Active SLED Opportunity · FLORIDA · SANTA ROSA COUNTY

    Disaster Debris Removal Services

    Issued by Santa Rosa County
    countyRFPSanta Rosa CountySol. 246970
    Open · 25d remaining
    DAYS TO CLOSE
    25
    due May 19, 2026
    PUBLISHED
    Apr 20, 2026
    Posting date
    JURISDICTION
    Santa Rosa
    county
    NAICS CODE
    562998
    AI-classified industry

    AI Summary

    Santa Rosa County, Florida seeks proposals for Disaster Debris Removal Services. The contract requires FEMA compliance, environmental regulation adherence, rapid operational response, and proven experience. Proposals are due May 19, 2026, via the county procurement portal.

    Opportunity details

    Solicitation No.
    246970
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    April 20, 2026
    Due Date
    May 19, 2026
    NAICS Code
    562998AI guide
    Jurisdiction
    Santa Rosa County
    State
    Florida
    Agency
    Santa Rosa County

    Description

     

    MEMORANDUM

    TO:Company AddressedDATE: Monday, April 20, 2026
    FROM:Santa Rosa County Procurement Office 
    SUBJECT:26-035 Disaster Debris Removal Services 


    Notice is hereby given that the Santa Rosa County Board of County Commissioners is seeking Disaster Debris Removal Services

    Specifications may be secured through the Santa Rosa County Procurement Portal at https://procurement.opengov.com/portal/santarosafl Questions concerning this request should be submitted through the procurement portal by 12:00 pm on Tuesday, May 12, 2026

    Please submit all proposals through the procurement portal at https://procurement.opengov.com/portal/santarosafl by 10:30 am on Tuesday, May 19, 2026, at which time will be publicly opened.

    Santa Rosa County Board of County Commissioners encourages all segments of the business community to participate in its procurement opportunities, including small businesses, minority/women owned businesses, and disadvantaged business enterprises. The Board does not discriminate on the basis of race, color, religion, national origin, disability, sex, or age in the administration of contracts.

    The Board of County Commissioners reserves the right to waive irregularities in bids, to reject any or all bids for sound documented reasons, and to award the bid that it determines to be in the best interest of Santa Rosa County.

    By order of the Board of County Commissioners of Santa Rosa County, Florida.

    Project Details

    • Reference ID: 26-035
    • Department: Road & Bridge
    • Department Head: Andrew Hill (Assistant Public Works Director)

    Important Dates

    • Questions Due: 2026-05-12T17:00:00.000Z

    Addenda

    • Official Notice #1: Pricing Proposals for 21-040 (released 2026-04-21T13:48:59.439Z) —

      Attached are the pricing proposals submitted by the current contractors under the previous solicitation in response to Question 3. 

    Evaluation Criteria

    • Company Profile, W/DBE's (10 pts)
    • Qualifications of Key Personnel (15 pts)
    • Regulatory Compliance & FEMA Readiness (25 pts)

      Demonstrate specific experience with FEMA Public Assistance (PA) programs and 44 CFR standards, including familiarity with F-ROC standards and guidance.

      Evaluate their ability to track debris. This includes the ability to use automated debris management systems (ADMS), load tickets, and GPS tracking to ensure audit-readiness.

      Understanding of local, state, and federal disposal requirements, including environmental regulations for hazardous materials (HHW) or electronic waste.

    • Operational Capacity & Response Capability (15 pts)

      How quickly can they have equipment and personnel on the ground after a Notice to Proceed (NTP)?

      Do they have a proven track record of scaling operations up (and down) based on fluctuating debris volumes?

      Do they own the equipment, or do they rely on subcontractors? Request a list of available assets.

    • Similar Project Experience and References (15 pts)
    • Pricing (20 pts)

    Submission Requirements

    • Proposal
    • Company Profile (required)

      Proposers shall provide a brief overview of their firm, including company history, organizational structure, and primary areas of expertise related to disaster debris removal. The submission should highlight relevant experience on similar projects, particularly for governmental entities, and demonstrate the firm’s overall capability to successfully perform the required services. 

    • Qualifications of Key Personnel (required)

      Proposers shall identify key personnel who will be assigned to this contract and provide a summary of their qualifications, certifications, and relevant experience. Include roles and responsibilities, along with specific experience in disaster debris removal operations and familiarity with FEMA Public Assistance requirements.

    • Regulatory Compliance & FEMA Readiness (required)

      Proposers shall demonstrate experience with FEMA Public Assistance (PA) requirements and compliance with 44 CFR standards. Responses must describe the firm’s ability to maintain accurate, audit-ready documentation, including the use of automated debris management systems (ADMS), load ticketing, and GPS tracking. Proposers shall also show knowledge of applicable federal, state, and local environmental and disposal regulations, including handling of hazardous materials and electronic waste.

    • Operational Capacity & Response Capability (required)

      Proposers shall describe their ability to mobilize personnel and equipment following Notice to Proceed (NTP), including expected response times. The proposal should demonstrate the firm’s capacity to scale operations based on debris volume and identify available resources, including a list of equipment and whether assets are company-owned or subcontracted.

    • Similar Project Experience and References (required)

      Proposers shall provide detailed information on recent and relevant projects of similar size, scope, and complexity, particularly those involving disaster debris removal for local governments or public agencies. Submissions should include a description of services provided, project locations, contract values, and performance outcomes. Proposers shall also provide references for at least three (3) comparable projects, including contact information for verification. Please download the reference document below, complete it, and upload it along with other detailed information requested above. 

    • Sworn Statement Public Entity Crimes (required)

      Please download the below documents, complete, and upload.

    • Scrutinized Contractors Certificate (required)

      Please download the below documents, complete, and upload.

    • Debarment Form (required)

      Please download the below documents, complete, and upload.

    • Conflict of Interest Form (required)

      Please download the below documents, complete, and upload.

    • Non-Collusion (required)

      Respondent confirms that it has entered into no agreement to commit a fraudulent, deceitful, unlawful, or wrongful act, or any act which may result in an unfair advantage over other respondents. See Florida Statute 838.22.

    • Please provide proof of registration with State of Florida Division of Corporations (required)
    • Please provide copy of current insurance declaration page. (required)
    • Please provide your UEI number: (required)
    • Please provide proof of registration with the Federal System of Award Management (SAM). (required)
    • Please confirm that you have read and understand the information contained herein. (required)
    • Solicitation Type (required)

      Invitation to Quote: Requires at least three quotes and is based on the lowest qualified bid.

      Invitation to Bid: Lowest/most responsive bid.

      Request for Proposal: Proposers ranked by staff or the Board. Presentations may be required.

      Request for Qualifications: Proposers ranked by staff or the Board. Presentations may be required.

      Invitation to Negotiate: Proposers ranked by staff or the Board. Presentations may be required.

    • How will the proposals be evaluated and scored? (required)

      Option A - Staff Evaluation and Selection: Staff will review all valid submissions and provide a recommendation to the Board.

      Option B - Staff Evaluation and Shortlisting: If there are more then five valid submissions, staff will evaluate the submissions based on the identified criteria and shortlist the firms to five, who will make formal presentations to the Board.

      Option C - Staff Evaluations and Board Presentations: Staff will evaluate the submissions based on identified criteria and provide scoring information to the Board for consideration. Formal presentations will be made to the Board.

      Option D - Board Presentations and Scoring: Regardless of the number of submissions, formal presentations will be made to the Board for all valid submissions.

    • Please provide the date the board approved the evaluation method: (required)

      Example: December 1, 2023

    • Is this a construction project? (required)
    • Will you need an attachment section? (required)
    • Insurance Requirements (required)

      Please select additional insurance being requried.

    • Will references be needed? (required)
    • What will the funding source(s) be? (required)
    • Will rights to inventions made by nonprofit organizations and samm business firms under government grants, contracts, and cooperative agreements be required? (required)
    • Will Domestic preference for procurements be required? (required)

      § 200.322 

    • Will Prohibition on certain telecommunications and video surveillance equipment or services be required? (required)

      § 200.216 

    • Will Work Hour and Safety Standards be required? (required)

      (40 U.S.C. 3701-3708).

    • Will Equal Employment Opportunity be required? (required)

      (2 CFR Part 200, Appendix II(C); 41 CFR § 61-1.4; 41 CFR 61-4.3; Executive Order 11246).

    • Will Davis-Bacon Act be required (required)

      (2 CFR Part 200; 29 CFR Part 5)

    • Will Clean Air Act and Federal Water Pollution Control Act be required? (required)

      (42 U.S.C. 7401-7671q.) and (33 U.S.C. 1251-1387) 

    • Will Byrd Anti-Lobbying Amendment be required? (required)

      (31 U.S. C. 1352)

    • How many calendar days allowed for project completion? (required)

    Questions & Answers

    Q (Budget): Is there a set budget for this solicitation?

    A: A set budget has not been established for this solicitation. Due to the unpredictable nature, scale, and timing of disaster events, the County is unable to determine a fixed budget in advance.


    Q ( Projected start): Is there a projected award and start date?

    A: The current contracts expire in July, and the newly awarded vendors will begin services at that time.


    Q ( Incumbent): Was there a previous incumbent? If so, can you share their price proposal? Has there been any changes to the scope from the last? Did the previous incumbent complete the project term? Is this solicitation the same length of time? If previous incumbents exist, when is the contract set to end?

    A: We currently have three contractors providing Disaster Debris Removal Services, and their proposals are included in the notices section. The scope of work has undergone minimal changes from the previous solicitation, and the contract term remains the same. The current contracts expire in July 2026.


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

    A: Yes


    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: Incumbents are DRC Emergency Services, LLC, TFR Enterprises, Inc., and Looks Great Services of MS. They have been providing services since July, 2021.


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

    A: 21-050 Disaster Debris Removal Services was released June 9, 2021 with a due date of June 24, 2021.


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

    A: July, 2026.


    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: There is a pricing table included in the RFP.


    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: A bid bond and/or performance and payment bond is not required.


    Key dates

    1. April 20, 2026Published
    2. May 19, 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.