Bids & RFPs
- Public Bids/Surplus Property
- Request for Proposal - Dairy Vendor
- Request for Proposal - Primary Vendor Chemical Bid
Public Bids/Surplus Property
Surplus Bus Auction
- Bids open Tuesday, March 10, 2026
- Bids close @ 2:00 p.m. on Friday, March 13, 2026
- Pick up will be coordinated by the Transportation Department, 417-582-4735
- $1,000.00 minimum bid for each bus. Please provide the dollar amount you wish to pay for each bus. Highest bidder will be awarded the bus.
Request for Proposal - Dairy Vendor
RFP for Dairy Vendor Bid Request
RFP Dairy Vender RFP Dairy Products
Ozark R-VI School District is interested in receiving a five year bid for dairy purchases for the 2026-2027, 2027-2028, 2028-2029, 2029-2030 and 2030-2031 school year. The markup/margin will remain consistent for the length of the bid. Exceptions would be market items or an “Act of God”. Any increases to the margin/markup will be discussed and agreed upon by both parties before the start of each school year and there will be an annual renewal. Ozark R-VI will consider each of the following when awarding the bid: price, quality, availability of product and customer service. The contract will be awarded to the lowest responsive and responsible bidder or bid/offer most advantageous to the program with price and other factors considered. The price of the products will be the main deciding factor when awarding the contract. See the below scoring rubric.
● Price 51 points
● Quality 30 points
● Availability of Product 10 points
● Customer Service 9 points
Please provide quotations by unit for the following:
Half-Pint Cartons (must meet USDA guidelines)
whole, white and flavored
2%, white and flavored
1%, white and flavored
skim, white and flavored
Ice Cream Novelties (must meet Smart Snack guidelines)
Include a complete product list with ingredient and nutritional information.
Ozark Schools has one preschool, four elementary schools, one middle school, one junior high and two high school buildings with a current enrollment of nearly 6,000 students. All schools serve breakfast (approx. 1,000 meals/day) and lunch (approx. 2,900 meals/day). A la carte items that meet the smart snack guidelines are offered in the high school, Innovation Center and junior high with lesser amounts in the middle school.
The distributor selected will deliver to each of the nine buildings once a week during the school year and to select school locations during summer school. School calendar enclosed.
Please answer the following questions about your business and service level to the best of your ability. Include the responses with the sealed bid.
1. Will you be able to deliver to each school twice a week within the delivery window expectations (4 am-10 am)?
2. Will your driver(s) deliver product within the storage location (Walk-in Cooler and/or Milk Cooler)?
3. If a second delivery is needed, how will this be handled? Does your company expect a minimum delivery dollar amount or case count? If so, how much?
4. How do you handle fuel surcharges?
5. Provide a copy of the distributors HACCP plan/guidelines.
6. Once the produce structure is determined, how will you handle price adjustments from manufacturers to Ozark Schools?
7. Do you rotate the product and offer credit for outdated products?
8. All products bid must meet the Buy American Provision Requirements set forth by the USDA per Memo Code: SP-24-2016. School food authorities must purchase, to a maximum extent practicable, domestic commodities or products when available. Using food products from local sources supports small local farmers and provides healthy choices for children in the school meal programs. Purchasing from these entities also supports the local economy. Compliance with the Buy American provision may also encourage SFAs to work with local, or small, minority and women-owned businesses. Federal regulations require SFAs to take all necessary affirmative steps, when possible, to assure that small, minority, and women-owned business enterprises are used (2 CFR Part 200.321)
Documented Non-Domestic Food Items
(1) The prime vendor is required to provide documentation to the district in advance, for any substituted domestic foods.
(2) The prime vendor will provide written consideration for a substitute domestic food if available. The vendor must have approval in advance, for the substitution of any domestic food.
(3) The district requires written documentation for the use of a non-domestic food item over a domestic food item, due to a domestic food item having a significantly higher price.
(4) Documentation of a non-domestic food item alternative due to the domestic food is not produced or manufactured in sufficient and reasonable available quantities of a satisfactory quality.
9. Contracts for more than the simplified acquisition threshold, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate.
10. All contracts in excess of $10,000 must address termination for cause and for convenience by the non-Federal entity including the manner by which it will be effected and the basis for settlement.
11. Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.”
12. Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency.
13. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence.
14. Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of “funding agreement” under 37 CFR § 401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency.
15. Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended - Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA).
16. Debarment and Suspension (Executive Orders 12549 and 12689) - A contract award (see 2 CFR 180.220) must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549.
17. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352) - Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award.
18. Ozark School District uses a variety of name brand food items during the school year. If one or more of these items are not available, a like item with the same quality can be substituted. The substituted item must meet USDA guidelines and be approved by the Director of Nutrition. The unavailable item must have the SAME substitute each time.
19. Ozark School District work hours for Nutrition Services are 5:30 am to 2:15 pm, and Ozark School District’s general hours of operation are 7:00 am to 3:00 pm.
The BID SHEETS and "distributor information” are due by 2 pm on Friday April 10, 2026. Please return a sealed bid to 1600 West Jackson Street, Ozark, MO 65721. The business will be awarded no later than May 1st. All companies will be contacted with results. Should you have any questions, please contact me by phone or email.
Thank you,
Cheryl Johnson
Director Nutrition Services
cheryljohnson@ozarktigers.org
417-582-5967 USDA
Request for Proposal - Primary Vendor Chemical Bid
RFP for Primary Vendor Chemical Bid
RFP Chemical RFP Chemical Products
Ozark R-VI School District is interested in receiving a five year bid for chemical purchases for the 2026-2027, 2027-2028, 2028-2029, 2029-2030 and 2030-2031 school year. The markup/margin will remain consistent for the length of the bid. Exceptions would be market items or an “Act of God”. Any increases to the margin/markup will be discussed and agreed upon by both parties before the start of each school year and there will be an annual renewal. Ozark R-VI will consider each of the following when awarding the bid: price, quality, availability of product and customer service. The contract will be awarded to the lowest responsive and responsible bidder or bid/offer most advantageous to the program with price and other factors considered. The price of the products will be the main deciding factor when awarding the contract. See the below scoring rubric.
● Price 51 points
● Quality 30 points
● Availability of Product 10 points
● Customer Service 9 points
Attached are product specifications with approximate annual usage for a sampling of frequently used items. Ozark Schools has one preschool, three elementary schools, one junior high and two high school buildings with a current enrollment of nearly 6,000 students. All schools serve breakfast (approx. 1,000 meals/day) and lunch (approx. 2,900 meals/day).
DISTRIBUTOR INFORMATION
Please answer the following questions about your business and service level to the best of your ability. Include the responses with the sealed bid.
1. Will you be able to deliver bi-weekly within the delivery window expectations (5:30 am - 2:15 pm)? What will be the delivery day?
2. Will your driver(s) deliver product within the storage location or drop inside the kitchen door?
3. What is the turn-around time from ordering to delivery? What is the timeline if changes need to be made on an order?
4. How do you handle fuel surcharges?
5. Once the product structure is determined, how will you handle price adjustments from manufacturers to Ozark Schools?
6. Are price changes noted on the monthly order guide? If not, please describe your company’s process.
7. Provide a copy of the distributor's HACCP plan/guidelines.
8. Contracts for more than the simplified acquisition threshold, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate.
9. All contracts in excess of $10,000 must address termination for cause and for convenience by the non-Federal entity including the manner by which it will be effected and the basis for settlement.
10. Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.”
11. Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency.
12. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence.
13. Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of “funding agreement” under 37 CFR § 401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency.
14. Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended - Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA).
15. Debarment and Suspension (Executive Orders 12549 and 12689) - A contract award (see 2 CFR 180.220) must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549.
16. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352) - Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award.
17. Ozark School District work hours for Nutrition Services are 5:30 am to 2:15 pm, and Ozark School District’s general hours of operation are 8:00 am to 4:00 pm.
The BID SHEETS and "distributor information” are due by 2 pm on Friday April 10, 2026. Please return a sealed bid to 1600 West Jackson Street, Ozark, MO 65721. The business will be awarded no later than May 1st. All companies will be contacted with results. Should you have any questions, please contact me by phone or email.
Thank you,
Cheryl Johnson
Director Nutrition Services
cheryljohnson@ozarktigers.org
417-582-5967
