Event ID: S26-33367
Solicitation Number: [IFB S26-33367]
Agency: [Department of Rehabilitation]
Due Date: [May 19, 2026, by 2:00 PM PST]
Description: The Contractor will provide regular janitorial and custodian services for the Department of Rehabilitation's Bell Branch Office. The goal is to maintain a clean and sanitary working environment at the leased office located at 5140 Florence Avenue, Suite D, Bell, California. All services defined in the "Description of Services and Deliverables" must be addressed.
Timeline:
Start Date: [July 1, 2026, or upon approval]
End Date: [June 30, 2029]
Total Duration: [Three years]
Budget:
"Not to Exceed" Amount: [$62,000.00] (Anticipated budget)
Award Method: [Lowest responsive, responsible bidder]
Prevailing Wages: [Not explicitly stated]
Financial Bonds: [Not explicitly stated]
Key Requirements:
Mandatory Pre-Bid Walkthrough: [May 7, 2026, at 1:00 PM PST]
Mandatory Licenses: [Business license from the city/county of headquarters]
Required Certifications: [Certificate of insurance for Commercial General Liability and Workers' Compensation]
Bidder Preferences: [Contractor's principal point of business must be within 35 miles of the Bell Branch Office]
Project Title: [CONDITION OF TITLE GUARANTEE REPORTS]
Event ID: HD269020
Solicitation Number: [IFB HD269020]
Agency: [Department of Developmental Services]
Due Date: [May 14, 2026, at 3:00 PM PST]
Description: The Contractor will provide Condition of Title Guarantee Reports for a portfolio of approximately 500 homes located throughout California. Searches must identify any title encumbrances from the original close of escrow date to the current date. These reports are necessary to ensure the continued operation of resources within the Community Development Division.
Timeline:
Start Date: [July 1, 2026]
End Date: [June 30, 2029]
Total Duration: [Three years]
Budget:
"Not to Exceed" Amount: [Not explicitly stated]
Award Method: [Responsive and responsible bidder submitting the lowest Total Costs]
Prevailing Wages: [Not explicitly stated]
Financial Bonds: [Not explicitly stated]
Key Requirements:
Mandatory Pre-Bid Site Inspection: [Not explicitly stated]
Mandatory Licenses: [Legally constituted and qualified to do business within the State of California]
Required Certifications: [Must be in good standing with the Franchise Tax Board and CDTFA]
Bidder Preferences: [5% Small Business Preference applies]
Project Title: [ELEVATOR MAINTENANCE]
Event ID: 0000039016
Solicitation Number: [CR-25-295543]
Agency: [Department of General Services, Facilities Management Division]
Due Date: [May 13, 2026, at 2:00 PM PT]
Description: The Contractor shall provide all labor, equipment, and materials required to perform preventive maintenance, testing, and repair services for elevators located at the May Lee State Office Complex in Sacramento. Specific tasks include monthly fire recall testing on Saturdays, housekeeping services for pits and machine rooms, and the one-time replacement of two-way audio-visual monitoring devices. All work must be performed during normal business hours of 7:00 a.m. to 5:00 p.m., Monday through Friday, unless otherwise approved or specified for after-hours testing.
Timeline:
Start Date: [TBD upon contract award]
End Date: [TBD (36 months from start)]
Total Duration: [Three years]
Budget:
"Not to Exceed" Amount: [Not explicitly stated]
Award Method: [Lowest responsive responsible bidder]
Prevailing Wages: [Yes; February 2026 rates apply]
Financial Bonds: [Not explicitly stated]
Key Requirements:
Non-Mandatory Walk-Through: [April 29, 2026, at 10:00 AM PT]
Mandatory Licenses: [Class C-11 Elevator Contractor license]
Required Certifications: [DIR Registration; Secretary of State registration; Proof of Insurance (General Liability, Auto, Workers' Comp, E&O)]
Bidder Preferences: [5% Small Business Preference; up to 5% DVBE Incentive for participation exceeding the 3% mandatory goal]
Project Title: [OFFICE MOVING SERVICES]
Event ID: 0000039025
Solicitation Number: [IFB NO. 26-C0006]
Agency: [Department of Pesticide Regulation]
Due Date: [May 13, 2026, no later than 2:00 PM]
Description: The Contractor shall provide all labor, including a Project Manager, and all equipment such as moving trucks, library carts, and floor protection to perform office moving services for the Department of Pesticide Regulation. The scope involves moving office furniture, equipment, and files between locations in Sacramento and may include moving items to the State Records Center or a local recycling facility. All work must be coordinated to ensure minimal disruption to department operations.
Timeline:
Start Date: [July 1, 2026, or upon approval]
End Date: [June 30, 2028]
Total Duration: [Two years, with a one-year option to extend]
Budget:
"Not to Exceed" Amount: [Not explicitly stated]
Award Method: [Lowest responsible bidder]
Prevailing Wages: [Yes; required for the County of Sacramento, Fresno, and Orange]
Financial Bonds: [Not explicitly stated]
Key Requirements:
Mandatory Pre-Bid Site Inspection: [Not explicitly stated]
Mandatory Licenses: [Valid Motor Carrier Permit issued by the California Department of Motor Vehicles]
Required Certifications: [DIR Registration; Payee Data Record (STD 204); Bidder Declaration (GSPD-05-105)]
Bidder Preferences: [5% Small Business Preference; up to 5% DVBE Incentive]
Project Title: [TEMPORARY RELIEF MEDICAL DIRECTOR, PHYSICIAN, AND PHYSICIAN ASSISTANT SERVICES]
Event ID: 0000039015
Solicitation Number: [26BS0003]
Agency: [Department of Veterans Affairs (CalVet)]
Due Date: [May 12, 2026, at 5:00 PM PT]
Description: The Contractor shall provide temporary, on-call medical staffing services, including a Medical Director, Physicians, and Physician Assistants, to provide clinical care for residents at Veterans Homes of California. Key tasks include performing physical examinations, diagnosing and treating illnesses, and providing emergency medical coverage as needed. Services must be available 24/7 to ensure continuous medical oversight and patient care.
Timeline:
Start Date: [July 1, 2026, or upon approval]
End Date: [June 30, 2029]
Total Duration: [Three years]
Budget:
"Not to Exceed" Amount: [Not explicitly stated]
Award Method: [Lowest responsive and responsible bidder]
Prevailing Wages: [Not explicitly stated]
Financial Bonds: [Not explicitly stated]
Key Requirements:
Mandatory Pre-Bid Site Inspection: [Not explicitly stated]
Mandatory Licenses: [Valid California Physician and Surgeonās License or Physician Assistant License]
Required Certifications: [Board Certification in Internal Medicine or Family Practice (for Physicians); DEA Certification; CPR/BLS Certification]
Bidder Preferences: [5% Small Business Preference; up to 5% DVBE Incentive]
Project Title: [PHARMACY SERVICES]
Event ID: CS269009
Solicitation Number: [IFB CS269009]
Agency: [Department of Developmental Services (DDS), Canyon Springs]
Due Date: [May 14, 2026, at 3:00 PM PT]
Description: The Contractor will provide comprehensive pharmacy services for the Canyon Springs community-based facility, including the procurement, storage, and dispensing of prescription and over-the-counter medications. This includes maintaining an emergency medication supply, conducting monthly medication regimen reviews, and providing 24/7 pharmacist consultation services. The contractor must also provide specialized packaging (e.g., unit-dose) to ensure patient safety and compliance with state regulations.
Timeline:
Start Date: [July 1, 2026]
End Date: [June 30, 2029]
Total Duration: [Three years]
Budget:
"Not to Exceed" Amount: [Not explicitly stated]
Award Method: [Lowest responsive and responsible bidder]
Prevailing Wages: [Not explicitly stated]
Financial Bonds: [Not explicitly stated]
Key Requirements:
Mandatory Pre-Bid Site Inspection: [Not explicitly stated]
Mandatory Licenses: [Valid California Board of Pharmacy License for a Pharmacy or Wholesaler]
Required Certifications: [Proof of Pharmacist-in-Charge licensure; Insurance coverage for Professional Liability (Medical Malpractice)]
Bidder Preferences: [5% Small Business Preference; up to 5% DVBE Incentive; TACPA preference available]
Project Title: [PROCUREMENT AND INSTALLATION OF THREE (3) COURTESY DOCKS]
Event ID: 0000038825
Solicitation Number: [S25650009]
Agency: [Department of Parks and Recreation, Northern Buttes District]
Due Date: [April 23, 2026, at 2:00 PM]
Description: The Contractor shall provide and install three (3) new courtesy docks at McArthur-Burney Falls Memorial State Park, specifically located at 24898 Highway 89, Burney, CA 96013. The project includes the procurement of all necessary goods and the specialized labor required for complete installation. Detailed dock dimensions and specific site photos are included in the source attachments to ensure accurate bid placement.
Timeline:
Start Date: [May 15, 2026 (Delivery Date listed)]
End Date: [Not explicitly stated]
Total Duration: [Not explicitly stated]
Budget:
"Not to Exceed" Amount: [Not explicitly stated]
Award Method: [Not explicitly stated]
Prevailing Wages: [Not explicitly stated]
Financial Bonds: [Not explicitly stated]
Key Requirements:
Mandatory Pre-Bid Site Inspection: [Not explicitly stated]
Mandatory Licenses: [Seller's Permit (Permit number must be provided on page 3 of RFQ)]
Required Certifications: [Recycled Content Certification; Payee Data Record (STD 204); Darfur Contracting Act Certification; Generative Artificial Intelligence Disclosure Form (DPR-97B)]
Bidder Preferences: [Small Business Preference; Non-Small Business Subcontractor Preference (25%); DVBE Participation Requirement]
Project Title: [740' X 6' MONO LAKE ADA BOARDWALK KIT INCLUSIVE OF HARDWARE]
Event ID: 0000039002
Solicitation Number: [S25683086]
Agency: [Department of Parks and Recreation]
Due Date: [May 6, 2026, at 2:00 PM PST]
Description: The Contractor shall furnish a $740' \times 6'$ ADA-compliant boardwalk kit, including all necessary hardware, for the Mono Lake Tufa State Natural Reserve. The kit must be complete and ready for use in accordance with the provided plans and specifications. No formal site visit is scheduled, and bidders are responsible for inspecting the location in Mono County independently.
Timeline:
Start Date: [May 1, 2026]
End Date: [April 1, 2027]
Total Duration: [11 months]
Budget:
"Not to Exceed" Amount: [$499,999.99] (Estimated contract value)
Award Method: [Lowest responsible bidder whose bid complies with requirements]
Prevailing Wages: [Not explicitly stated]
Financial Bonds: [Not explicitly stated]
Key Requirements:
Mandatory Pre-Bid Site Inspection: [None; prospective bidders are responsible for independent inspection]
Mandatory Licenses: [Not explicitly stated]
Required Certifications: [Generative Artificial Intelligence Reporting and Factsheet (STD 1000)]
Bidder Preferences: [Small Business Preference and TACPA preferences may apply]
Project Title: [SHUTTLE SERVICES]
Event ID: 0000039021
Solicitation Number: [SS-01-26]
Agency: [32nd District Agricultural Association / OC Fair & Event Center]
Due Date: [May 8, 2026, at 11:00 AM PST]
Description: The Contractor will provide shuttle services for the OC Fair & Event Center, covering the annual OC Fair, Imaginology, and other year-round events . Responsibilities include operating transport between designated points in Costa Mesa during event hours to facilitate public and staff movement . The Contractor must ensure all drivers are properly licensed and abide by the District's appearance and safety standards .
Timeline:
Start Date: [June 15, 2026]
End Date: [June 14, 2028]
Total Duration: [Two years, with three optional one-year extensions]
Budget:
"Not to Exceed" Amount: [Not explicitly stated]
Award Method: [Qualified responsible Bidder who proposed the lowest cost]
Prevailing Wages: [Not explicitly stated]
Financial Bonds: [Not explicitly stated]
Key Requirements:
Mandatory Pre-Bid Site Inspection: [N/A]
Mandatory Licenses: [Valid California TCP (Transportation Charter Permit) Carrier license; OCTA and DOT licenses as required]
Required Certifications: [GenAI Reporting and Factsheet (STD 1000); Workersā Comp, General Liability, and Auto Insurance]
Bidder Preferences: [5% Small Business Preference; up to 5% DVBE Incentive]
Project Title: [MEDICAL WASTE DISPOSAL SERVICES]
Event ID: 0000039028
Solicitation Number: [26-20019-000]
Agency: [Department of State Hospitals - Metropolitan]
Due Date: [May 7, 2026, at 3:00 PM PST]
Description: The Contractor shall provide comprehensive medical waste disposal services, including the pickup, transport, and treatment of biohazardous, sharps, pharmaceutical, and trace chemotherapy waste. Services include providing approximately 30 collection containers of various sizes and colors and ensuring all waste is sterilized or incinerated in compliance with the Medical Waste Management Act . All personnel must pass a Live Scan background check and adhere to strict hospital security and dress code protocols .
Timeline:
Start Date: [July 1, 2026]
End Date: [June 30, 2029]
Total Duration: [Three years]
Budget:
"Not to Exceed" Amount: [Not explicitly stated]
Award Method: [Lowest responsive and responsible bidder]
Prevailing Wages: [Not explicitly stated]
Financial Bonds: [Not explicitly stated]
Key Requirements:
Mandatory Pre-Bid Site Inspection: [Not explicitly stated]
Mandatory Licenses: [Hazardous Waste Transporter Registration; EPA ID Number; CDPH Medical Waste Transfer Station Permit; CDFA Weighmaster License; DMV Motor Carrier Permit]
Required Certifications: [Live Scan Background Check; Tuberculosis Screening; GenAI Disclosure]
Bidder Preferences: [5% Small Business Preference; DVBE Incentive (mandatory participation waived)]
Project Title: [CARPET REMOVAL, REPLACEMENT AND PAINTING SERVICES IN LOS ANGELES COUNTY]
Event ID: 07A6320
Solicitation Number: [IFB # 07A6320]
Agency: [California Department of Transportation (Caltrans)]
Due Date: [May 7, 2026, at 2:00 PM PST]
Description: The Contractor is required to remove and dispose of existing carpet and baseboards, install new carpet and transitions, and repaint both exterior and interior walls at a Caltrans facility in Los Angeles County. The work includes all labor, equipment, and materials necessary to complete the renovations while adhering to organic waste recycling mandates. Bidders must attend a mandatory site visit to discuss technical specifications.
Timeline:
Start Date: [TBD (Proposed Award Date May 21, 2026)]
End Date: [Not explicitly stated]
Total Duration: [Not explicitly stated]
Budget:
"Not to Exceed" Amount: [$484,000.00]
Award Method: [Lowest responsible bidder meeting requirements]
Prevailing Wages: [Yes; required for Los Angeles County if the bid exceeds $15,000]
Financial Bonds: [Payment Bond required for bids of $25,000 or more]
Key Requirements:
Mandatory Pre-Bid Site Inspection: [May 1, 2026, at 10:00 AM PST]
Mandatory Licenses: [Class B General Building, or C-15 Flooring and C-33 Painting licenses]
Required Certifications: [DIR Registration; Non-Collusion Declaration; GenAI Disclosure; California Civil Rights Laws Certification (for bids over $100,000)]
Bidder Preferences: [25% Small Business Goal; 3% Mandatory DVBE Participation]
Project Title: [SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) COMPUTER SYSTEM WASTE WATER TREATMENT PLANT (WWTP) AND WATER TREATMENT PLANT (WTP) MAINTENANCE AND REPAIR SERVICES]
Event ID: 0000039023
Solicitation Number: [RFQ #C5613196]
Agency: [Department of Corrections and Rehabilitation (CDCR)]
Due Date: [May 7, 2026, at 2:00 PM PST]
Description: The Contractor will provide staff augmentation to perform preventative maintenance and emergency repairs on the SCADA systems at the California Health Care Facility and Northern California Youth Correctional Center treatment plants in Stockton . Key tasks include technical leadership, equipment calibration, and the delivery of technical design documentation and system requirement specifications . The services do not include consulting for future equipment purchases .
Timeline:
Start Date: [July 1, 2026, or upon approval]
End Date: [June 30, 2029]
Total Duration: [Three years, with one optional one-year extension]
Budget:
"Not to Exceed" Amount: [$300,000.00]
Award Method: [Lowest Cost responsible Contractor meeting all requirements (All or None)]
Prevailing Wages: [Not explicitly stated]
Financial Bonds: [Not explicitly stated]
Key Requirements:
Mandatory Pre-Bid Site Inspection: [Not explicitly stated]
Mandatory Licenses: [Not explicitly stated; must be headquartered and doing business in the U.S.]
Required Certifications: [GenAI Certification; California Civil Rights Laws Certification (for bids over $100,000); Recycled Content Certification]
Bidder Preferences: [5% Small Business Preference; DVBE Incentive (mandatory participation goal exempt)]
Project Title: ["AS NEEDED" MAINTENANCE AND REPAIR SERVICES FOR MULTIPLE OFFICES LOCATED IN LOS ANGELES AND ORANGE COUNTIES]
Event ID: 0000039027
Solicitation Number: [IFB NO. 126648]
Agency: [Employment Development Department (EDD)]
Due Date: [May 6, 2026, at 3:00 PM PST]
Description: The Contractor will provide "as needed" facility maintenance and repair services for various EDD offices across Los Angeles and Orange Counties. Bidders are encouraged to independently inspect site conditions, and any potential asbestos reports for the locations must be reviewed as part of the bid package. Subcontracting is strictly prohibited for this solicitation and the subsequent award.
Timeline:
Start Date: [August 1, 2026, or upon final approval]
End Date: [July 31, 2028]
Total Duration: [Two years]
Budget:
"Not to Exceed" Amount: [Not explicitly stated]
Award Method: [Lowest responsible bidder meeting specifications]
Prevailing Wages: [Not explicitly stated; public works contract references included]
Financial Bonds: [Not explicitly stated]
Key Requirements:
Mandatory Pre-Bid Site Inspection: [Not explicitly stated; inspections available by appointment]
Mandatory Licenses: [Copy of General B License]
Required Certifications: [Secretary of State Certification of Status; GenAI Technology Disclosure; Certification Regarding Debarment]
Bidder Preferences: [5% Small Business/Microbusiness Preference; DVBE participation waived]
Project Title: [NEPHROLOGY SERVICES]
Event ID: 0000039014
Solicitation Number: [PR269016]
Agency: [Porterville Developmental Center (PDC)]
Due Date: [May 6, 2026, at 10:00 AM PST]
Description: The Contractor will provide specialized nephrology services to individuals at the Porterville Developmental Center. The provider must be familiar with the unique needs of the developmentally disabled population and must maintain medical privileges at a local hospital. Work includes clinical expertise in the field and the supply of all items specified in the scope of work.
Timeline:
Start Date: [July 1, 2026, or upon execution]
End Date: [June 30, 2029]
Total Duration: [Three years]
Budget:
"Not to Exceed" Amount: [Not explicitly stated]
Award Method: [Lowest responsible bidder whose bid complies with requirements]
Prevailing Wages: [Not explicitly stated]
Financial Bonds: [Not explicitly stated]
Key Requirements:
Mandatory Pre-Bid Site Inspection: [Not explicitly stated]
Mandatory Licenses: [License in the field of Nephrology; medical privileges at local hospital]
Required Certifications: [California Civil Rights Law Certification; Darfur Contracting Act Certification]
Bidder Preferences: [5% Small Business Preference; DVBE Participation requirement waived]
Project Title: [PATHOLOGY SERVICES]
Event ID: 0000039020
Solicitation Number: [PR269013]
Agency: [Porterville Developmental Center (PDC)]
Due Date: [May 6, 2026, at 10:30 AM PST]
Description: The Contractor will perform pathology services for individuals at the Porterville Developmental Center, focusing on the specific healthcare requirements of the developmentally disabled . The provider must be duly licensed with expertise in pathology to fulfill all services and items detailed in the scope of work. The State reserves the option to extend the agreement based on proposed rates.
Timeline:
Start Date: [July 1, 2026, or upon execution]
End Date: [June 30, 2029]
Total Duration: [Three years, with two optional one-year extensions]
Budget:
"Not to Exceed" Amount: [Not explicitly stated]
Award Method: [Lowest responsible bidder whose bid complies with requirements]
Prevailing Wages: [Not explicitly stated]
Financial Bonds: [Not explicitly stated]
Key Requirements:
Mandatory Pre-Bid Site Inspection: [Not explicitly stated]
Mandatory Licenses: [License in the field of Pathology]
Required Certifications: [California Civil Rights Law Certification; Darfur Contracting Act Certification]
Bidder Preferences: [5% Small Business Preference; DVBE Participation requirement waived]
All Bids posted 4/22/2026
Project Title: "AS-NEEDED" GUTTER CLEANING SERVICES FOR THE EDD FACILITY LOCATED AT 128 E ORTEGA STREET, SANTA BARBARA, CA 93101
Event ID: 0000038990
Solicitation Number: 125698
Agency: Employment Development Department
Due Date: May 13, 2026, at 3:00 p.m. PT
Description: The contractor will provide gutter cleaning services on an as-needed basis for the EDD facility in Santa Barbara. The work must be performed in accordance with attached specifications and the "Santa Barbara Asbestos Report" included in the bid package. Working hours for site inspections are between 8 a.m. and 5 p.m., Monday through Friday.
Timeline:
Start Date: July 1, 2026
End Date: June 30, 2028
Total Duration: Two years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bidder
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not applicable; site inspections are optional and arranged by calling Mauricio Valencia
Mandatory Licenses: Not explicitly stated
Required Certifications: Contractor Certification Clauses (CCC 04/2017), Darfur Contracting Act Certification
Bidder Preferences: 5% Small Business/Microbusiness preference; 5% Non-Small Business preference for 25% SB participation; DVBE requirements waived
Project Title: NORTH STAR RESIDENTIAL CLEANING SERVICES
Event ID: ST269003
Solicitation Number: ST269003
Agency: Department of Developmental Services
Due Date: May 13, 2026, at 3:00 PM PT
Description: The contractor shall provide residential cleaning services for two five-bed community crisis homes, each approximately 2,300 square feet, located in Vacaville, CA. These facilities serve individuals with intellectual and developmental disabilities and mental health conditions. Services must be performed in compliance with the detailed Scope of Work provided in Exhibit A.
Timeline:
Start Date: July 1, 2026
End Date: June 30, 2029
Total Duration: Three years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Not explicitly stated
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: April 28, 2026, at 10:00 AM (North STAR 1) and 11:00 AM (North STAR 2)
Mandatory Licenses: Bidders must obtain all licenses or permits required by law for the work
Required Certifications: Secretary of State registration, good standing with FTB/CDTFA, Contractor Certification Clauses (CCC 04/2017)
Bidder Preferences: 5% Small Business preference; DVBE participation is encouraged but the goal is exempted
Project Title: MAIN GATE OPERATOR REPLACEMENT
Event ID: 0000038996
Solicitation Number: 127675
Agency: California Military Department
Due Date: May 20, 2026, at 2:00 PM PST
Description: The contractor is required to replace the gate operator, keypad, and all related components at the Roseville Armory. The scope includes providing all materials, labor, tools, and equipment necessary for the complete replacement. The contractor is also responsible for all permits, taxes, and fees associated with the project.
Timeline:
Start Date: Not explicitly stated
End Date: 180 calendar days from commencement
Total Duration: 180 calendar days
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest bid
Prevailing Wages: Required; rates published by DIR
Financial Bonds: Bid bond of 10% for bids over $24,999.99; Payment bond (100%) for labor/installation over $24,999.99; Performance bond (100%) for contracts over $9,999.99
Key Requirements:
Mandatory Pre-Bid Site Inspection: April 30, 2026, at 10:00 AM
Mandatory Licenses: Class D-28 Doors, Gates and Activating Devices license
Required Certifications: DIR Registration, California Civil Rights Laws certification (for bids over $100,000), Darfur Contracting Act certification
Bidder Preferences: 5% Small Business/Microbusiness preference; 5% Non-Small Business preference for 25% SB participation; 3% DVBE participation goal
Project Title: SMARTSVILLE STATION VEHICLE EXHAUST SYSTEM INSTALLATION SERVICES
Event ID: 2CA07842
Solicitation Number: 2CA07842
Agency: California Department of Forestry and Fire Protection (CAL FIRE)
Due Date: May 19, 2026, at 05:00 p.m. Pacific Time
Description: Contractor shall procure and install a new vehicle exhaust system at the Smartsville Fire Station to ensure the safety of firefighting personnel. The work includes providing all labor, materials, equipment, and tools necessary for the installation. Contractor is responsible for ensuring essential building infrastructure is in place for emergency response operations.
Timeline:
Start Date: Not explicitly stated
End Date: Not explicitly stated
Total Duration: Not explicitly stated
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive and responsible bidder
Prevailing Wages: Required if total bid amount exceeds $1,000.00
Financial Bonds: Payment Bond (STD 807) for 100% of the contract amount for bids exceeding $25,000
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 04, 2026, at 01:00 p.m.
Mandatory Licenses: Class C-20 Warm-Air Heating, Ventilating and Air-Conditioning; OR Class C-61/D-34 Prefabricated Equipment AND Class C-43 Sheet Metal
Required Certifications: DIR Registration, Contractor Certification Clauses (CCC 04/2017), Non-Collusion Declaration
Bidder Preferences: 25% Small Business participation goal; DVBE participation is encouraged with available incentives
Project Title: BUILDING REPAIR SERVICES
Event ID: 3CA07819
Solicitation Number: 3CA07819
Agency: California Department of Forestry and Fire Protection (CAL FIRE)
Due Date: May 20, 2026, at 5:00 p.m.
Description: Provide building repair services for the San Bernardino - Inyo - Mono Unit (BDU) in Big Bear, CA. The contractor is responsible for services as detailed in the Scope of Work provided in the Sample Agreement. The bid must be all-inclusive and submitted using the provided Rate Sheet.
Timeline:
Start Date: Not explicitly stated
End Date: Not explicitly stated
Total Duration: Not explicitly stated
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest bidder
Prevailing Wages: Required if total bid amount exceeds $1,000.00
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 06, 2026, at 10:00 a.m.
Mandatory Licenses: Class B - General Building Contractor license
Required Certifications: DIR registration, Contractor Certification Clauses (CCC 04/2017), Darfur Contracting Act certification
Bidder Preferences: Restricted to California Certified Small Businesses
Project Title: BRINE LINE INSPECTION, VIDEO RECORDING, AND CLEANING SERVICES
Event ID: 0000038991
Solicitation Number: C5613335-D
Agency: California Department of Corrections and Rehabilitation
Due Date: May 26, 2026, by 11:00 AM
Description: The contractor will inspect, video record, and clean approximately two miles of brine discharge piping at the California Institute for Men. The project involves monitoring downstream manholes for scale accumulation and modifying procedures to prevent spillage. Video recordings of the entire brine line must be downloaded and submitted as part of the service.
Timeline:
Start Date: July 1, 2026
End Date: June 30, 2029
Total Duration: Three years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bidder
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 14, 2026, at 10:00 AM
Mandatory Licenses: All licenses and/or permits necessary to complete the work
Required Certifications: Contractor Certification Clauses (CCC), Darfur Contracting Act, California Civil Rights Laws Certification
Bidder Preferences: 25% Small Business participation goal; DVBE incentive available up to 5% or $500,000
Project Title: FIRING RANGE FACILITIES CONTRACT
Event ID: 0000038989
Solicitation Number: C5613259-D, Rebid 1
Agency: California Department of Corrections and Rehabilitation
Due Date: May 22, 2026, by 11:00 AM
Description: Contractor will provide firing range facilities for CDCR use. The facility must be located within 30 miles of the Parole Office specified in the bid package. Sessions include regular re-qualification, night re-qualification, and classroom instruction with audio-visual support.
Timeline:
Start Date: July 1, 2026, or Upon Approval
End Date: June 30, 2029
Total Duration: Three years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive, responsible bidder
Prevailing Wages: Required for commercial service contracts
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Bidder must meet all licensing requirements specified in Exhibit A
Required Certifications: Contractor Certification Clauses (CCC), Darfur Contracting Act, GenAI Disclosure
Bidder Preferences: 25% Small Business participation goal; 5% Small Business preference; DVBE incentive up to 5% or $100,000
Project Title: MC 03315, RIGHT HAND WING PLOW (8-FOOT)
Event ID: 32-12-6631
Solicitation Number: IFB 32-12-6631
Agency: California Department of Transportation (Caltrans), Division of Equipment
Due Date: May 12, 2026, before 2:00 PM
Description: A one-time acquisition for 102 right-hand wing plows (8-foot) for the State of California. The plows must be supplied in accordance with specific state technical specifications and included engineering drawings. Equipment must be new and the latest model in current production.
Timeline:
Start Date: April 22, 2026
End Date: Not explicitly stated
Total Duration: One-time acquisition
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive and responsible bidder on an "All or None" basis
Prevailing Wages: Not explicitly stated
Financial Bonds: Bond costs must be expressly included and itemized in the contract if applicable
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: California retailer's seller's permit
Required Certifications: DIR Safety Orders compliance, American Welding Society (AWS) certified welders for repairs, Darfur Contracting Act
Bidder Preferences: 5% Small Business/Microbusiness preference; 5% Non-Small Business preference for 25% SB participation; DVBE incentive available
Project Title: BAR CONTRACTED INSPECTION NETWORK
Event ID: 0000038980
Solicitation Number: RFI BAR 26-01
Agency: California Department of Consumer Affairs (DCA), Bureau of Automotive Repair (BAR)
Due Date: June 5, 2026
Description: This is a Request for Information to gather feedback on a concept for improving the Smog Check Program by consolidating older vehicle inspections into a contracted network. The BAR is seeking input preparatory to issuing a formal Request for Proposal (RFP). Respondents should provide narrative answers to a vendor questionnaire regarding program oversight and equipment maintenance.
Timeline:
Start Date: April 22, 2026
End Date: June 5, 2026
Total Duration: Approximately 6 weeks
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Not applicable (RFI only)
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not applicable
Mandatory Licenses: Not explicitly stated
Required Certifications: Not explicitly stated
Bidder Preferences: Not explicitly stated
Project Title: INSTRUCTIONS TO BIDDERS - CA21-0205
Event ID: 0000038993
Solicitation Number: CA21-0205
Agency: Department of Veterans Affairs (CalVet)
Due Date: Not explicitly stated
Description: Standard instructions and bidding requirements for construction projects within the Department of Veterans Affairs. Bidders must examine the work site, drawings, and specifications to understand the character and quality of surface and subsurface materials. The scope involves potential asbestos abatement and hazardous substance removal.
Timeline:
Start Date: Not explicitly stated
End Date: Not explicitly stated
Total Duration: Not explicitly stated
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Competitive bidding
Prevailing Wages: Not explicitly stated
Financial Bonds: Bidder's security in an amount equal to at least 10 percent of the amount bid
Key Requirements:
Mandatory Pre-Bid Site Inspection: Required per site examination instructions
Mandatory Licenses: Bidders must be properly licensed by the CSLB for the specific work; Joint venture licenses required for JVs
Required Certifications: DIR Registration, Asbestos Abatement Certification (if performing abatement), Hazardous Substance Removal Certification (if applicable)
Bidder Preferences: 5% Non-Small Business preference for 25% SB/MB participation; DVBE program participation required
Project Title: PRINT AND DELIVER CERTIFICATES OF TITLE
Event ID: 26-048
Solicitation Number: 26-048
Agency: Department of Motor Vehicles
Due Date: May 11, 2026, at 11:59 p.m.
Description: The contractor will print and deliver approximately 7,360,000 Certificates of Title in roll stock and fan-fold formats. The scope includes providing clear acetate proofs for approval within 15 days of receiving mock-ups and ensuring sequential shipping in locked vehicles. Deliveries must be made to the DMV Warehouse to prevent inventory outages.
Timeline:
Start Date: September 1, 2026, or upon approval
End Date: Not explicitly stated
Total Duration: One-time acquisition with anticipated deliveries through February 2027
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible responsive bid
Prevailing Wages: Not explicitly stated
Financial Bonds: Driver shall be bonded
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Not explicitly stated
Required Certifications: California Civil Rights Laws Certification (for bids over $100,000), Darfur Contracting Act, GenAI Disclosure
Bidder Preferences: 5% Small Business/Microbusiness preference; DVBE incentive available
Project Title: ANADROMOUS FISH CARCASS REMOVAL AT CDFW HATCHERIES
Event ID: 0000038983
Solicitation Number: P2681002
Agency: Department of Fish and Wildlife
Due Date: May 11, 2026, at 5:00 PM PT
Description: The contractor will remove fish carcasses from CDFW hatcheries to assist in managing anadromous fish populations. This process follows the collection of eggs and milt by hatchery personnel for supplemental propagation. Specific tasks involve coordination with hatchery management to ensure sanitary and timely disposal.
Timeline:
Start Date: September 1, 2026
End Date: June 30, 2029
Total Duration: Approximately three years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Maximum budget determined by selected bidder's Total Basis of Award
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Not explicitly stated
Required Certifications: Contractor Certification Clauses (CCC 04/2017), Darfur Contracting Act, GenAI Disclosure
Bidder Preferences: 5% Small Business preference; DVBE incentive up to 5%
Project Title: PALLET JACK MAINTENANCE SERVICES
Event ID: 0000038998
Solicitation Number: 26-10002-000
Agency: Department of State Hospitals - Atascadero
Due Date: May 11, 2026, at 3:00 PM PT
Description: Contractor shall provide as-needed preventative maintenance and repairs for four Toyota Pallet Jacks (Model 8HBW23) at DSH-Atascadero. Planned maintenance must occur every 500 operating hours, and repairs should be completed within five working days. Technicians must pass background checks and comply with secure facility dress codes, which prohibit khaki-colored clothing.
Timeline:
Start Date: July 1, 2026
End Date: June 30, 2029
Total Duration: Three years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive and responsible bidder
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: 5 years experience with Toyota Pallet Jacks; OSHA-Compliant training certification
Required Certifications: Live Scan background check, TB screening, GenAI Disclosure
Bidder Preferences: 5% Small Business preference; DVBE incentive available
Project Title: HAZARDOUS WASTE TESTING AND DISPOSAL
Event ID: 0000039005
Solicitation Number: IFB P2580035
Agency: Department of Fish and Wildlife
Due Date: May 08, 2026, at 4:00 PM PT
Description: Provide hazardous waste testing and disposal services for the Department of Fish and Wildlife. The contractor is responsible for identifying, characterising, and safely transporting hazardous materials to approved disposal sites. All services must comply with state environmental regulations and CDFW protocols.
Timeline:
Start Date: DGS approval date
End Date: March 31, 2027
Total Duration: Initial term through March 2027 with a one-year extension option
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Not explicitly stated
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: Not explicitly stated
Required Certifications: Contractor Certification Clauses (CCC 04/2017), Darfur Contracting Act, GenAI Disclosure
Bidder Preferences: 5% Small Business preference; DVBE incentive up to 5% for off-site laboratory testing
Project Title: OVERHEAD DOOR ELECTRIC OPENING SYSTEM REPLACEMENT SERVICES IN EL DORADO, NEVADA, PLACER, SIERRA, AND YOLO COUNTIES
Event ID: 03A4139
Solicitation Number: IFPQ 03A4139
Agency: California Department of Transportation (Caltrans)
Due Date: May 08, 2026, at 2:00 p.m.
Description: Contractor will provide all labor and materials to remove and install overhead door electric opening systems across five counties. Work includes disposal of old equipment and obtaining necessary permits and fees. Service locations include maintenance stations in Nevada City, Kingvale, and Downieville.
Timeline:
Start Date: Not explicitly stated
End Date: Not explicitly stated
Total Duration: Not explicitly stated
Budget:
"Not to Exceed" Amount: $484,000.00
Award Method: Lowest responsible bidder
Prevailing Wages: Required if total bid amount exceeds $15,000
Financial Bonds: Payment Bond (100%) required for bids over $25,000
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not applicable; optional site inspection on April 30, 2026, at 10:00 a.m.
Mandatory Licenses: Class D-28 Doors, Gates, and Activating Devices
Required Certifications: DIR Registration, Non-Collusion Declaration, SB 1383 Organic Waste compliance
Bidder Preferences: Restricted to certified Small Businesses, Microbusinesses, or DVBEs
Project Title: PLUMBING SERVICES IN LOS ANGELES COUNTY
Event ID: 07A6262
Solicitation Number: IFPQ # 07A6262
Agency: California Department of Transportation (Caltrans)
Due Date: May 7, 2026, at 2:00 p.m.
Description: The contractor shall furnish all labor, tools, and materials to provide comprehensive plumbing services for Caltrans in Los Angeles County. Scope includes both routine and non-routine services as requested via Service Requests. All work must be performed in accordance with the specifications in Exhibit A.
Timeline:
Start Date: Not explicitly stated
End Date: Not explicitly stated
Total Duration: Not explicitly stated
Budget:
"Not to Exceed" Amount: $461,000.00
Award Method: Lowest responsible bidder
Prevailing Wages: Required if total bid exceeds $15,000
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not applicable; optional site inspection on April 30, 2026, at 10:00 a.m.
Mandatory Licenses: Class C-36 Plumbing Contractor; valid confined space permit
Required Certifications: DIR Registration, SB 1383 Organic Waste compliance
Bidder Preferences: Restricted to certified Small Businesses, Microbusinesses, or DVBEs
Project Title: ELECTRONIC GATE MAINTENANCE SAN DIEGO COUNTY
Event ID: 11A4406
Solicitation Number: IFB # 11A4406
Agency: California Department of Transportation (Caltrans)
Due Date: May 7, 2026, at 2:00 p.m.
Description: Provide maintenance and repairs for electric gates at the Caltrans District 11 Transportation Management Center in San Diego. Contractor must furnish all labor, equipment, and travel necessary for these services. Detailed service requirements are located in the Proposed Form of Agreement, Exhibit A.
Timeline:
Start Date: Not explicitly stated
End Date: Not explicitly stated
Total Duration: Not explicitly stated
Budget:
"Not to Exceed" Amount: $484,000.00
Award Method: Lowest responsive and responsible bidder
Prevailing Wages: Required if total bid amount exceeds $15,000
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: April 29, 2026, at 10:00 a.m.
Mandatory Licenses: Class C-61 / D-28 Doors, Gates and Activating Devices
Required Certifications: DIR Registration, Non-Collusion Declaration, SB 1383 Organic Waste compliance
Bidder Preferences: 25% Small Business participation goal; DVBE incentive applies
Project Title: DYNAMICS CRM MIGRATION SUPPORT, PORTAL DEVELOPMENT, & TRAIN-THE-TRAINER (DYNAMICS MIGRATION & DEVELOPMENT)
Event ID: 0000038957
Solicitation Number: Dynamics Migration & Development
Agency: Governorās Office of Business and Economic Development (GO-Biz)
Due Date: May 6, 2026, at 5:00 PM PST
Description: Seeking qualified Microsoft partner organizations to provide post-live support and train-the-trainer services for a Salesforce to Microsoft Dynamics 365 migration. The contractor will develop custom Grant and Site Selection Portals that integrate deeply with Dynamics 365. The primary goal is knowledge transfer to enable GO-Biz staff to independently manage all platform components.
Timeline:
Start Date: June 1, 2026
End Date: May 30, 2027
Total Duration: One year
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Based on evaluation of Technical and Cost Proposals
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not applicable
Mandatory Licenses: Qualified Microsoft partner status
Required Certifications: GenAI Disclosure, Insurance compliance
Bidder Preferences: Small Business and DVBE incentives apply
Project Title: REFUSE COLLECTION AND DISPOSAL - CLEAR LAKE STATE PARK
Event ID: 0000039000
Solicitation Number: C25645012
Agency: Department of Parks and Recreation, Northern Buttes District
Due Date: May 06, 2026, at 2:30 p.m.
Description: Contractor will provide all labor and equipment to collect, transport, and dispose of refuse and recycling materials at Clear Lake State Park. Work involves regular pickups of 2-yard and 6-yard containers, with additional on-call services as needed. Collection must occur between 7:00 am and 5:00 pm.
Timeline:
Start Date: June 2, 2026, or upon approval
End Date: June 1, 2029
Total Duration: Three years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bidder
Prevailing Wages: Not explicitly stated
Financial Bonds: Payment and Performance Bonds required if applicable
Key Requirements:
Mandatory Pre-Bid Site Inspection: Required; prospective bidders must inspect sites before submitting
Mandatory Licenses: Valid Business License; Weigh Master License (non-fixed) from DFA
Required Certifications: CHP BIT Program enrollment, Darfur Contracting Act, GenAI Disclosure
Bidder Preferences: 5% Small Business preference; DVBE requirements waived but incentive applies
Project Title: REFUSE/RECYCLE COLLECTION AND DISPOSAL SERVICE - LAKE OROVILLE STATE RECREATION AREA AND CLAY PIT OHV
Event ID: 0000038992
Solicitation Number: C25645010
Agency: Department of Parks and Recreation, Northern Buttes District
Due Date: May 06, 2026, at 2:00 p.m.
Description: Provide refuse and recycling collection and disposal services for Lake Oroville SRA and Clay Pit OHV Park. Tasks include servicing 96-gallon containers and 3-yard to 6-yard dumpsters across multiple park locations. Collections are prohibited before 7:00 am and must be completed by 5:00 pm.
Timeline:
Start Date: May 01, 2026, or upon approval
End Date: April 30, 2029
Total Duration: Three years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bidder
Prevailing Wages: Not explicitly stated
Financial Bonds: Payment and Performance Bonds required if applicable
Key Requirements:
Mandatory Pre-Bid Site Inspection: Required; prospective bidders must inspect sites before bidding
Mandatory Licenses: Valid Business License; Weigh Master License (non-fixed) from DFA
Required Certifications: CHP BIT Program enrollment, Darfur Contracting Act, GenAI Disclosure
Bidder Preferences: 5% Small Business preference; DVBE requirements waived but incentive applies
Project Title: CHP OCEANSIDE AREA OFFICE - PROTECTIVE CLOTHING AND OPERATIONAL SUPPLIES RENTAL SERVICES
Event ID: 0000039009
Solicitation Number: 26C650002
Agency: Department of California Highway Patrol
Due Date: May 13, 2026, at 11:00 AM
Description: The contractor will provide rental services for protective clothing and operational supplies at the CHP Oceanside Area Office. Services include the regular pickup, professional laundering, repair, and delivery of items to ensure personnel have clean and functional gear. The contractor is responsible for maintaining inventory and meeting specific quality standards for all rented supplies.
Timeline:
Start Date: July 1, 2026, or upon approval
End Date: June 30, 2029
Total Duration: Three years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsive and responsible bidder
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 6, 2026, at 10:00 AM
Mandatory Licenses: Not explicitly stated
Required Certifications: Contractor Certification Clauses (CCC 04/2017), Darfur Contracting Act, California Civil Rights Laws Certification
Bidder Preferences: 5% Small Business preference; DVBE incentive available up to 5%
Project Title: LANDSCAPING SERVICES
Event ID: 0000039003
Solicitation Number: 25-0203943.1
Agency: California Department of Technology
Due Date: May 12, 2026, at 2:00 PM
Description: Contractor shall provide all labor, tools, equipment, and materials to perform landscaping and grounds maintenance services for the California Department of Technology. Work includes mowing, pruning, irrigation system maintenance, and weed control as detailed in the Statement of Work. Services must be performed during standard business hours unless otherwise coordinated with the Department Contact.
Timeline:
Start Date: July 1, 2026, or upon approval
End Date: June 30, 2029
Total Duration: Three years
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bidder
Prevailing Wages: Required; contractor must be registered with DIR
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: April 30, 2026, at 10:00 AM
Mandatory Licenses: CSLB Class C-27 Landscaping Contractor license
Required Certifications: DIR Registration, Contractor Certification Clauses (CCC 04/2017), Darfur Contracting Act
Bidder Preferences: 5% Small Business preference; 3% DVBE participation requirement
All Bids posted 4/21/2026
Project Title: FIRING RANGE FACILITY SERVICES
Event ID: 0000038981
Solicitation Number: C5613277-D
Agency: California Department of Corrections and Rehabilitation (CDCR)
Due Date: May 12, 2026 by 11:00 AM
Description: The Contractor shall provide an outdoor firing range facility for the CDCR Division of Adult Parole Operations (DAPO), Northern Parole Region, located within 30 miles of the Hanford Parole Office. Services include providing the range for regular quarterly shooting requalifications, annual night firearms requalifications, and classroom instruction facilities. Range sessions are typically scheduled between 8:00 AM and 5:00 PM, while night shooting occurs from approximately 5:00 PM to 9:00 PM.
Timeline:
Start Date: July 1, 2026
End Date: June 30, 2029
Total Duration: Three years, with two optional one-year extensions
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: Lowest responsible bidder
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated; however, ex-offender employees in administrative roles must be fully bonded
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not applicable
Mandatory Licenses: Must be an individual or firm licensed to do business in California and possess all permits required by law for range operations
Required Certifications: Contractor Certification Clauses (CCC 04/2017) and Generative Artificial Intelligence Disclosure (OBS 1000)
Bidder Preferences: 5% Small Business Preference and a 1% to 5% DVBE Incentive for participating bidders
Project Title: CHP MARIN AREA OFFICE - SEWER LINE REPLACEMENT SERVICES
Event ID: 0000038962
Solicitation Number: 26C350002
Agency: Department of California Highway Patrol
Due Date: May 13, 2026, at 11:00 AM PT
Description: The contractor will provide all labor, tools, and equipment to replace main sewer drain lines under the building's concrete slab at the Marin Area Office. The project includes saw cutting/excavating concrete, installing a sewage ejector/grinder pump, and providing temporary VIP restroom facilities.
Timeline:
Start Date: July 1, 2026, or upon DGS approval.
End Date: June 30, 2027.
Total Duration: One year.
Budget:
"Not to Exceed" Amount: Not explicitly stated.
Award Method: Lowest responsible bidder.
Prevailing Wages: Required as determined by the DIR.
Financial Bonds: Payment Bond required for bids over $25,000.
Key Requirements:
Mandatory Pre-Bid Site Inspection: April 28, 2026, at 11:00 AM PT.
Mandatory Licenses: CSLB Class C-36 and C-10.
Required Certifications: DIR Registration; Security Clearance for all personnel.
Bidder Preferences: Mandatory 5% DVBE participation.
Project Title: INVESTIGATION MANAGEMENT SYSTEM IMPROVEMENTS
Event ID: 0000038907
Solicitation Number: RFO 25-1024
Agency: Office of Energy Infrastructure Safety
Due Date: May 11, 2026, at 3:00 PM PT
Description: Contractor to provide software engineering and design services to enhance the agency's Investigation Management System. This requires specialized roles including a UX/Interaction Designer and a Senior Software Engineer.
Timeline:
Start Date: Upon execution of agreement.
End Date: Not explicitly stated.
Total Duration: Based on project deliverables.
Budget:
"Not to Exceed" Amount: Not explicitly stated.
Award Method: Points-based evaluation for technical and cost value.
Prevailing Wages: Not applicable.
Financial Bonds: Not explicitly stated.
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not required.
Mandatory Licenses: Valid IT Consulting-related certifications as per RFO.
Required Certifications: Darfur Contracting Act Certification.
Bidder Preferences: SB and DVBE incentives available for certified firms.
Project Title: KITCHEN HOOD FIRE SUPPRESSION SERVICES
Event ID: 0000038973
Solicitation Number: 26YS0027
Agency: Department of Veterans Affairs (CalVet)
Due Date: May 7, 2026, at 5:00 PM PT
Description: CalVet is seeking bids for routine inspection, maintenance, and necessary repairs for kitchen hood fire suppression systems. All work must be completed according to NFPA standards and relevant local fire codes.
Timeline:
Start Date: Upon contract execution.
End Date: Not explicitly stated.
Total Duration: Multi-year service agreement based on bid terms.
Budget:
"Not to Exceed" Amount: Not explicitly stated.
Award Method: Lowest responsible bidder.
Prevailing Wages: Required for all labor performed under this agreement.
Financial Bonds: Not explicitly stated.
Key Requirements:
Mandatory Pre-Bid Site Inspection: See Section C for meeting dates.
Mandatory Licenses: Appropriate CSLB fire protection license class.
Required Certifications: DIR Public Works Registration; background clearances.
Bidder Preferences: SB and DVBE incentives apply.
Project Title: CHN COMBUSTION ANALYZER
Event ID: 0000038903
Solicitation Number: RFQ #2025188.2
Agency: California Air Resources Board (CARB)
Due Date: May 4, 2026, before 5:00 PM PT
Description: Procurement of a specialized combustion analyzer and related peripherals to support laboratory fuel testing. The bid must include the analyzer unit, precision balance, installation, and a four-year service contract.
Timeline:
Start Date: Upon purchase order approval.
End Date: Delivery within 45 working days of order.
Total Duration: Based on delivery and service contract term.
Budget:
"Not to Exceed" Amount: Not explicitly stated.
Award Method: Lowest responsive and responsible bidder.
Prevailing Wages: Not applicable.
Financial Bonds: Not explicitly stated.
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not required.
Mandatory Licenses: Valid California Sellers/Reseller Permit.
Required Certifications: Civil Rights Laws Certification for bids over $100,000.
Bidder Preferences: SB and DVBE incentives apply.
Project Title: CHP INDIO AREA OFFICE ā CONCRETE REPLACEMENT SERVICES
Event ID: 0000038985
Solicitation Number: 26C350006
Agency: Department of California Highway Patrol
Due Date: May 14, 2026, at 11:30 AM PT
Description: The contractor will provide all labor, tools, equipment, and materials to remove and replace concrete at the Indio Area Office. All work must be completed according to state specifications and comply with local building codes.
Timeline:
Start Date: July 1, 2026, or upon DGS approval.
End Date: June 30, 2027.
Total Duration: One year.
Budget:
"Not to Exceed" Amount: Not explicitly stated.
Award Method: Lowest responsible bidder.
Prevailing Wages: Mandatory rates apply.
Financial Bonds: Payment Bond required if the bid is over $25,000.
Key Requirements:
Mandatory Pre-Bid Site Inspection: April 30, 2026, at 11:00 AM PT.
Mandatory Licenses: CSLB Class B or C-8.
Required Certifications: DIR Registration; background security check.
Bidder Preferences: Mandatory 5% DVBE participation required.
Project Title: CHP SANTA CRUZ AREA OFFICE ā JANITORIAL SERVICES
Event ID: 0000038974
Solicitation Number: 26C665002
Agency: Department of California Highway Patrol
Due Date: May 14, 2026, at 2:00 PM PT
Description: The contractor shall provide all supplies, materials, and labor for janitorial services at the Santa Cruz Area Office. Services are required five days per week, with all work occurring after regular business hours (after 5:00 PM).
Timeline:
Start Date: July 1, 2026, or upon DGS approval.
End Date: June 30, 2028.
Total Duration: Two years.
Budget:
"Not to Exceed" Amount: Not explicitly stated.
Award Method: Lowest responsible bidder.
Prevailing Wages: Not applicable.
Financial Bonds: Not explicitly stated.
Key Requirements:
Mandatory Pre-Bid Site Inspection: April 29, 2026, at 10:00 AM PT.
Mandatory Licenses: Valid local business license.
Required Certifications: Security Clearance for all onsite personnel.
Bidder Preferences: Mandatory 5% DVBE participation required.
Project Title: CHP NEWHALL AREA OFFICE ā JANITORIAL SERVICES
Event ID: 0000038973
Solicitation Number: 26C714001
Agency: Department of California Highway Patrol
Due Date: May 14, 2026, at 2:00 PM PT
Description: Contractor shall provide cleaning services and supplies for the Newhall Area Office to maintain a professional and sanitary environment. Work involves standard janitorial tasks five days per week after regular office hours.
Timeline:
Start Date: July 1, 2026.
End Date: June 30, 2028.
Total Duration: Two years.
Budget:
"Not to Exceed" Amount: Not explicitly stated.
Award Method: Lowest responsible bidder.
Prevailing Wages: Not applicable.
Financial Bonds: Not explicitly stated.
Key Requirements:
Mandatory Pre-Bid Site Inspection: April 28, 2026, at 10:00 AM PT.
Mandatory Licenses: Valid business license.
Required Certifications: Background and driver license security clearance.
Bidder Preferences: Mandatory 5% DVBE participation required.
Project Title: CHP MONTEREY AREA OFFICE ā PAVEMENT MAINTENANCE SERVICES
Event ID: 26-049
Solicitation Number: 26C350003
Agency: Department of California Highway Patrol
Due Date: May 13, 2026, at 11:30 AM PT
Description: Resealing and restriping of the Monterey Area Office parking lot. The scope includes cleaning the area, repairing cracks, and applying seal coat and paint according to state specifications.
Timeline:
Start Date: July 1, 2026.
End Date: June 30, 2027.
Total Duration: One year.
Budget:
"Not to Exceed" Amount: Not explicitly stated.
Award Method: Lowest responsible bidder.
Prevailing Wages: Required as determined by the DIR.
Financial Bonds: Payment Bond required for bids over $25,000.
Key Requirements:
Mandatory Pre-Bid Site Inspection: April 29, 2026, at 1:30 PM PT.
Mandatory Licenses: CSLB Class B or C-12.
Required Certifications: DIR Registration and driver license security check.
Bidder Preferences: Mandatory 5% DVBE participation required.
All Bids posted 4/18/2026
Project Title: Informal RFQ Laboratory Supplies - 3 Year Term
Event ID: P25-1208B
Solicitation Number: P25-1208B
Agency: California Department of Food & Agriculture (CDFA)
Due Date: May 5, 2026, at 12:00 PM PT
Description: This request is for a three-year term purchase order for laboratory supplies and reagents. Items will be ordered on an as-needed basis up to maximum quantities, and no alternatives to the listed reagents will be accepted. All questions and submissions must be handled via email.
Timeline:
Start Date: May 10, 2026
End Date: May 9, 2029
Total Duration: Three (3) years or until funds have been depleted
Budget:
"Not to Exceed" Amount: Not explicitly stated
Award Method: All or None
Prevailing Wages: Not explicitly stated
Financial Bonds: Not explicitly stated
Key Requirements:
Mandatory Pre-Bid Site Inspection: Not explicitly stated
Mandatory Licenses: California Seller's Permit
Required Certifications:
Attachment A, GSPD-05-105 Bidder Declaration
Attachment B, Recycling Content Certification
Attachment C, Darfur Contracting Act Certification
Attachment D, Generative Artificial Intelligence (GenAI) Disclosure
Payee Data Record (STD 204)
Unique Entity Identification (UEI) number (required if federally funded)
Bidder Preferences:
5% Small Business Preference
5% Non-Small Business Subcontractor Preference (25% participation)
DVBE Incentive (1% to 5% scale)
Formatting Constraints:
Detailed Quote: Bidders must include a detailed price quote on company letterhead with the bid package.
Shipping: Only bid responses quoting F.O.B. Destination will be accepted.
Official Forms: Only responses submitted on State-provided "Request for Quotation" forms will be considered.
Important Dates:
Questions Due: April 23, 2026, at 12:00 PM PT
Q&A Addendum Published: April 29, 2026
4/17/2026
Project Title: IFB OEPM 25016, Fencing Services
Event ID: 0000038909
Solicitation Number: OEPM 25016
Agency: Office of Exposition Park Management (OEPM)
Due Date: Thursday, 05/07/2026, at 2:00pm
Description: The Office of Exposition Park Management (OEPM) is soliciting bids to install and repair bollards, chain link, and wrought iron fencing to secure access to parking areas and prevent unauthorized vehicle intrusions. The Contractor shall provide all labor, tools, materials, transportation, and travel time necessary for the project. Work shall take place from 8:00 am to 5:00 pm, Monday through Friday, excluding State Holidays.
Timeline:
Start Date: Agreement shall tentatively begin on May 19, 2026.
End Date: June 30, 2027.
Total Duration: Approximately 13 months, with all work to be completed within 180 days of the Notice to Proceed.
Budget:
"Not to Exceed" Amount: Not explicitly stated.
Award Method: Award will be made to the responsive bidder with the lowest cost bid.
Prevailing Wages: Contractor is required to comply with prevailing wage rates and all contractors/subcontractors must register with the Department of Industrial Relations (DIR).
Financial Bonds: If the awarded contract is in excess of $25,000, the winning bidder must provide a Payment Bond equal to 100% of the total contract amount within ten (10) business days of award.
Key Requirements:
Mandatory Pre-Bid Site Inspection: 04/24/2026 at 10:00 a.m. at 700 Exposition Park Drive, Los Angeles, CA 90037.
Mandatory Licenses: Bidder must have and continuously maintained a C-23 Ornamental Metals License, A - General Engineering Contractor, or B - General Building Contractor License for a minimum of three (3) years.
Required Certifications: Bidder must submit a minimum of two (2) references for similar services performed within the last three (3) years.
Bidder Preferences: A 5% preference is available for certified Small Businesses (SB) or Microbusinesses (MB). While there is no Disabled Veteran Business Enterprise (DVBE) participation requirement, an incentive of up to 5% applies for DVBE participation.
More info
Project Title: CHP Solano Area office - Roof Maintenance Services
Event ID: 0000038909
Solicitation Number: 26C365000
Agency: California Highway Patrol (CHP)
Due Date: May 21, 2026, at 1:00 P.M.
Description: The contractor shall provide annual roof maintenance services for the CHP Solano Area office and all detached outbuildings. Tasks include inspecting roofs for deficiencies, cleaning all gutters and downspouts, inspecting interiors for water penetration, and providing a detailed inspection checklist with photographs . Work must be performed during normal business hours, 8:00 a.m. to 5:00 p.m., Monday through Friday.
Timeline:
Start Date: October 1, 2026, or upon approval, whichever is later.
End Date: September 30, 2029.
Total Duration: Three years.
Budget:
"Not to Exceed" Amount: Not explicitly stated (to be determined upon award).
Award Method: Lowest responsive and responsible bidder.
Prevailing Wages: Required; the project is classified as a public work subject to DIR monitoring.
Financial Bonds: Not explicitly required in the provided sections, though contractors must cover their own permit and license fees.
Key Requirements:
Mandatory Pre-Bid Site Inspection: May 7, 2026, at 1:00 P.M. at 3050 Travis Blvd., Fairfield, CA 94534 .
Mandatory Licenses: Valid California Contractors State License Board (CSLB) C-39 Roofing Contractor License.
Required Certifications: DIR Registration , Secretary of State Good Standing (for corporations) , and a clear driver license check for all personnel.
Bidder Preferences: 5% Small/Micro Business preference; 5% Non-Small Business Subcontractor preference (if 25% of work is subcontracted to SBs) ; and a DVBE Incentive (participation requirement is waived, but incentive still applies) .