Active SLED Opportunity · NEW JERSEY · ATLANTIC COUNTY UTILITIES AUTHORITY, NJ

    REBID - Credit Card Processing Services

    Issued by Atlantic County Utilities Authority, NJ
    countyRFPAtlantic County Utilities Authority, NJSol. 247435
    Open · 7d remaining
    DAYS TO CLOSE
    7
    due May 1, 2026
    PUBLISHED
    Mar 24, 2026
    Posting date
    JURISDICTION
    Atlantic County
    county
    NAICS CODE
    522320
    AI-classified industry

    AI Summary

    Atlantic County Utilities Authority seeks proposals for credit card processing services including merchant acquiring, payment gateway, POS, online payments, chargeback management, and integration with their Wasteworks billing system. The solution must be secure, scalable, PCI DSS compliant, and cost-effective with no direct cost to ACUA.

    Opportunity details

    Solicitation No.
    247435
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    March 24, 2026
    Due Date
    May 1, 2026
    NAICS Code
    522320AI guide
    Agency
    Atlantic County Utilities Authority, NJ

    Description

    The Atlantic County Utilities Authority (ACUA) is soliciting proposals from qualified payment processors, merchant service providers, and payment gateway providers to furnish Credit Card Processing Services, including merchant acquiring, payment gateway services, POS solutions, online and recurring payments, chargeback management, reporting, and customer support.

    The purpose of this RFP is to obtain a secure, reliable, and scalable payment processing solution across all ACUA payment channels, including in-person, online, mobile, and IVR environments. The solution must support a compliant customer-paid service fee program, ensuring no direct cost to the Authority.

    Proposers must demonstrate the ability to process high transaction volumes, maintain PCI DSS and regulatory compliance, provide industry-standard security controls, and fully integrate with ACUA’s Wasteworks billing system, including development, testing, and ongoing support.

    Background

    The Atlantic County Utilities Authority (ACUA) owns and operates a Solid Waste complex in Egg Harbor Township, Atlantic County, NJ, known as the Howard F. Haneman Environmental Park, and a Wastewater Treatment Facility in Atlantic City, Atlantic County, NJ, known as City Island Treatment Plant.

    The Solid Waste facility is home to an active landfill, a recycling center, composting site, and ancillary facilities. Also on site is the ACUA’s primary administration building, constructed in 1992, which features a closed-loop geothermal HVAC system. The site is home to a 5.4 MW landfill methane gas to electricity project which provides 100% of the power needs of the Park. The ACUA’s solid waste complex is located at 6700 Delilah Road, in Egg Harbor Township, New Jersey. The site consists of approximately 360 acres with approximately 102 acres representing the landfill footprint.

    The Wastewater Treatment Facility has been in operation since 1978 and services 14 communities in Atlantic County. It is home to the Jersey-Atlantic Wind Farm, a 7.5 MW wind farm that is privately owned and from which the ACUA purchases approximately 12 million kWh per year of electricity. In addition, the facility also houses a 500 kW solar PV system.

    The ACUA is responsible to the residents of Atlantic County to be financially prudent and environmentally responsible.

    Project Details

    • Reference ID: 2026-CC RFP-10
    • Department: Administration and Finance
    • Department Head: Linda Bazemore (VP of Administration and Finance)

    Important Dates

    • Questions Due: 2026-04-07T20:00:00.000Z

    Evaluation Criteria

    • Technical Competence (50 pts)
      • Demonstrated ability to integrate with Wasteworks, including detailed integration plan, methodology, and resource commitment
      • Capability to meet payment processing requirements (multi-channel: web, POS, IVR, mobile, ACH/ eCheck)
      • Compliance with PCI DSS, EMV, NACHA, and card brand rules, including security (encryption, tokenization, fraud controls)
      • System performance and reliability (99.9% uptime, authorization speed, scalability, Level II/III data support)
      • Quality of reporting, reconciliation, and service fee handling, including transparency and auditability
    • Cost [to Customer] (25 pts)
      • Proposed service-fee percentage(s) charged to customers
      • Competitiveness and reasonableness of customer-paid fees
      • Compliance with requirement that all ACUA-paid fees are $0.00
      • Adherence to the 36-month rate lock requirement
      • Transparency and completeness of all additional customer-paid fees
    • Management Competence (15 pts)
      • Qualifications and experience of proposed project team and key personnel
      • Strength of project organization, roles, and staffing plan
      • Availability of dedicated account management and single point of contact
      • Quality of customer service, help desk (24/7), and SLA commitments
      • Approach to training, ongoing support, and long-term program management
    • Project Timeline (5 pts)
      • Feasibility of proposed timeline to meet 30-day start / 60-day full implementation requirement
      • Completeness and clarity of project work plan, milestones, and deliverables
      • Quality of Wasteworks integration timeline, including testing and validation approach
      • Identification of risks, dependencies, and mitigation strategies
      • Ability to ensure a smooth transition and minimal disruption to operations
    • Past Experience and Performance (on similar projects) (5 pts)
      • Experience providing credit card/payment processing services for public entities or utilities
      • Demonstrated success with similar transaction volumes and system complexity
      • Experience with custom billing system integrations (especially Wasteworks or similar platforms)
      • Quality and relevance of references and prior project outcomes
      • History of system reliability, low chargeback rates, and regulatory compliance

    Submission Requirements

    • Required Proposal Forms (required)

      Once you start your proposal you will be asked to complete a DocuSign form containing the following:

      • Signature and Certification Form
      • Statement of Ownership Disclosure
      • Disclosure of Investment Activities in Iran
      • Certification of Non-Involvement in Prohibited Activities in Russia or Belarus

      Each bidder is required to complete the designated DocuSign PowerForm as part of its bid submission. The PowerForm must be completed exclusively through DocuSign by an authorized representative of the bidder prior to the bid submission deadline. Upon completion, the bidder shall upload that completed document within the OpenGov Procurement portal as part of the final bid submission.

      Failure to complete the PowerForm through DocuSign and include the executed copy in the OpenGov submission shall render the bid non-responsive and subject to rejection. The contracting authority reserves the right to verify the authenticity of any PowerForm submission through DocuSign records.

      Detailed instructions for completing and submitting the required PowerForm are provided in the document titled “Instructions for Completing Forms in DocuSign,” which is included with this solicitation. Bidders are responsible for reviewing and following those instructions in full.

    • Proposal Form (required)

      Please download the below documents, complete, and upload. You must use this Proposal Form to bid. No other forms will be accepted. Failure to provide a completed Proposal Form shall result in rejection of RFP. THIS IS YOUR WARNING. 

    • Required Proposal Forms including Subcontractor Form (required)

      Once you start your proposal you will be asked to complete a DocuSign form containing the following:

      • Signature and Certification Form
      • Statement of Ownership Disclosure
      • Disclosure of Investment Activities in Iran
      • Certification of Non-Involvement in Prohibited Activities in Russia or Belarus

      Each bidder is required to complete the designated DocuSign PowerForm as part of its bid submission. The PowerForm must be completed exclusively through DocuSign by an authorized representative of the bidder prior to the bid submission deadline. Upon completion, the bidder shall upload that completed document within the OpenGov Procurement portal as part of the final bid submission.

      Failure to complete the PowerForm through DocuSign and include the executed copy in the OpenGov submission shall render the bid non-responsive and subject to rejection. The contracting authority reserves the right to verify the authenticity of any PowerForm submission through DocuSign records.

      Detailed instructions for completing and submitting the required PowerForm are provided in the document titled “Instructions for Completing Forms in DocuSign,” which is included with this solicitation. Bidders are responsible for reviewing and following those instructions in full.

    • General Insurance and Indemnity Requirements (required)

      Please download the below documents, complete, and upload.

    • New Jersey Business Registration Certificate

      Please include your New Jersey Business Registration Certificate (Including for all listed Subcontractors)

    • Equal Employment Opportunity/Affirmative Action Evidence (Optional)
    • All Required RFP Documents (required)

      All documents that are required with this RFP can be uploaded and attached here.

    • W-9 Form

      Please include a current copy with your submission.

    • All Applicable Warranties

      Please upload all relevant documents here.

    • 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
    • Will vendors require a subcontractor or subcontractors? (required)
    • Is this a cooperative bid? (required)

      When answered yes, the solicitation will include language for cooperative contracting and request vendors to state whether they are willing to extend their price as part of the cooperative. 

    • Is a Performance Bond required? (required)

    Questions & Answers

    Q (Attachments List): Hello - I see attachments in "Downloads" in alphabetical order. Is there meant to be an Attachment C? Thank you!

    A: No.


    Q (Point-of-Sale Hardware): Can ACUA provide details on the current point-of-sale hardware environment, including device types, quantities, and whether existing equipment must be supported or replaced as part of this transition?

    A: ACUA currently uses the following point‑of‑sale hardware for card‑present transactions: • Scalehouse: One credit card terminal • Main Office/Front Desk: One credit card terminal These are the only devices in use. ACUA is open to either supporting the existing terminals or replacing them based on the vendor’s proposed solution and requirements.


    Q (Definition of "fully operational" at Day 60): Ref: Page 20, Section 4.2.B The rebid RFP requires the system to be "fully operational no later than sixty (60) calendar days from the commencement of the project." Does "fully operational" require that WasteWorks integration, all POS terminals, and eCheck capability be live in production by Day 60, or does "fully operational" refer to core payment processing and settlement with WasteWorks integration validated and ready for production cutover?

    A: ACUA’s preference is that the full system—including WasteWorks integration, POS terminals, and eCheck—be operational within 60 days. However, the RFP allows vendors to propose their own implementation timeline in the “Project Workplan”, Section 4.1 of the RFP.


    Q (Training hourly rate): Ref: Page 13, Section 2.16.A Section 2.16 states that training pricing shall be "based on the hourly rate for training bid by the Contractor in response to this RFP." Should this hourly training rate be included as a line item on the revised Pricing Proposal Form, or quoted separately? Under the service fee model where ACUA pays $0.00 in fees, is training expected to be included at no additional cost to ACUA, or is it a separately compensated service?

    A: Per the RFP, all costs must be listed. The pricing form includes a section for any additional fees, so any hourly training cost should be entered there. If no training cost is listed, it will be understood as being provided at no additional charge. If training costs are only relevant beyond a certain amount of training hours, that information should also be listed.


    Q (WasteWorks integration model): Ref: Page 19, Staffing / WasteWorks Integration Requirements The rebid RFP states that WasteWorks integration is supported "only through the following certified integration partners: Global Payments, CSG Forte, and Point & Pay." In the previous Q&A (Q6), ACUA confirmed that "a tokenized payment confirmation or passback model that reliably updates WasteWorks with payment status will suffice." Does this guidance from the original solicitation still apply to the rebid, or has the Authority's expectation changed regarding the integration model?

    A: This is a standalone bid. Nothing from the previous bid applies here.


    Q (Service fee: credit vs. debit rates): Ref: Page 6, Section 2.4.G and Pricing Form Section 2 The rebid RFP and revised Pricing Form reference "percentage-based fee applied to credit card and debit card transactions" and request "Brand-level %" for Visa/MC/AmEx/Discover. The previous Q&A confirmed that ACUA processes debit cards as credit cards (0% separate debit). Should proposers provide a single flat service fee percentage applicable to all card brands and types, or does ACUA require separate rates for credit and debit transactions?

    A: Proposers should submit one flat percentage for all card brands, and ACUA does not require a separate debit rate. If a proposer intends to charge a flat fee for debit transactions, that must be clearly listed under “Additional Details” on the Pricing Proposal Form.


    Q (GATEWAY STRUCTURE FLEXIBILITY): The RFP specifies that integration with WasteWorks must occur through a certified integration partner (Global Payments/OpenEdge, CSG Forte, or Point & Pay). Please confirm that respondents may utilize one of these certified gateways for system integration while providing merchant services, payment processing, and related functionality through their own platform, provided that all integration and transaction requirements are fully met.

    A: Integration with Wasteworks must be performed through one of the identified certified integration partners (Global Payments/OpenEdge, CSG Forte, or Point & Pay), as required by the RFP.


    Q (SINGLE POINT OF ACCOUNTABILITY): Please confirm that the Authority will accept a proposal structure in which the prime contractor assumes full responsibility for all aspects of the solution, including coordination with any certified integration partners, and serves as the single point of accountability for performance, support, and issue resolution.

    A: The Authority confirms that the prime contractor shall serve as the single point of responsibility for all aspects of the proposed solution, including coordination with any certified integration partners and third-party providers. The Authority reserves the right to review and approve any proposed subcontractors or third-party providers as part of the proposal evaluation and prior to contract award.


    Q (GATEWAY NEUTRALITY): Please confirm that no preference will be given to any specific certified integration partner, provided that the proposed solution fully meets all technical, operational, and integration requirements outlined in the RFP.

    A: Proposals will be evaluated in accordance with the Evaluation Criteria set forth in the RFP. All proposed solutions must comply with the requirement to utilize one of the specified certified integration partners and must fully meet all technical, operational, and integration requirements.


    Q (SERVICE FEE INTERPRETATION): Please confirm that proposals utilizing a service fee model, where transaction fees are paid by the end user rather than the Authority, will be evaluated based solely on the service fee structure presented in the Pricing Proposal Form, and not on total transaction volume or implied processing revenue.

    A: Proposals will be evaluated in accordance with the Evaluation Criteria set forth in the RFP. Cost will be evaluated based on the pricing submitted in the Pricing Proposal Form, including the proposed service fee structure and compliance with all pricing requirements.


    Q (Disclosure of Investment Activities in Iran (pg. 27/36) ): Can you please clarify the below item in the RFP? It appears the statute listed does not pertain to Iran. Rebid – Credit Card Processing, 5. Instructions and Information to Bidders 5.7 Disclosure of Investment Activities in Iran (pg. 27/36) )[See also, RFP, 9.,1. 3rd bullet (pg. 35/36)] The statute referenced (N.J.J.S.A. 52:25-24.2) is related to ownership of company, not Iran.

    A: The Authority acknowledges the typographical error in the statutory citation. The correct statute for Disclosure of Investment Activities in Iran is N.J.S.A. 52:32-55 et seq. All proposers are required to comply with this requirement as set forth in the RFP.


    Q (Surety Bond/Bid Guarantee): Please confirm if a surety bond is required with the RFP response or only upon award. The RFP states: The bidder to whom the award is made will be required to execute a written contract with the Owner and to furnish appropriate surety bonds as specified within ten (10) days after notification of the award of contract. But also states: 5.3. CAUSES FOR REJECTING BIDS Bids may be rejected for any of the following reasons: Failure to include either a bid guarantee pursuant to N.J.S.A. 40A:11-21 and certificate from a surety company pursuant to N.J.S.A. 40A:11-22;

    A: A bid guarantee or surety bond is not required for this solicitation. The references to bid guarantees and surety bonds in the RFP are not applicable to this procurement and shall not be considered as requirements. Proposals will not be deemed non-responsive for failure to include a bid bond, certified check, or surety.


    Q (Zero Cost to ACUA” Enforcement): Please confirm whether the “$0 cost to ACUA” requirement applies across all payment types, including card, ACH/eCheck, chargebacks, PCI fees, and gateway or pass‑through fees?

    A: Yes, the “$0 cost to ACUA” requirement applies to all payment types and related services, including credit/debit card processing, ACH/eCheck, chargebacks, PCI compliance fees, gateway fees, and any pass‑through or ancillary fees. If any cost would be incurred by ACUA for any of these services, it must be fully detailed in Section 5 of the Pricing Proposal Form or in Section 6 of the Pricing Form.


    Q (WasteWorks gateway): Can ACUA confirm whether respondents may leverage a certified WasteWorks gateway (Global Payments, CSG Forte, or Point & Pay) as the system of record while providing additional, non‑core payment platform functionality (e.g., customer portal, reporting, fraud tools) layered on top of that certified integration?

    A: At this time, ACUA does not have confirmation from WasteWorks regarding whether adding a third‑party customer portal or other non‑core payment features on top of a certified payment gateway would affect the integrity or supportability of the existing WasteWorks integration.


    Q (Evaluation & Scoring Transparency): Will failure to meet any “mandatory” requirement (e.g., certified WasteWorks integration) be grounds for automatic disqualification regardless of scoring in other categories?

    A: Yes.


    Q (WasteWorks Integration): Is the ACUA looking for only the 3 named certified gateway/integration partners to respond to the RFP?

    A: No. The Authority is not limiting responses to the three named certified integration partners. However, as stated in the RFP, integration with Wasteworks must be performed through one of the specified certified integration partners (Global Payments/OpenEdge, CSG Forte, or Point & Pay). All respondents must comply with this requirement.


    Q (Prime vs. Sub Respondent): Does the ACUA intend for the 3 named certified gateway/integration partners to serve as a prime or sub contractor for this RFP?

    A: The Authority does not prescribe whether the certified integration partner must serve as a prime contractor or subcontractor. The Authority reserves the right to review and approve any proposed subcontractors or third-party providers as part of the proposal evaluation and prior to contract award. Respondents may structure their proposals accordingly; however, all requirements of the RFP must be met, including the requirement to utilize one of the specified certified integration partners for Wasteworks integration. The awarded vendor shall remain fully responsible for all aspects of the proposed solution.


    Q (WasteWorks Integration): If the three certified gateway/integration partners have an existing interface with WasteWorks, can the ACUA please provide more clarification around what custom development work (3rd bullet on page 19 of the RFP) would need to be achieved for the Authority?

    A: The RFP language is general. If a proposer uses a certified gateway with an existing WasteWorks interface, ACUA does not expect additional custom development. Any customization would only be needed if a vendor proposes processes outside the standard integration.


    Q (General Insurance and Indemnity Requirements): Hello - the link to download this document on page 36 is not working. Could you please provide a full link? Thank you!

    A: The link is active and working. Please try from a different computer.


    Key dates

    1. March 24, 2026Published
    2. May 1, 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.