Active SLED Opportunity · SOUTH CAROLINA · COUNTY OF DORCHESTER, SC

    Disaster Debris Removal, Management, and Disposal Services (Pre-Event)

    Issued by County of Dorchester, SC
    countyRFPCounty of Dorchester, SCSol. 253567
    Open · 12d remaining
    DAYS TO CLOSE
    12
    due May 5, 2026
    PUBLISHED
    Apr 7, 2026
    Posting date
    JURISDICTION
    County of
    county
    NAICS CODE
    562998
    AI-classified industry

    AI Summary

    Dorchester County seeks proposals for pre-event disaster debris removal, management, and disposal services to support recovery after hurricanes or disasters. The RFP emphasizes experience with FEMA compliance, rapid mobilization, and resource capacity. Proposals are due by May 5, 2026.

    Opportunity details

    Solicitation No.
    253567
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    April 7, 2026
    Due Date
    May 5, 2026
    NAICS Code
    562998AI guide
    Agency
    County of Dorchester, SC

    Description

    Dorchester County (the County) invites qualified firms to submit proposals to provide pre-event Disaster Debris Removal, Management, and Disposal Services following hurricanes or other natural or man-made disasters.

    This Request for Proposals (RFP) document provides background and general information for Respondents and should be used in the development of proposals.

     

    Project Details

    • Reference ID: 2026-53
    • Department: Public Works
    • Department Head: Shiva Trakas (Public Works Director)

    Important Dates

    • Questions Due: 2026-04-21T12:00:00.000Z

    Evaluation Criteria

    • Firm Qualifications and Experience (25 pts)

      Description

      This criterion evaluates the proposer’s overall experience and qualifications in providing disaster debris removal and management services for governmental entities, particularly projects involving FEMA reimbursement requirements.

      Demonstration

      Proposers should demonstrate their qualifications by providing:

        • company history and years of experience in debris management operations
        • experience performing disaster debris removal following hurricanes or other major disasters
        • experience working with local governments or public agencies
        • experience complying with FEMA Public Assistance Program requirements
        • qualifications and experience of proposed key personnel
        • certifications, training, and professional credentials relevant to debris management operations

      Higher scores will be given to firms demonstrating extensive experience with large-scale disaster recovery operations and FEMA-compliant documentation processes.

    • Technical Approach and Methodology (20 pts)

      Description

      This criterion evaluates the proposer’s understanding of the County’s needs and the proposed methods for performing the required services efficiently, safely, and in compliance with regulatory requirements.

      Demonstration

      Proposers should demonstrate their approach by describing:

        • methodology for debris collection, loading, hauling, and disposal
        • procedures for separating and managing various debris streams
        • approach to establishing and operating Temporary Debris Staging and Reduction Sites (TDSRS)
        • environmental protection and regulatory compliance procedures
        • quality control measures
        • coordination with the County and the Debris Management Monitor
        • approach to documentation and FEMA reimbursement support

      Higher scores will be given to proposals demonstrating well-organized operational plans and strong understanding of FEMA compliance requirements.

    • Disaster Response and Mobilization Capability (15 pts)

      Description

      This criterion evaluates the proposer’s ability to rapidly mobilize personnel, equipment, and resources following a disaster event and sustain operations during large-scale debris removal efforts.

      Demonstration

      Proposers should demonstrate response capability by providing:

        • mobilization timeline following activation of the contract
        • description of staffing levels and management structure during disaster operations
        • plan for staging equipment outside disaster impact zones when necessary
        • logistical support capabilities including fuel, communications, and support services
        • contingency planning for large-scale or catastrophic events
        • ability to respond to multiple operational scenarios described in the RFP

      Higher scores will be given to firms demonstrating proven ability to mobilize quickly and manage large-scale disaster response operations.

    • Past Performance and References (15 pts)

      Description

      This criterion evaluates the proposer’s history of successfully completing similar projects and the satisfaction of previous clients.

      Demonstration

      Proposers should demonstrate past performance by providing:

        • a list of similar disaster debris removal projects completed within the past five years
        • project descriptions including scope, contract value, and debris volume managed
        • contact information for project references
        • documentation of successful FEMA reimbursement for previous projects
        • description of how hazardous materials, white goods, and mixed debris were handled on previous projects
        • examples of documentation and reporting systems used

      Higher scores will be given to firms with successful past performance on comparable projects and positive references from governmental clients.

    • Resource Capacity and Equipment (10 pts)

      Description

      This criterion evaluates the proposer’s available resources, equipment inventory, subcontractor network, and ability to provide sufficient operational capacity to support disaster recovery operations.

      Demonstration

      Proposers should demonstrate resource capacity by providing:

        • inventory of available equipment and hauling units
        • identification of company-owned versus subcontractor equipment
        • number and qualifications of available personnel
        • list of subcontractors and their roles
        • plan for local subcontractor participation
        • description of equipment staging and deployment strategy

      Higher scores will be given to firms demonstrating sufficient resources and equipment to support large-scale debris removal operations.

    • Cost Proposal (15 pts)

      Description

      This criterion evaluates the reasonableness, competitiveness, and completeness of the proposer’s unit pricing for the services requested.

      Demonstration

      Proposers must submit pricing using the electronic Pricing Table provided by Dorchester County. Pricing shall be submitted on a unit cost basis and must include all costs associated with providing the services.

      Evaluation of cost proposals may include:

      • comparison of unit pricing across proposers
      • reasonableness of pricing relative to industry standards
      • completeness of submitted pricing forms
      • consistency of pricing with the proposed technical approach

    Submission Requirements

    • Access to Downloadable Forms (required)

      By clicking below, Offeror acknowledges that downloadable forms must be accessed through this section on the website. They are not accessible from an exported document.

    • Sample Contract (required)

      Sample contract in Section 5 has been reviewed. Any questions or concerns have been addressed prior to the question deadline. By confirming below, firm agrees to acceptance of the contract language.

    • Proposal Submission (required)

      Please upload your proposal submission here. If your proposal contains confidential information, you must also upload a redacted copy in the next question.

    • Redacted Proposal (If Applicable)

      If your proposal contains confidential information, please upload a redacted copy here. If not, please skip this question.

    • Cost Proposal Assumptions (Optional)

      Proposers may submit a brief narrative (not to exceed two (2) pages) describing any assumptions used in developing their pricing.  This narrative is for informational purposes only and will not be separately scored but may be considered by Dorchester County in determining the overall reasonableness of pricing.

    • Exceptions to RFP (required)

      State NONE if no exceptions are taken.

    • Contract Contact Person (required)

      Please include the following information:

      • Name
      • Mailing Address
      • Phone Number
      • Email Address
    • Compliance with Illegal Immigration Act (required)

      By submitting a response to this solicitation, the Bidder/Offeror certifies that it will comply with the applicable requirements of Title 8, Chapter 14 of South Carolina Code of Laws and agree to provide to the State upon request any documentation required to establish either; (a) that Title 8, Chapter 14 is inapplicable to the Bidder/Offeror and its subcontractors or sub-subcontractors; or (b) that the Bidder/Offeror and its subcontractors or sub-subcontractors are in compliance with Title 8, Chapter 14.

      Pursuant to Section 8-14-60, “A person who knowingly makes or files any false, fictitious, or fraudulent document, statement, or report pursuant to this chapter is guilty of a felony and, upon conviction, must be fined within the discretion of the Court or imprisoned for not more than five years, or both.

      Bidder/Offeror agrees to include in any contracts with subcontractors, language requiring subcontractors to (a) comply with applicable requirements of Title 8, Chapter 14, and (b) include in its contracts with the sub-contractors language requiring the sub-subcontractors to comply with the applicable requirements of Title 8, Chapter 14.

    • Vendor Certifications and Representations (required)

      By submitting a response to this solicitation, the Offeror certifies, represents, and affirms that:

      1. Non-Collusion

      The Offeror’s response is genuine and not collusive or sham; the Offeror has not colluded, conspired, or agreed with any other vendor, supplier, contractor, or person to fix prices, restrict competition, or otherwise undermine the competitive procurement process. The Offeror has not induced or solicited any other firm to submit a false or non-competitive response.

      2. Independent Pricing

      The prices, terms, and conditions contained in this response have been determined independently and without consultation, communication, or agreement with any other Offeror or competitor for the purpose of restricting competition.

      3. Authority to Bind

      The individual submitting this response certifies that they are authorized to bind the Offeror to the representations, certifications, and contractual obligations contained in this submission.

      4. Compliance with Laws

      The Offeror certifies compliance with all applicable federal, state, and local laws, ordinances, and regulations, including antitrust laws and procurement integrity requirements.

      5. No Conflict of Interest

      The Offeror certifies that no employee, officer, or agent of the County has a financial or other interest in the Offeror’s firm that would constitute a conflict of interest under applicable ethics laws or County policy.

      6. Debarment and Suspension

      The Offeror certifies that it is not debarred, suspended, or otherwise ineligible to participate in public procurement by any federal, state, or local governmental entity.

      7. Truthfulness of Submission

      The Offeror certifies that all information provided in its response is true, accurate, and complete to the best of its knowledge.

    • Equal Employment Opportunity Certification (required)

      Dorchester County requires compliance with State and Federal regulations governing Equal Employment Opportunity, External Equal Opportunities (EO), External On-the-Job Training (OJT), Title VI & VII, and the Americans with Disabilities Act (ADA) programs.

      Sub-recipients of federal-aid contracts must include notifications in all solicitations for bids of work or material and agreements subject to Title VI of the Civil Rights Act of 1964 and other nondiscrimination authorities. Sub-recipients, contractors and subcontractors may not discriminate in their employment practices or in the selection and retention of any subcontractor.

      By submitting a response to this solicitation, the Contractor/Vendor hereby certifies its commitment to assure nondiscrimination in its programs and activities to the effect that no person shall on the grounds of race, color, national origin, sex, age, disability or income status be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination or retaliation under any federally or non-federally funded program or activity administered by the sub-recipient and/or its contractors. 

    • Subcontractor Data Form

      If applicable, please download the document below, complete, and upload. If no subcontractors will be used, please skip this question.

    • How did you hear about this opportunity to do business with the county?
    • Project Location - Name (required)

      Enter the name of the location of the project.

      Example: The Hills

    • Project Location - Address (required)

      Please enter the address of the location for your project.

      Example: 1 Meadowbrook Street, Mount Pleasant, SC 29464

    • Importance of Solicitation (required)

      Insert information regarding the importance or significance of this solicitation to the County.

    • Will an Evaluation Committee be reviewing results? (required)
    • Do you have a proposed budget for the project that you would like to share with your vendors? (required)
    • 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.
    • Is Security required for your project? (required)
    • Type of Security Required for Project: (required)
    • Types of Required Insurance (required)

      Select the types of insurance required for your project.

    • Are you allowing exceptions to your solicitation? (required)

    Questions & Answers

    Q (No subject): Has the current contract gone full term?

    A: Current agreements expire June 30, 2026.


    Q (No subject): Have all options to extend the current contract been exercised?

    A: Yes.


    Q (No subject): Who is the incumbent, and how long has the incumbent been providing the requested services?

    A: Ceres Environmental Services and CrowderGulf, LLC are the incumbents. The last solicitation was awarded in June 2021.


    Q (No subject): To what extent will the location of the bidder’s proposed location or headquarters have a bearing on any award?

    A: The geographic location of a proposer’s headquarters or office will not, in itself, be a determining factor in the evaluation or award of this contract. However, proposers will be evaluated on their ability to mobilize personnel, equipment, and resources within the required timeframe, as outlined in the solicitation. Proposers should clearly demonstrate their capacity to respond promptly and effectively to disaster events, regardless of their physical location.


    Q (No subject): What is the maximum number of hours post-event before work must commence?

    A: As stated in solicitation, the Contractor must be capable of mobilizing within twenty-four (24) hours of notification.


    Q (No subject): What is the total size or geographic scope of the service area?

    A: Depending on the storm event, scope of service will vary. Dorchester County has 439 road miles that are serviced.


    Q (No subject): What is the total mileage of roads within the scope of the service area?

    A: 439


    Q (No subject): When/what was the most recent event that precipitated the activation of the existing or previous contract?

    A: The current contract was only activated following the June 2024 storm event.


    Q (No subject): Approximately how many cubic yards of debris were collected from the most recent event?

    A: 40,760 CY of vegetative debris was collected after the June 2024 storm event. 6170 CY of debris was hauled to the FDS. 44,072 CY of vegetative debris was reduced by grinding. Debris clearance and reduction in place was performed along 20.54 miles of ditches/easements (108,451 LF), after which mulch was spread.


    Q (No subject): What estimated or actual dollars were paid to the incumbent(s) after the most recent event?

    A: $2,694,192.00 was paid to Crowder Gulf, LLC after the June 2024 storm event.


    Q (No subject): How many times have the incumbent's services been utilized in the previous five years?

    A: Two task orders were executed as a result of the June 2024 storm event.


    Q (No subject): If there was a previous solicitation for these services, what was its title, number, release date, and due date?

    A: RFP No. 2021-15, Disaster Debris Management and Removal Services was published October 29, 2020, with a deadline of December 18, 2021.


    Q (No subject): Why has this bid been released at this time?

    A: There are no remaining renewals for our current contracts for these services.


    Q (No subject): When is the anticipated contract start date?

    A: Contract will take effect July 1, 2026; however, this is a standby contract with no guaranteed quantities.


    Q (No subject): When is the anticipated award date?

    A: Awards will be announced late May - early June.


    Q (No subject): Can you please provide greater details regarding your bid bond and/or performance bond requirements related to this contract? For example, what is required with the proposal, and what is required to comply during the term of the contract?

    A: No bonds are required for proposal submission or contract execution. Payment and performance bonds may be required for individual task orders if they exceed $25,000.


    Q (No subject): Are bidders permitted to deviate in any way from any manner of quoting fees you may be expecting? For example, if there is a pricing page in the RFP, can bidders submit an alternate fee structure? If there is no pricing page in the RFP, do you have any preference for how bidders should quote fees or can bidders create their own pricing categories?

    A: Please see Section 1.3 in the solicitation.


    Q (No subject): Has the county determined which landfill(s) can be used? If so, please provide locations.

    A: Carolina Waste Landfill, located at 355 Harrison Road, Dorchester, South Carolina 29437, will be used.


    Q (No subject): Has the county determined where possible DMS will be? If so, please provide locations.

    A: Sandy Pines Convenience Center 374 Sandy Pines Lane Dorchester SC Suburban Convenience Center 130 Suburban Lane Summerville SC Winding Woods Rd. St. George SC


    Q (No subject): Will contract price increases based on Consumer Price Index (CPI) be allowed during option periods?

    A: Yes. CPI increase requests may be submitted annually prior to February 1.


    Q (No subject): Will there be a public bid opening? And if so, can you please provide call in #, zoom/Webex link or similar for the responding bidders to be present?

    A: This solicitation is being conducted as a Request for Proposals (RFP). As such, Dorchester County will not hold a public bid opening, and proposal information will not be publicly read at the time of submission. Proposals will be received electronically through the County’s procurement system and will be evaluated by an internal evaluation committee in accordance with the criteria outlined in the RFP. Information regarding the number of proposals received and the identities of responding firms will be available after contract award, consistent with applicable public records laws.


    Q (No subject): If the County cannot provide answers to the questions 7 business days prior to the due date, would the County consider pushing back the due date to accommodate updates per the addendum and allow adequate compilation time?

    A: Yes.


    Q (No subject): Can the County provide the address for their Emergency Operations Center?

    A: The Dorchester County EOC is located at 212 Deming Way, Summerville, SC 29483.


    Q (No subject): Does the County intend to divide the County into geographic portions and activate multiple contractors simultaneously?

    A: Depending on the size of event this could apply


    Q (No subject): Please clarify whether all awarded contractors may be activated at the same time or whether activation is expected to be limited to a single contractor per event.

    A: Could be activated at the same time or at different times but not limited per event


    Q (No subject): Does the County have a monitoring firm contracted? If so, which monitoring firm?

    A: Currently, TetraTech, Inc. is contracted for these services; however, the contract expires in July 2026, with no remaining renewal options. A solicitation has been published, and resulting contract(s) will take effect July 1, 2026.


    Q (No subject): Regarding Section 3.4, please clarify if the four (4) one-year renewal options are exercised at the sole discretion of the County via written notice signed by both parties or is the renewal automatic upon County notice?

    A: Renewals will require approval and be signed by both parties.


    Q (No subject): Does prevailing wage applies to this contract?

    A: Prevailing wage requirements, including those under the Davis-Bacon Act, may apply if federal funding is utilized for eligible work under this contract and if the work performed is determined to be subject to such requirements. At this time, Dorchester County cannot definitively determine the applicability of prevailing wage requirements, as such determinations are dependent on the specific scope of work performed, the funding source, and applicable federal guidance in effect at the time of the event. Contractors will be responsible for complying with all applicable federal, state, and local labor laws and regulations, including any prevailing wage requirements that may be imposed as a condition of funding.


    Key dates

    1. April 7, 2026Published
    2. May 5, 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.