SLED Opportunity · FLORIDA · WALTON COUNTY

    Disaster Response Services

    Issued by Walton County
    countyRFPWalton CountySol. 238880
    Closed
    STATUS
    Closed
    due May 11, 2026
    PUBLISHED
    Apr 20, 2026
    Posting date
    JURISDICTION
    Walton County
    county
    NAICS CODE
    562998
    AI-classified industry

    AI Summary

    Walton County, FL seeks qualified firms for Disaster Response Services including debris removal, recovery management, and infrastructure restoration. The RFP emphasizes FEMA compliance, experience with all-hazard events, and local vendor preference. Proposals due by May 11, 2026.

    Opportunity details

    Solicitation No.
    238880
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    April 20, 2026
    Due Date
    May 11, 2026
    NAICS Code
    562998AI guide
    Jurisdiction
    Walton County
    State
    Florida
    Agency
    Walton County

    Description

    The County has issued this Request for Proposals (RFP) with the sole purpose and intent of obtaining proposals from interested and qualified individuals or firms (Proposers) offering to provide Disaster Response Services, in accordance with the specifications stated herein.

    Background

    Walton County is seeking a qualified firm with demonstrated experience in comprehensive disaster response, recovery management, and reconstruction services resulting from “all-hazards” events, including natural, technological, and human-caused disasters such as hurricanes. The selected firm shall be capable of managing and coordinating relief and recovery operations including, but not limited to: debris removal and management (land-based and waterway/maritime), technical assistance and project management support, temporary workforce housing coordination, construction and demolition management, medical and hazardous waste remediation and disposal, landfill management, and cleanup of coastal lakes.

    Additionally, at the direction of the Public Works Director or designee, services may include emergency road and culvert repairs, beach sand removal and replacement, and other disaster-related infrastructure restoration activities necessary to support public safety and recovery operations.

    Project Details

    • Reference ID: 26-16
    • Department: Emergency Management
    • Department Head: Jeff Goldberg (Director)

    Important Dates

    • Questions Due: 2026-05-04T17:00:00.000Z

    Meetings & Milestones

    EventDateLocation
    Review Committee Ranking2026-05-21T19:00:00.000ZLocation: Walton County Office of Central Purchasing 176 Montgomery Circle DeFuniak Springs, Florida 32435 Or via teleconference: Dial: 850-635-0655 Extension: 261217

    Evaluation Criteria

    • Firm Experience and Qualifications (30 pts)

      The extent to which the Proposer demonstrates:

      • Experience providing post-disaster debris removal services for counties or municipalities
      • Successful performance under FEMA Public Assistance-funded contracts
      • Experience in Florida and Gulf Coast disaster environments
      • Knowledge of FEMA Debris Management Guide requirements
      • Organizational structure and years in business

      Preference may be given to firms with direct experience in federally declared disaster recovery operations.

    • Technical Approach and Operational Plan (25 pts)

      The clarity, completeness, and feasibility of the Proposer’s approach, including:

      • Mobilization strategy within 24 hours
      • Debris removal methodology (push, hauling, reduction)
      • Quality control and internal monitoring procedures
      • FEMA-compliant documentation processes
      • Coordination with County staff and debris monitors
      • Use of technology for load tracking and reporting
    • Key Personnel and Management Team (15 pts)

      Qualifications and experience of key personnel assigned to the project, including:

      • Incident/Project Manager experience
      • Field Supervisors
      • Documentation/Compliance personnel
      • FEMA reimbursement support staff

      Resumes and demonstrated disaster response experience will be evaluated.

    • Past Performance and References (15 pts)

      Evaluation of:

      • Performance on similar projects
      • Timeliness of mobilization and completion
      • Compliance with federal reimbursement requirements
      • Client references from governmental entities
      • History of disputes, claims, or contract terminations
    • Capacity and Resources (10 pts)

      The Proposer’s demonstrated ability to:

      • Deploy sufficient labor and equipment
      • Scale operations to meet large-scale disaster events
      • Provide subcontractor network and local support resources
      • Maintain financial stability to sustain operations during reimbursement delays
    • Local Vendor Preference (5 pts)
    • Disaster History & Production Rates (5 pts)
      • cubic yards per day achieved
      • similar county size
      • storm name references

    Submission Requirements

    • Proposal Submittal (required)

      Upload your RFP response in accordance with Submittal Requirements.

    • Proposal Fee Schedule (required)
    • Information Sheet For Transactions and Conveyances / Corporate Identification

      The following information will be provided to the Office of the County Attorney for incorporation in legal documents. It is, therefore, vital all information is accurate and complete. Please be certain all spelling, capitalization, etc. is exactly as registered with the state or federal government.

    • Was this entity created in the State of Florida? (required)
    • In what State was it created? (required)
    • Name as spelled in that State: (required)
    • What kind of entity is it? (required)
    • Is the entity in good standing? (required)
    • Is the entity authorized to transact business in Florida? (required)
    • Florida Department of State Certificate of Authority Document Number (required)
    • Does it use a registered fictitious name? (required)
    • Name of Officers: (required)
      • President
      • Vice President
      • Secretary
      • Treasurer
      • Director
      • Other
    • Name of entity (as used in Florida) (required)

      Spelled exactly as it is registered with the state or federal government.

    • Principal Address (required)

      Please provide post office box and street address for mail and/or express delivery; also for recorded instruments involving land.

    • FEI/EIN Number (required)

      For all instruments to be recorded, taxpayer’s identification is needed.

    • Name and Title of individual who will sign the instrument on behalf of the entity. (required)

      (Upon issuance of the Notice of Award, contract shall be signed by the President or Vice-President.  Any other officer shall have permission to sign via a resolution approved by the Board of Directors on behalf of the company.  Awarded contractor shall submit a copy of the resolution together with the executed contract to the Office of Central Purchasing)

       (Spelled exactly as it would appear on the instrument)

    • Vendor Certifications and Forms
    • Drug-Free Workplace Certification (required)

      Identical tie bids: preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect price, quality, and service are received by the state or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certified that it has implemented a drug-free work place program shall be given preference in the award process. Established procedures for processing tie bids will be followed in none of the tied Contractors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall:

      1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace specifying the actions that will be taken against employees for violations of such prohibition.
      2. Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, available drug counseling, rehabilitation providing employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations.
      3. Give each employee engaged in providing the commodities of contractual services that are under bid a copy of the statement specified in paragraph #A.
      4. In the statement specified in paragraph #1, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of or pleas of guilty or no contest to, and violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the work place no later than five (5) days after such conviction.
      5. Impose a sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community, by any employee who is so convicted.
      6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.

      As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements.

    • Contact for Contract Administration (required)

      Please provide the following information for the contact: 

      • Name
      • Title
      • Company Name
      • Address
      • Telephone Numbers
      • Fax Number
      • Email
    • Public Entity Crimes (required)

      Please download the below documents, complete, and upload.

    • Unauthorized Aliens (required)

      Please download the below documents, complete, and upload.

    • Proof of Registration with State of Florida Division of Corporations (Sunbiz.org) (required)
    • Local Preference Application
    • I hereby certify under penalty of perjury that my business qualifies as a local vendor/contractor in accordance with Walton County Purchasing Policies and Procedures, Procedure No: PP-017. (required)
    • Conflict of Interest Disclosure

      For purposes of determining any possible conflict of interest, all contractors must disclose if any Walton County employee(s), elected official(s), or if any of its agencies is also an owner, corporate officer, agency, employee, etc., of their business.

    • Indicate either “YES” (a County employee, elected official, or agency is also associated with your business), or “NO”. (required)
    • Give person(s) name(s) and position(s) with your business. (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 an hourly rate.

      Choose Option 2 when you need vendors to provide you with the line items they are bidding on.

    • Is there a Bid Security for this RFP? (required)
    • Bid Security Amount (required)

      Example: ONE THOUSAND AND 00/100THS DOLLARS ($1000.00)

    • Is Local Preference Form applicable for this project? (required)

    Questions & Answers

    Q (Disposal Fees): Will disposal fees be treated as a pass-through expense?

    A: Yes


    Q (Price Sheet): Will you supply a price sheet for RFP No. 26-16?

    A: Respondents are to supply their own fee structure and matrix.


    Q (No subject): My specialty is in the area of security guards and staffing. Would my services be considered? If yes, can i respond alone or in partnership with others?

    A: They would not be considered as a standalone submission as we are looking for debris removal and turnkey logistics. You are free to team with a prime contractor that is submitting a proposal for the requested services.


    Q (Fee Schedule): Can the County provide a fee schedule document?

    A: Respondents are to supply their own fee structure and matrix.


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

    A: Yes, it looks to go full term.


    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: DRC Emergency Services, from 2021 until now.


    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 location of the Proposer’s headquarters or office will not, in itself, be a determining factor in the award. Proposals will be evaluated in accordance with the criteria set forth in the RFP, including experience, technical approach, capacity, and ability to mobilize and perform services in a timely and effective manner.


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

    A: As stated in the RFP, the Contractor must be capable of mobilizing within 24 hours of issuance of a written Notice to Proceed. Actual start times and operational requirements will be determined by the County based on the specific event and conditions.


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

    A: Approximately 1200 square miles


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

    A: Approximately 1500 miles (county and municipal roads as well as private roadways).


    Q (No subject): Are any specific professional credentials required to qualify for the contract?

    A: Supervisors should be familiar with the National Incident Management System and EOC operations.


    Q (No subject): Will the resulting contract include a guaranteed minimum payment to the vendor?

    A: No. Payment is based upon work completed when activated.


    Q (No subject): Are there any superseding prior agreements that may impact this contract?

    A: No


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

    A: We have not activated this contract in over 10 years.


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

    A: We have not activated this contract in over 10 years.


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

    A: We have not activated this contract in over 10 years.


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

    A: Although they have provided training and preplanning services, we have not activated this contract in over 10 years.


    Q (No subject): What estimated or actual dollars were paid to the incumbent(s) in the previous five years?

    A: None


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

    A: Title: Disaster Response Services Number: RFP 021-017 Release Date: March 3, 2021 Due Date: April 29, 2021 by 3:00


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

    A: This solicitation has been released at this time due to the expiration of the current contract, requiring the County to re-advertise to ensure continuity of services in accordance with procurement requirements.


    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: Bidders are permitted to propose their own fee structures, provided the pricing is clear, detailed, and aligns with the scope of work to allow for a fair evaluation.


    Q (No subject): Please describe your level of satisfaction with your current or recent vendor(s) for the same purchasing activity, if applicable.

    A: Very satisfied but that has no bearing on an award. Each proposal, including the incumbents, stand on their own.


    Q (Disaster Response Services): Will there be another RFP coming out for disaster response as pertains to structures and mitigation?

    A: No


    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: The RFP does not require submission of a bid bond, proposal bond, or performance bond as part of the proposal response. Proposers are not required to include bonding documents with their submittal. Upon award, the selected Contractor will be required to execute the County’s contract and provide all required insurance certificates and other post-award documentation identified in the solicitation prior to activation or commencement of services, as applicable. Because this is an as-needed emergency response services contract, the County has elected not to require a standard performance bond at the time of proposal submission. However, the awarded Contractor must maintain the financial capacity, personnel, equipment resources, and operational capability necessary to perform in accordance with the contract if activated. The County reserves the right to require additional security or assurances if permitted by the contract documents or applicable law for any future activation or special circumstance.


    Q (No subject): Can you please provide greater explanation of your expectations related to any required subcontracting to minority-owned, women-owned, or other types or categories of small or disadvantaged businesses? For example, what is required with the proposal, and what is required to comply during the term of the contract?

    A: The RFP does not establish mandatory subcontracting goals or set-aside requirements for minority-owned, women-owned, small, disadvantaged, or other business classifications. Proposers may utilize qualified subcontractors at their discretion as part of their proposed service delivery approach. If subcontractors are proposed, they should be identified in the proposal submission for County review, including the scope of work they are expected to perform. Any subcontractors used during contract performance remain subject to County approval, where applicable, and must comply with all contract requirements, insurance requirements, licensing requirements, and applicable laws and regulations. The awarded Contractor shall remain fully responsible for the performance, supervision, and compliance of all subcontractors throughout the contract term. Use of local subcontractors is encouraged.


    Key dates

    1. April 20, 2026Published
    2. May 11, 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.