SLED Opportunity · FLORIDA · PINELLAS COUNTY

    26-0449-RFP Rapid Rehousing Fiscal Administration & Service Provider Collaborative Program

    Issued by Pinellas County
    countyRFPPinellas CountySol. 248223
    Closed
    STATUS
    Closed
    due Apr 21, 2026
    PUBLISHED
    Mar 24, 2026
    Posting date
    JURISDICTION
    Pinellas County
    county
    NAICS CODE
    624229
    AI-classified industry

    AI Summary

    Pinellas County seeks proposals for a Rapid Rehousing Program involving service provision and fiscal administration to support homeless households in securing stable housing. The program requires coordination between service providers and fiscal administrators, with evaluation based on qualifications, experience, approach, deliverables, and compensation.

    Opportunity details

    Solicitation No.
    248223
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    March 24, 2026
    Due Date
    April 21, 2026
    NAICS Code
    624229AI guide
    Jurisdiction
    Pinellas County
    State
    Florida
    Agency
    Pinellas County

    Description

    Pinellas County Human Services is seeking proposals to operate a Rapid Rehousing (RRH) Program. The RRH model requires two distinct but coordinated roles: (1) Rapid Rehousing Service Provider responsible for direct client engagement, housing navigation, case management, and service coordination; and (2) a Fiscal Administrator responsible for managing and dispersing financial assistance on behalf of the program. Provider(s) shall work together to provide effective service delivery to clientele and fiscal administration overseeing payment processing, while maintaining clear separation of roles and responsibilities. Contract awards for the RRH Service Provider and Fiscal Administrator may be awarded to 1 or more organizations.

    Successful candidate(s) will work directly with the local Coordinated Entry system to facilitate RRH in accordance with best practices and locally established guidelines.  Pinellas County will oversee the provider agreement(s), deliverables, and outcomes reporting; however, the candidate(s) will be expected to coordinate with the Pinellas County Continuum of Care (COC), as appropriate, to ensure alignment with system goals and evolving system activities.

     

    Intent:

    Pinellas County Human Services is seeking proposals from qualified organizations to deliver Rapid Rehousing services that support households experiencing homelessness in securing and maintaining stable housing. Through this solicitation, the County seeks providers with demonstrated experience in housing navigation, landlord engagement, service coordination, and financial administration necessary to support the timely delivery of rental assistance and stabilization services.

    The RRH model requires two distinct but coordinated roles: (1) Rapid Rehousing Service Provider responsible for direct client engagement, housing navigation, case management, and service coordination; and (2) a Fiscal Administrator responsible for managing and dispersing financial assistance on behalf of the program. Provider(s) shall work together to provide effective service delivery to clientele and    fiscal administration overseeing payment processing, while maintaining clear separation of roles and responsibilities. Contract awards for the RRH Service Provider and Fiscal Administrator may be awarded to 1 or more organizations.

    Background

    Rapid Rehousing (RRH) is a key component of Pinellas County’s system of care for individuals and families with minor age children experiencing homelessness. The program provides short- to medium-term rental assistance and individualized case management designed to help households quickly exit homelessness and achieve housing stability. Through coordinated partnerships with community providers and landlords, RRH assists households in identifying and securing housing opportunities, navigating the rental market, and addressing barriers to housing placement. This housing-focused intervention supports the priorities of the Pinellas Homeless Continuum of Care (CoC) and the Board of County Commissioners’ strategic focus on reducing homelessness by shortening the length of time residents remain unhoused while promoting long-term housing stability through connection to community-based services.

     

    Pinellas County has supported Rapid Rehousing initiatives for several years as part of the community’s broader response to homelessness. Through partnerships with experienced service providers and fiscal administrators, the County has worked to deliver rental assistance and housing stabilization services to households in need. These efforts have been implemented in coordination with the local Coordinated Entry system and in alignment with the priorities of the CoC.

     

    As the community’s homelessness response system continues to evolve, the County remains committed to strengthening partnerships and exploring opportunities to leverage additional public or community investments that support housing stabilization efforts. Responding organizations should demonstrate the capacity to effectively administer program services and adapt to potential increases in program resources or partnerships that may enhance service delivery. The County seeks to invest in providers and partnerships that deliver responsive and effective Rapid Rehousing services for Pinellas County residents experiencing homelessness.

    Project Details

    • Reference ID: 26-0449-REQ
    • Department: HUMAN SERVICES
    • Department Head: Karen Yatchum (Director)

    Important Dates

    • Questions Due: 2026-04-07T14:00:00.000Z

    Addenda

    • Addendum #1 (released 2026-03-27T11:45:04.148Z) —

      Please use the See What Changed link to view all the changes made by this addendum. The price page has been revised to break down costs more accurately.

    • Official Notice #1: Bid Due Date Reminder - Tuesday, April 21, 2026 at 3:00 P.M. E.T. (released 2026-04-20T10:49:20.634Z) —

      Just a friendly reminder: if you plan to participate in this solicitation and have not already submitted your response, it is currently scheduled to close tomorrow, Tuesday, April 21, 2026, at 3:00 pm. Please be sure to submit your proposal before the 3:00 deadline. 

    • Addendum #2 (released 2026-04-09T16:27:10.922Z) —

      Final Q&A Response

    • Addendum #3 (released 2026-04-20T18:57:56.206Z) —

      Please use the See What Changed link to view all the changes made by this addendum. Bid due date extended, and the price page in the vendor questionnaire section has been replaced. Please use the new price page.

    Evaluation Criteria

    • Qualifications (250 pts)

      The criteria listed below will be used by the County to evaluate and score responsive proposals. Proposers shall include sufficient information to allow the County to thoroughly evaluate and score their proposals. Each proposal submitted shall be evaluated and ranked by an evaluation committee.

      For evaluation purposes, each component will be reviewed and scored independently. Proposals must clearly address the requirements of each component for which the Proposer is submitting.

      While Rapid Rehousing Service Provider and Fiscal Administrator functions are integral to the overall success of the Rapid Rehousing program, scores will not be combined across components. An evaluation score for one component will not influence or offset the score for the other component.

      The contract will be awarded to the most qualified proposer(s) to ensure strong fiscal oversight, service delivery quality, and coordinated program implementation in alignment with County objectives per the following evaluation criteria:

      Proposer(s) shall submit a detailed proposed Scope of Work that enumerates and defines the work/services that proposer(s) will provide to the County to complete the Scope of Work in this RFP, including each deliverable, and/or goods or services. Proposer(s) will provide a narrative describing the approach and methodology and/or manner in which the requirements will be satisfied. The Proposer’s Scope of Work shall be in a form that can be incorporated into the Agreement at the County’s option.

      Proposer(s) should submit a detailed statement describing the Proposer’s ability to meet minimum qualifications and describe experience in providing the same or similar services as outlined in the Scope of Work. This description should include the Proposer’s demonstrated experience and knowledge of the industry, and the services outlined in the requirements, as well as a summary of key staff qualifications. Statements will be evaluated on the quality and responsiveness of the following:

      (1). Proposal Area 1: Rapid Rehousing Fiscal Administrator (RRFA)

      1. Proposers must demonstrate their experience and qualifications necessary to successfully fulfill the scope of work.
      2. Proposer must provide supporting documentation outlining number of years of experience providing fiscal administration.
      3. Proposer must provide evidence of licensure, accreditation, or certifications as applicable.
      4. Proposer must provide summary of key staff qualifications and at least two years of experience. 

      (2). Proposal Area 2: Rapid Rehousing Service Provider (RRSP)

      1. Proposers must demonstrate their experience and qualifications necessary to successfully fulfill the scope of work.
      2. Proposer has location of physical space available in Pinellas County and has ready for use for the provision of Rapid Rehousing services, as described in this request, at the start of the Contract Term.
      3. Proposer must demonstrate experience in working with residents experiencing chronic homelessness.  
      4. Proposer provided supporting documentation outlining number of years of experience delivering case management, housing navigation, housing stability services, and supportive services, as applicable.
      5. Proposer must provide summary of key staff qualifications and at least two years of experience
      6. Describe the organization’s emergency preparedness plan, including response protocols for disasters, extreme weather, public health emergencies, and security threats. Outline staff training and procedures for ensuring continuity of services during crisis. Including coordination efforts with local emergency management agencies, first responders, and community partners to ensure effective response. Provide examples of past emergency response efforts, if applicable.  
    • Experience with Target Population (100 pts)

      A separate statement describing the Proposer’s qualifications and experience in providing the same or similar services as outlined in the RFP Scope of Work. The evaluation committee will evaluate the experience the proposer has had working with the targeted population and services listed in the proposal. Details of the Proposer’s experience that meets this requirement should be provided in narrative form and in sufficient detail, so the evaluation committee is able to judge its complexity and relevance. Where possible, this should include previous or current programs providing the same or similar services, and the number of years of experience in providing the same or similar services.

    • Approach / Statement of Work (250 pts)

      Proposer shall provide a detailed statement (written narrative) outlining their approach and methodology that enumerates and defines the work/services that Proposer will provide to the County to complete the Scope of Work in this RFP. Include each task, deliverable, and/or products comprising the services the Proposer will provide, as well as a narrative describing the methods and/or manner in which the requirements will be satisfied. A completion schedule for each task or deliverable, if applicable, should be included. The Proposer’s Statement of Work shall be in a form that can be incorporated into the Services Agreement at the County’s option. 

       

      RRFA proposer(s) must demonstrate how their fiscal administration model supports timely, accurate, compliant financial assistance administration and aligns with County requirements.

       

      RRSP proposer(s) must describe how their proposed RRH model aligns with current HUD strategies for reducing homelessness and aligns with County requirements.

    • Deliverables (200 pts)
      1. Proposer(s) must provide a detailed response outlining their approach to meeting each expected deliverable. Responses should be clear, concise, and supported by evidence, such as past performance, case studies, or data-driven strategies.
      2. Complete Logic model, Attachment 1, aligned with the Scope and Deliverables of this RFP that clearly illustrates the programs inputs, activities, demographics, and proposed outcomes.
        1. Proposers are encouraged to identify and propose any additional performance measures, benchmarks, or reporting elements that would strengthen program effectiveness or impact.  
        2. Proposers will be expected to work closely with Human Services Planning and Quality Assurance staff to exchange data provided by the various data sources.
      3. Proposers should describe their data collection processes and continuous improvement procedures including entry into HMIS demonstrating their ability to collect and report on all Deliverables in this RFP.
    • Compensation (150 pts)
      1. Proposers should complete the budget summary attachment and service checklist in Attachment 3. Proposers must complete the attachment applicable to the section(s) for which they are submitting a proposal.
      2. Proposers shall provide a breakdown of the costs that comprise the rate, with consideration of additional funding that may support services.
      3. Proposed expenditures should include any and all annual increases contemplated to ensure fair and equitable pricing over the period of the contract.
    • No Exceptions to RFP (50 pts)

      Proposer is advised that exceptions to any terms and conditions contained in this RFP or the Services Agreement must be stated with specificity in its response to the RFP. The points available under this criterion will be deducted if the Proposer takes exception to any language to this RFP package. Failure to provide exceptions with the submittal shall result in the mandatory acceptance of the agreement as submittedherein by default. Exceptions must be submitted on a separate sheet titled: exceptions.

    Submission Requirements

    • VENDOR QUESTIONNAIRE

      Respondents are expected to organize their submittals in such a manner as to facilitate the evaluation process. Submittals should be keyed or indexed to correspond with this solicitation. Responses should be correlated to the specific submittal, criterion, section or paragraph number of the solicitation being addressed.

      Evaluators will make a reasonable effort to locate information in the responses; however failure to follow this suggested format may make location of critical submittal information difficult, possibly resulting in a loss of appropriate credit.

      Additional documentation may be requested by the County to ensure contract compliance.

    • CONTRACTOR ACCEPTANCE FORM (required)

      Download the below documents, complete, and upload.

    • OPENGOV ELECTRONIC PRICING PROPOSAL AND DELIVERY DAYS (required)

      See OpenGov electronic Pricing Proposal. Pricing must be submitted within the OpenGov electronic Pricing Proposal and all pricing must be completed.

      An award may not be issued without proof that your firm is registered with the Florida Division of Corporations, as per Florida Statute §607.1501 www.flsenate.gov/Laws/Statutes/2011/607.1501.

      A foreign corporation (foreign to the State of Florida) may not transact business in this state until it obtains a certificate of authority from the Department of State. Please visit dos.myflorida.com/sunbiz/ for this information on how to become registered.

    • SUBMITTAL DOCUMENTS (required)

      Upload all other documents relating to this solicitation. Please do not submit any documents with any copyright, confidential, trademark, or proprietary language. Fla. Stat. Ch. 119 imposes substantial obligations on the County and other regulated entities regarding the maintenance and production of public records. The County cannot agree to confidentiality requirements that are contrary to these laws.  

       

      Please "tab" response to correspond to the Evaluation Criteria of this RFP: Please note the total submission shall not exceed 50 pages.

       

      These should match/include at a minimum the evaluation criterion items.
      Tab 1 – Qualifications
      Tab 2 – Experience With Target Population
      Tab 3 – Approach / Statement of Work
      Tab 4 – Deliverables
      Tab 5 – Compensation

      Tab 6 – No Exceptions

      Any additional information the Proposer wishes to provide.

      Upload all other documents relating to this solicitation.

    • Revised - Price Page / Budget Template via Addendum No. 3 (required)

      Please download the documents below, complete them, and upload. This price page must be completed and submitted in this Excel Document format for consideration of the proposal.

    • Attachments (required)

      Please note there are three attachments/affidavits which will have to be completed and signed by the AWARDEE.

       

      1. Common Carrier Attestation

      2. Human Trafficking Affidavit

      3. Foreign Countries of Concern Affidavit

       

      Please confirm that you have read and understand that these documents will be required of the AWARDEE.

      Please confirm

    • RFN - PROPOSAL FORM (required)

      Download the below documents, complete, and upload.

    • Solicitation Type (required)
    • Description of property (required)

      Provide description. If real property, include parcel number, size, zoning, land use, location, utilities, and any additional land use information.

      Example:

      Parcel Number: 33/29/16/70380/400/0201

      Size: 9.527 Acres (M.O.L.) (414,996 square feet)

      1.157 Acres (Jurisdictional Offset Area)

      8.37 Acres Usable (364,597 square feet)

      (includes four man-made retention ponds containing 1.18 acres)

      Zoning: Industrial (M-2)

      Land Use: Industrial Limited

      Location: 900 front feet east of Bayside Bridge, north of Roosevelt Boulevard and west of Airport.

      Utilities: Pinellas County Water & City of Largo Sewer at site.

      Additional Land Use Information: The Airport Master Plan has identified this property for future non-aeronautical development.

    • Minimum Bid (required)

      Provide the minimum bid amount in dollars.

    • Removal of surplus

      If there is surplus to be removed, provide description of surplus.

    • Contract Deadline (required)

      Successful bidder will be required to execute the Contract substantially similar in form to the one attached hereto within ___ days of the notification of the award.

    • Security Forfeiture (required)

      If within _____ days after notification by Pinellas County of the award, the successful Bidder refuses or otherwise neglects to execute the required written Contract and/or fails to furnish or satisfy any other conditions or requirements of this Bid, the Bidder’s Deposit shall be forfeited and the same shall be retained by Pinellas County. No plea of mistake in the bid or misunderstanding of the conditions of forfeiture shall be available to the Bidder for the recovery of his/her/its bid security or as a defense to any action based upon the neglect or refusal to execute a written contract.

    • Recent Appraisal Values
    • Evaluation Criteria Type (required)

      Which set of evaluation criteria will be included? If Selecting CCNA, do not alter the evaluation criteria.

    • PRICING/PERIOD OF CONTRACT (required)

      Is this a one time or term contract?

    • TERM (required)

      Enter the initial term of the contract, without including any extensions, in months or days.

      Ex: 60 months

    • CPI STD Index

      Duration of the contract shall be for a period of (TERM) with unit prices adjustable (decrease/increase) at (Frequency of escalation) after the date of award (Frequency One-Time OR Annual), in an amount not to exceed the average of the Consumer Price Index (CPI) or (NTE percentage), whichever is less, for all Urban Consumers, Series Id: CUUR0000SA0, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior.

      It is the vendor’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence annually, the vendor’s request for adjustment shall be submitted between 90-120 day(s) prior to contract anniversary date, utilizing the available index at the time of request. The vendor adjustment request shall not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume the vendor has agreed to continue without a pricing adjustment. Any adjustment request received outside of the 90-120 day(s) period above shall not be considered. County has the right to request pricing decreases at any time.

    • Frequency of escalation CPI STD Term (required)

      with unit prices adjustable at ___ after the date of award

      Example: 12 months

    • CPI STD Frequency: One Time or Annually (required)

      after the date of award (Frequency One-Time OR Annual), in an amount not to exceed the average of the Consumer Price Index (CPI)

    • NTE percentage CPI STD Term (required)

      in an amount not to exceed the average of the Consumer Price Index (CPI) or ___ whichever is less, for all Urban Consumers, Series Id: CUUR0000SA0, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior.

      Example: 5%

    • CPI Special Index

      Duration of the contract shall be for a period of (TERM) with unit prices adjustable at (Frequency of escalation) after the date of award (Frequency One-Time OR Annual), in an amount not to exceed the average of the Consumer Price Index (CPI) or (NTE percentage), whichever is less, for (Custom index), Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior.

      It is the vendor’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence annually, the vendor’s request for adjustment shall be submitted between 90 -120-day(s) prior to contract anniversary date, utilizing the available index at the time of request. The vendor adjustment request shall not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume the vendor has agreed to continue without a pricing adjustment. Any adjustment request received outside of the 90 - 120-day(s) period above shall not be considered. County has the right to request pricing decreases at any time.

    • Frequency of escalation CPI SP Term (required)

      ... with unit prices adjustable at ___ after the date of award

      Example: 12 months

    • CPI Special Frequency: One Time or Annually (required)

      after the date of award (Frequency One-Time OR Annual), in an amount not to exceed the average of the Consumer Price Index (CPI)

    • NTE percentage CPI SP Term (required)

      in an amount not to exceed the average of the Consumer Price Index (CPI) or ___ , whichever is less ...

      Example: 5%

    • Custom index CPI SP Term (required)

      for all Urban Consumers, Series Id: __________, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior.

      Example: CURR0100AA2

    • PPI Special Index

      Duration of the contract shall be for a period of (TERM) with unit prices adjustable at (Frequency of escalation) after the date of award (Frequency One-Time OR Annual), in an amount not to exceed the average of the Producer Price Index (PPI) or (NTE percentage), whichever is less, for (Custom index) Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior.

      It is the vendor’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence annually, the vendor’s request for adjustment shall be submitted between 90-120 day(s) prior to contract anniversary date, utilizing the available index at the time of request. The vendor adjustment request shall not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume the vendor has agreed to continue without a pricing adjustment. Any adjustment request received outside of the 90-120 day(s) period above shall not be considered. County has the right to request pricing decreases at any time.

    • Frequency of escalation PPI SP Term (required)

      ... with unit prices adjustable at ___ after the date of award

      Example: 12 months

    • PPI Special Frequency: One Time or Annually (required)
    • NTE percentage PPI SP Term (required)

      in an amount not to exceed the average of the Producer Price Index (PPI) or ___, whichever is less, for ...

      Example: 5%

    • Custom index PPI SP Term (required)

      for all Urban Consumers, Series Id: __________, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior.

      Example: PCU3259--3259- Other chemical product & preparation mfg

    • TERM EXTENSION(S) OF CONTRACT (required)

      Does this contract have term extensions?

    • No Term Extensions (required)
    • No CPI

      The contract may be extended subject to written notice of agreement from the County and successful bidder, for (Number of Extensions) additional (Term of Extensions) period(s) beyond the primary contract period. The extension shall be exercised only if all prices, terms and conditions remain the same and approval is granted by the County Administrator or Director of Purchasing.

    • Number of Extensions No CPI (required)

      The contract may be extended subject to written notice of agreement from the County and successful bidder, for ______________ additional

      Example: 2

    • Term of Extensions No CPI (required)

      additional ___________ period(s) beyond the primary contract period. The extension shall be exercised only if all prices, terms and conditions remain the same and approval is granted by the County Administrator or Director of Purchasing.

      Example: 12 month

    • CPI Standard

      The contract may be extended subject to written notice of agreement from the County and the successful bidder(s) for (Number of Extensions) additional for (Extension Length) period(s) beyond the primary contract period. Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Consumer Price Index (CPI) or (NTE percentage), whichever is less, for all Urban Consumers, Series Id: CUUR0000SA0, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior to extension. The extension shall be exercised only if all terms and conditions remain the same and the County Administrator or Director of Purchasing grants approval.

      It is the vendor’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised extension period, the vendor’s request for adjustment should be submitted at time of the extension request from the County, utilizing the available index at the time of request. The vendor adjustment request should not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume the vendor has agreed that the extension term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new extension period may not be considered. County has the right to request pricing decreases at any time.

    • Number of extensions CPI STD Ext (required)

      The contract may be extended subject to written notice of agreement from the County and the successful bidder(s) for ___ additional

      Example: 2

    • Length of extension CPI STD Ext (required)

      ______ period(s) beyond the primary contract period. Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Consumer Price Index (CPI) or ...

      Example: 12 month

    • NTE percentage CPI STD Ext (required)

      Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Consumer Price Index (CPI) or ___, whichever is less,

      Example: 5%

    • CPI Special

      The contract may be extended subject to written notice of agreement from the County and the successful bidder(s) for (Number of extensions) additional (Extension length) period(s) beyond the primary contract period. Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Consumer Price Index (CPI) or (NTE percentage), whichever is less, (Custom Index CPI) Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior. The extension shall be exercised only if all terms and conditions remain the same and the County Administrator or Director of Purchasing grants approval.

      It is the vendor’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised extension period, the vendor’s request for adjustment should be submitted at time of the extension request from the County, utilizing the available index at the time of request. The vendor adjustment request should not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume the vendor has agreed that the extension term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new extension period may not be considered. County has the right to request pricing decreases at any time.

    • Number of extensions CPI SP Ext (required)

      The contract may be extended subject to written notice of agreement from the County and the successful bidder(s) for ___ additional...

      Example: 2

    • Extension length CPI SP Ext (required)

      ___ period(s) beyond the primary contract period. Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Consumer Price Index (CPI) or ...

      Example: 12 month

    • NTE percentage CPI SP Ext (required)

      Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Consumer Price Index (CPI) or ___, whichever is less ...

      Example: 5%

    • Custom Index CPI SP Ext (required)

      for all Urban Consumers, Series Id: __________, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior.

      Example: CURR0100AA2...

    • PPI Special

      The contract may be extended subject to written notice of agreement from the County and the successful bidder(s) for (Number of extensions) additional (Extension length)period(s) beyond the primary contract period. Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Producer Price Index (PPI) or (NTE percentage), whichever is less, (Custom Index PPI) Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior. The extension shall be exercised only if all terms and conditions remain the same and the County Administrator or Director of Purchasing grants approval.

      It is the vendor’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised extension period, the vendor’s request for adjustment should be submitted at time of the extension request from the County, utilizing the available index at the time of request. The vendor adjustment request should not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume the vendor has agreed that the extension term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new extension period may not be considered. County has the right to request pricing decreases at any time.

    • Number of extensions PPI SP Ext (required)

      The contract may be extended subject to written notice of agreement from the County and the successful bidder(s) for ___ additional...

      Example: 2

    • Extension length PPI SP Ext (required)

      ___ period(s) beyond the primary contract period. Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Producer Price Index (PPI) or ...

      Example: 12 month

    • NTE percentage PPI SP Ext (required)

      Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Producer Price Index (PPI) or ___, whichever is less ...

      Example: 5%

    • Custom Index PPI SP Ext (required)

      for all Urban Consumers, Series Id: __________, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior.

      Example: PCU3259--3259- Other chemical product & preparation mfg

    • Solicitation Meetings (required)

      Select the meetings, if any, which will be organized during this solicitation.

    • Site Visit Location (required)

      Provide the street address (ex 400 South Fort Harrison Ave, Clearwater FL, 33756)

    • Site Visit Date (required)

      Format: Day of week, Month day, year (ex. Wednesday, February 15, 2023)

    • Site Visit Time (required)

      ex. 1:00 pm

    • Performance Security (required)

      Performance Security in the amount of <___> or <__> prior to execution of the contract

      Example: $500 or 5% - include dollar value or percent one or the other.

      or

      Not Applicable

    • Performance Security (N/A) (required)
    • $________ or _________% (required)

      Example: $500 or 5% - include dollar value or percent one or the other.

    • PRE-COMMENCEMENT MEETING (required)

      OPTION 1: NO PRE-COMMENCEMENT MEETING = NOT APPLICABLE

      OPTION 2: COUNTY REPRESENTATIVE = Upon award of bid, the County will coordinate a pre-commencement meeting with the successful Contractor. The meeting will require Contractor and the County Representative to review specific contract details and deliverable documents at this meeting to ensure the scope of work and work areas are understood.

      OPTION 3: FACILITY REPRESENTATIVE = A Pre-Commencement meeting will be held after the award of the contract and before the contract has started. Facility Representatives from all departments will be present to discuss their locations and any special instructions that may need to take place.

       

    • NO PRE-COMMENCMENT MEETING (required)
    • Does the contract resulting from this project require an agreement? (required)
    • Affidavit Acknowledgment
    • Common Carrier Attestation (required)

      Common Carrier Attestation used when there is a contract between a governmental entity and a common carrier or contracted carrier which is executed, amended, or renewed on or after October 1, 2022, including a grant agreement or economic incentive program payment agreement.

      To include the above affidavit in this solicitation select yes. If this is not applicable to this solicitation, select no.

    • Foreign Countries of Concern (required)

      Foreign Countries of Concern Affidavit used when an entity has access to an individual’s personal identifying information and Beginning July 1, 2025, if a governmental entity intends to extend or renew a contract with an entity, and beginning January 1, 2024, if a governmental entity intends to accept a bid on, a proposal for, or a reply to, or enter into, a contract.

      To include the above affidavit in this solicitation select yes. If this is not applicable to this solicitation, select no.

    • Human Trafficking Affidavit (required)

      Human Trafficking Affidavit used when a contract is executed, renewed, or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services.

      To include the above affidavit in this solicitation select yes. If this is not applicable to this solicitation, select no.

    Questions & Answers

    Q (Vendor Questionnarie Questions): 1 - Can you share what is exactly needed for a response for this section - 1.2. OPENGOV ELECTRONIC PRICING PROPOSAL AND DELIVERY DAYS*. It just asks for a text field response but we are unsure what to write in the text field. Can you provide some guidance on what you are looking for. Do you need us to put a link to our organization on Sunbiz in the text field? It also looks to have document we are supposed to complete but there is no where to upload that under this section. as there is only a text field? Should the pricing proposals be uploaded under section 1.3? 2 - Under - 1.3. SUBMITTAL DOCUMENTS* - Can you provide some guidance around the word "Tab" - Are you looking for one upload document with all "Tabs" or Sections included or do you want 6 separate document uploads - one upload for each tab?

    A: Section 1.2 references Florida Statutes for informational purposes, along with requirements for registration with the State of Florida. It also provides a link to Section 9 of the pricing proposal, where the proposer is to enter the total cost of the submitted proposal. It is for information purposes; the proposer may submit a copy of their Sunbiz Registration as part of the proposal, but it is not required. 1.3 SUBMITTAL DOCUMENTS - requests that the proposal be separated into sections corresponding to the scope of work/specifications/evaluation criteria, and be labeled by tabs. It is preferred that all tabs be submitted sequentially in a single PDF document, but this is not required.


    Q (Budget Increase Inquiry): Is there RRFA budget static over the 5 years or can escalators be built in for salary increases for each of the 5 years beyond the $155,250.

    A: Answers will be published via OpenGov as Addendum No. 2.


    Q (Follow Up Question - Vendor Questionnaire Questions): Thank you for the response for section 1.2 however the section has a required response text field and we are still unclear on what is required. What is being looked for? Should we just state "Our organization will comply with the opengov electronic pricing proposal and delivery delays and has our Sunbiz registration as well as the completed electronic pricing proposal can be found within the response to this proposal in section 1.3"?

    A: The proposer may enter the above response, should it be a valid response, or state that registrations will be completed if awarded.


    Q (Scope of Work - Release of Information Clarification): Under Scope of Work/Specifications area under (1) Proposal Area 1: Rapid Rehousing Fiscal Administrator (RRHFA), U. notes "Proposer must agree and facilitate any necessary data sharing agreement and establish Releases of Information to facilitate reporting of deliverables." Please provide clarity and/or an example of who the RRHFA would obtain releases of information to facilitate reporting purposes?

    A: Answers will be published via OpenGov as Addendum No. 2.


    Q (Scope of Work - Deliverables - Spend Down Report): Under Scope of Work for RRHFA can clarity be provided on what the "spend down report" is and what it would include?

    A: Answers will be published via OpenGov as Addendum No. 2.


    Q (No subject): Is the Fiscal Administrator role open to organizations that are not also submitting as a Rapid Rehousing Service Provider?

    A: Answers will be published via OpenGov as Addendum No. 2.


    Q (No subject): May each role be awarded to a separate organization under independent provider agreements?

    A: Answers will be published via OpenGov as Addendum No. 2.


    Q (Attachments): We are unable to access the Contractor Acceptance Form referenced in the Vendor Questionnaire. Is this form required for submission, and if so, could you provide a copy or an alternative way to access it?

    A: Answers will be published via OpenGov as Addendum No. 2.


    Q (Fiscal Policies): 1. What are the county fiscal policies that will need to be followed? Where can we obtain a copy?

    A: Answers will be published via OpenGov as Addendum No. 2.


    Q (Operations): If there are inconsistencies between the Solicitation #26-0449-REQ and the attachments, which prevails?

    A: Answers will be published via OpenGov as Addendum No. 2.


    Q (Compliance): Can clients be closed for non-compliance, provided that they were afforded due process and multiple attempts to engage in services.

    A: Answers will be published via OpenGov as Addendum No. 2.


    Q (Housing First or Rapid Rehousing Ready): Is this Housing First or Rapid Rehousing Ready?

    A: Answers will be published via OpenGov as Addendum No. 2.


    Q (Multiple Applications): If we are applying for both roles, RRH Service Provider and Fiscal Administrator, we understand we need to submit 2 applications. How do we submit a second application in OpenGov? We have attempted and received the following message - Your organization has already started a response for this project

    A: Answers will be published via OpenGov as Addendum No. 2.


    Q (Total submission shall not exceed 50 pages.): Does the total include budget or just what is included in Tab 1-6?

    A: Answers will be published via OpenGov as Addendum No. 2.


    Q (Total pages): Are "Any additional information the Proposer wishes to provide" part of the 50 pages?

    A: Answers will be published via OpenGov as Addendum No. 2.


    Q (Tabs): Are they uploaded individually or as one PDF - and if one PDF should it be tabbed?

    A: Answers will be published via OpenGov as Addendum No. 2.


    Key dates

    1. March 24, 2026Published
    2. April 21, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.