Active SLED Opportunity · FLORIDA · COUNTY OF COLLIER, FL

    BIOSOLIDS HAULING SERVICES (GRANT FUNDED)

    Issued by County of Collier, FL
    countyRFPCounty of Collier, FLSol. 253263
    Open · 14d remaining
    DAYS TO CLOSE
    14
    due May 7, 2026
    PUBLISHED
    Apr 7, 2026
    Posting date
    JURISDICTION
    County of
    county
    NAICS CODE
    562119
    AI-classified industry

    AI Summary

    Collier County, FL seeks proposals for biosolids hauling services from five wastewater treatment facilities. The contract involves hauling and disposal compliant with FDEP regulations, with an annual spend of about $3.7M. Evaluation includes firm experience, capacity, approach, and cost. Proposals due by May 7, 2026.

    Opportunity details

    Solicitation No.
    253263
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    April 7, 2026
    Due Date
    May 7, 2026
    NAICS Code
    562119AI guide
    State
    Florida
    Agency
    County of Collier, FL

    Description

    As requested by the Public Utilities Department (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Proposals (hereinafter, “RFP”) with the intent of obtaining proposals from interested and qualified Proposers in accordance with the terms, conditions and specifications stated herein, in the Solicitation and/or attachments.  The Proposers, at a minimum, must achieve the requirements of the Specifications, Scope of Services or Scope of Work stated herein.  All references to “Proposer” are also referred to as “Consultant,” “Firm,” “Offeror,” “Contractor,” and “Vendor.”

    Historically, County departments have spent approximately $3,700,000.00 annually for biosolids hauling; however, this may not be indicative of future buying patterns.

    Background

    Collier County currently owns and operates five water reclamation/wastewater treatment facilities. The five facilities are listed below and can be found in Exhibit A – Plant Details and Production Rates.

     

    No Dewatering Required

    1. North County Water Reclamation Facility (NCWRF) is located at 10500 Goodlette-Frank Rd. Naples, FL.
    2. South County Water Reclamation Facility (SCWRF) is located at 5600 Warren St. Naples, FL.

     

    Dewatering Required

    1. Golden Gate Wastewater Treatment Plant (Golden Gate) is located at 4931 32nd Ave. SW Naples, FL.
    2. Orange Tree Wastewater Treatment Plant (Orange Tree) is located at 1445 Oil Well Rd. Naples, FL.
    3. Northeast Service Area (NESA) Interim Wastewater Treatment Plant is located at 850 39th Ave. NE Naples, FL.


    The residual product (biosolids) of the reclamation/treatment process must be hauled off site and properly disposed of.

     

    Biosolids Analytical Results:

     

    Biosolids composition is not guaranteed. Analysis reports from facilities are attached (for reference only) as

    Exhibit B-1 NCWRF & SCWRF and Exhibit B-2 Golden Gate & Orange Tree. Currently there is no available data for the NESA Plant.

     

     

    Biosolids Production:

     

    Daily, monthly and annual production of the facilities is included in Exhibit A – Plant Details and Production Rates, as a reference.  Production rates are not guaranteed and vary with the influx of seasonal owners and visitors and precipitation.  As the County grows, requirements at existing facilities may change as well as new facilities may be added.

    Project Details

    • Reference ID: 25-8403R
    • Department: Utilities Finance Operations
    • Department Head: Joe Bellone (Division Director)

    Important Dates

    • Questions Due: 2026-04-30T21:00:07.592Z

    Evaluation Criteria

    • EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (5 pts)

      Provide a cover letter that includes:

      • The Proposer’s philosophy in providing the services requested.

       

      • Name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal.  Note: Submission of a proposal certifies that the Proposer will accept any awards as a result of this RFP.
    • EVALUATION CRITERIA NO. 2: FIRM’S EXPERIENCE (25 pts)
      • Provide a summary of the Contractor’s background, size, and years in business.

       

      • Provide Contractor’s years of experience in biosolids hauling services, particularly for other government agencies in Florida.

       

      • Provide copies of recent (within the past two years) compliance reports and permits for the disposal facility(s) that will be used by the Contractor for Collier County biosolids.

       

      • Identify any proposed subcontractors to accomplish the work. Include the name of the individual(s) to be assigned, and an overview of their experience and qualifications related to biosolid hauling services.

       

      • Provide copies of Notice of Violations (NOV), or noncompliance inspection reports from FDEP or the disposal facility in the past five years.

       

      • Provide a summary regarding any current, prior, or pending litigation, either civil or criminal, involving a governmental agency, in which the Contractor, any of its partners, employees, or subcontractors, is or has been involved within the last five years. The summary must state the nature of the litigation, claim, or contract dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. State if there are no litigation claim(s) or contract dispute(s) filed by or against the Contractor which is related to the services that Contractor provides in the regular course of business.

       

      • Describe any significant or unique accomplishments or recognition received by Proposer or its subcontractors in previous similar services.

       

      The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients during a period of the last 5 years whose projects are of a similar nature to this solicitation as a part of their proposal.  Provide information on the projects completed by the Proposer that best represent projects of similar size, scope and complexity of this project using form provided in Form 5.  Proposers may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Contractor on relevant project work.

    • EVALUATION CRITERIA NO. 3: CAPACITY OF THE FIRM (20 pts)
      • Provide a financial analysis of the Contractor’s business and supporting documentation for long-term sustainability for hauling operations and disposal facilities. including latest annual and 3-year revenue growth rates and net income margins. The Contractor should include a copy of most recent annual financial report (balance sheet, income statement, statement of cash flows) including any annual audit report.
      • Indicate the number of contracts and total annual value of the work the contractor currently has with other entities for biosolid hauling services.
      • Details of Contractor’s staffing and equipment resources.
      • An organizational diagram clearly identifying key personnel who are designated to provide the services to the County and indicating their functional relationship with each other.

       

      • This Request for Proposal does require a Performance Bond for any contract awarded. The Contractor must disclose any bond that has been called in the last five (5) years on any project, and the Contractor must submit a Letter of Bondability with their Proposal from their Surety Company (not the surety agent) showing their capacity. Any issuer of a Letter of Bondability must be licensed to transact a fidelity and surety business in the State of Florida, with an A.M. Best rating of A- (Excellent) or better.

       

      • If the surety agent is named on the Surety’s Power of Attorney as a true and lawful Attorney-in-fact, to make, execute, seal and deliver said letter, then a letter from the surety’s agent will be allowed as long as a copy of the Surety’s Power of Attorney documenting said appointment is included with the Letter of Bondability.

       

      If you consider any portion of your documentation to be a trade secret, proprietary, or otherwise confidential, please clearly mark those documents as such in accordance with Chapter 119, Florida Statutes (Public Records Law).

    • EVALUATION CRITERIA NO. 4: APPROACH (30 pts)
      • Provide a detailed plan for guaranteed hauling and disposal that adheres to the Exhibit C – General PUD Performance Standards, for hauling from the County facility for the disposal of the biosolids at a permitted facility. Plan shall include:
        • Capacity management for hauling and disposal

       

        • Assigned point of contact for hauling

       

        • Redundancies and backups

       

      • Provide details of implementation plan and schedule for work specified.

       

      • Provide Contractor disposal performance requirements.
        • Facility shall be permitted, in accordance with FDEP requirements for accepting, properly managing, and disposing of biosolids.
        • Facility shall be a proven and accepted method for disposal of biosolids in the United States that can be demonstrated to the County.
      • Provide an operational plan that outlines the expedited support to the County before, during, and after a disaster event.

       

      • Contractor’s Risk Management Plan must include a list of risks related to the provision of services, the potential consequences or impact of each (e.g., cost, schedule, technical) and Contractor’s mitigation procedures for each item.

       

       

      • Provide documentation and demonstration of any proven disposal technologies.  

       

      • Describe any other unique services that your firm can provide.
    • EVALUATION CRITERIA NO. 5: COST OF SERVICES TO THE COUNTY (20 pts)

      Please complete ATTACHMENT B – COST OF SERVICES

                                                                               

      Initial rates are for evaluation purposes only and are subject to change during negotiations with the selected Contractor.

    Submission Requirements

    • Separate Cost Proposal (required)

      Confirm that your fee proposal is not attached in your Proposal and is attached separately here.

    • I certify that I have read, understood, and agree to the terms in this solicitation and that I am authorized to submit this response on behalf of my company. I certify that all the documents submitted by a corporation must be executed in the corporate name by the president, a vice president, or duly authorized representative. The corporate address and state of incorporation must be shown below the signature.* (required)
    • I certify that all documents have been executed by an authorized agent on behalf of the company. (required)
    • Request for Proposal (RFP) Instructions Form (required)

      Request for Proposal (RFP)  Instructions have been acknowledged and accepted.

    • Collier County Purchase Order Terms and Conditions. (required)

      Collier County Purchase Order Terms and Conditions have been acknowledged and accepted.

    • Insurance Requirements (required)

      Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommended Award.

    • Proposal Submittal (required)

      Please submit a proposal per Evaluation Criteria outlined in Solicitation.

    • County Required Forms
    • Vendor Declaration Statement (Form 1) (required)
    • Conflict of Interest Certification (Form 2) (required)
    • Immigration Certification (Form 3) (required)
    • Local Vendor Preference Form 4 and Business Tax Receipt (if claiming) (required)

      Include the completed form a copy of the business tax receipt. 

    • Reference Questionnaire (if applicable Form54)
    • E-Verify - Memorandum of Understanding (required)

      Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal.

    • Certificate of Authority to Conduct Business in State of Florida (sunbiz.org)* (required)

      http://dos.myflorida.com/sunbiz/ should be attached with your submittal. All the documents submitted by a corporation must be executed in the corporate name by the president, a vice president, or a duly authorized representative. The signatory must appear on Sunbiz, if not, attach a Resolution or Certificate of Authority. 

    • W-9 Form (required)
    • Signed Addendums (If Applicable)
    • Miscellaneous Documents
    • Pricing (required)
      • Choose Option 1 when you have set line items, for example:
        • This is a quote for goods or commodities.
        • This is a public works bid, with a pricing table that can be uploaded into OpenGov Procurement from an Excel spreadsheet.
        • Seeking services for hourly rate schedules.
      • Choose Option 2 when you need vendors to provide you with the line items. 
    • Evaluation Committee? (required)

      Will there be an evaluation committee to review the proposals and score them based on weights and multiple criteria?

    • Procurement and/or Project Contact

      Select the information you would like display.

    Key dates

    1. April 7, 2026Published
    2. May 7, 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.