SLED Opportunity · FLORIDA · PINELLAS COUNTY
AI Summary
Pinellas County seeks professional engineering services for its Waste to Energy Facility, including operational support, environmental monitoring, and project assistance. The RFP emphasizes qualifications, economic impact, and compliance with submission requirements. Proposals are due April 23, 2026.
The Pinellas County Solid Waste department requires professional engineering consultation services for operational and maintenance activities and issues associated with the Pinellas County Waste to Energy Facility including the preparation and review of operating and maintenance reports, conducting facility inspections, and providing project and construction support services.
The Pinellas County Solid Waste department (SWD) owns a Waste to Energy Facility (WTE) with a designed waste throughput capacity of 3,000 tons per day and electrical generation capacity of 75 Megawatts. The WTE is operated by a qualified third-party vendor (FCC Environmental). SWD maintains a Solid Waste Master Plan with a vision of Zero Waste to Landfill by 2050 and continued reliable operation of the WTE is a key strategy to help achieve that vision. The services provided under this RFP includes but is not limited to WTE operation monitoring and reporting, environmental emissions monitoring and reporting support, electrical generation support services, project support services related to waste and residue processing and recycling, surveying and mapping support services, and design and construction support services related to WTE operating, processing and electrical generation improvements.
A statement describing the Proposer’s qualifications and experience in providing the same or similar services as outlined in the RFP Scope of Work. This description should include the names of the person(s) who will provide the services, including any subcontractors, their qualifications, and the years of experience in performing this type of work/services.
A separate written narrative describing the methods and/or manner in which the Proposer proposes to satisfy the requirements of the Scope of Work.
A proposed Statement of Work that enumerates and defines the work/services that Proposer will provide to the County to complete the Scope of Work in this RFP, including each task, deliverable, and/or goods or products comprising the services Proposer will provide, as well as a proposed completion schedule for each task or deliverable, if applicable. The Proposer’s Statement of Work shall be in a form that can be incorporated into the Services Agreement at the County’s option.
The proposed compensation to be paid by the County for the services identified in the Statement of Work, including the methodology for determining the compensation. Unless the method of compensating Proposer for the services is otherwise specified in Section B, paragraph 5, Proposer shall specify whether the proposed compensation is based on: (i) a lump sum not-to-exceed amount; (ii) time and materials with a not-to-exceed amount;(iii) milestone payments upon completion of identified tasks or deliverables; (iv) percentage of completion of the services; or (v) any other proposed method of compensation.
Proposer is advised that exceptions to any terms and conditions contained in this RFP or the Services Agreement must be stated with specificity in its response to the RFP. The points available under this criterion will be deducted if the Proposer takes exception to any language to this RFP package. Failure to provide exceptions with the submittal shall result in the mandatory acceptance of the agreement as submitted herein by default. Exceptions must be submitted on a separate sheet titled: exceptions.
Pre-populated by the Purchasing, the purpose of this criterion is to affect an equitable distribution of contracts. This criterion is evaluated based on CCNA Continuing contract value encumbered (Purchase Orders issued) to a firm during the (2) previous completed fiscal years through current to date. The points are worth 5 percent of the overall points available and are distributed as follows:
$0 - $200,000 – 5% of points available
$200,001 - $400,000 – 4% of points available
$400,001 – $600,000 – 3% of points available
$600,001- $800,000 – 2% of points available
$800,001 - $1,000,000 – 1% of points available
Over $1,000,000 – 0% of points available
Based on a typical 1,000-point evaluation scoring process, a firm deemed to be in the $0-$200,000 category threshold would be allotted 50 points etc.
Provides points pre-populated by the Purchasing Department for minority business status as designated by the Florida State Office of Supplier Diversity, Department of Management Services. If the firm, or its sub-contractors, is designated as a minority business by the Florida State Office of Supplier Diversity, Department of Management Services, 2.5% of the total evaluation points are awarded. If the firm does not have minority business status as per the Florida State Office of Supplier Diversity, Department of Management Services, 0% of the points available are awarded.25
Did you read through and confirm that you met all of the proposal requirements?
1. Human Trafficking Affidavit
2. Foreign Countries of Concern Affidavit
3. Truth in Negotiations
Please Upload your COMPLETE Proposal here. Upload fee proposal separately in the next step.
Confirm that your fee proposal is not attached in your Proposal and is attached separately here.
Each bid shall be accompanied by a certified cashier’s check, or bid bond, in the amount of XXXXXof the total bid price, payable toPinellas County, as a guarantee that the bidder, if its bid is accepted, will promptly execute the Agreement. The bidder shall guarantee the total bid price for a period of 60 days from the date of the bid opening.
Please scan and upload a copy of your bid bond/cashier's check. Bidder must also MAIL bid guarantee with a postmarked date no later thanThursday, April 23, 2026 addressed to:
Pinellas County
Pamela Ulrich
3095 114th Avenue N
Clearwater,FL33716
Please have the Bidder Name, Contract Title ("Waste to Energy Continuing Professional Engineering Services"), and Contract Number ("26-0406-REQ") listed clearly on the outside of the envelope.
The contract shall be executed by the successful bidder and shall be returned, together with the Payment Bond, Performance Bond and Certificate(s) of Insurance to Pinellas County so that it is received within 14 working daysafter the bidder has received the contract for execution. Failure to do so shall be just cause for forfeiture of the proposal guaranty.
Will this solicitation require a bid bond?
Would you like to have bidders respond to an electronic pricing table through ProcureNow?
Some examples of of when to say "yes":
If you are NOT using the Electronic Pricing Table option, will you want your bidder to separate a Price Proposal from the rest of their Response? You'll want to do this if you open your bids initially WITHOUT showing price, and then come back in after a technical evaluation to unseal pricing later.
Will there be an evaluation committee to review the proposals and score them based on weights and multiple criteria?
Q (Firms Selected): How many firms will be selected for this Continuing Professional Engineering Services.
A: The number of firms selected will depend on the quality of the responses. The current contract has four firms, but the new number may be different.
Q (Facility Data): To support a common understanding among all proposers is the procurement department able to provide the most recent (6) months of operating data and the facility punch list?
A: See attachment (Addendum No. 1) providing operating data from October 2025 through January 2026 plus the final Dec. 2025 punch list. Operating data for February and March of 2026 is not yet available.
Q (Example Projects Age): Will you accept B. TAB 1 – STANDARD FORM (SF) 330 Section F example projects completed 10 or more years ago? " What is the age limit, and are there point deducts at any specific theshold?
A: Please provide 10 projects regardless of age. The evaluation committee will determine point scores.
Q (Shortlist?): Will there be a shortlist and/or oral presentations, and if so, what scoring weight will oral presentations carry?
A: There will not be oral presentations for this RFQ as it is a Continuing CCNA Contract, but multiple vendors will be chosen.
Q (Timeline): What is the anticipated timeline for (a) ranking/selection, (b) negotiation(s), and (c) Board approval/award?
A: The evaluation will take place approximately 2-3 weeks after the RFQ opens and will be posted on the Pinellas County Calendar. Recommendation should take place the following week, with negotiations to follow. No timeline for award at this time.
Q (Rates): The County reserves the right to re‑negotiate rates during the term. How often does the County expect rate re‑negotiation (annual, upon extension, “as needed”), and what documentation will be required?
A: This will be discussed in the event of a term extension.
Q (Onsite Time): What fraction of the total time for the scopes of work is expected to require being onsite to complete, versus work in local or remote offices?
A: Certain tasks will require significant time onsite to complete the scope of work, those tasks include WTE operations and project monitoring. Because time onsite is task specific it is not possible to provide an accurate total time onsite expectation. A very general estimate would be 50%.
Q (Scope): What are the top 5 service types you anticipate using most frequently in the first 12–24 months (e.g., operations monitoring, environmental compliance support, design support, CEI, cost estimating, etc.)?
A: WTE Operations Monitoring, Environmental Support Services, Electrical Project and Support Services, Construction Project Monitoring, and Design Review and Support services.
Q (Pain Points): What are the current operational / maintenance pain points driving this procurement (e.g., reliability, availability, outages, aging systems, punchlist backlog, reporting gaps)?
A: The WTE is a 50 year old facility that requires regular maintenance to ensure the system runs reliably. Through continuous contractor performance monitoring and reporting, this contract will help ensure the operator is operating the WTE safely and efficiently and is performing all preventative maintenance and repairs as needed to reach and maintain 90% availability.
Q (Inventory Scope): For “WTE inventory support and audit services”: What inventory is included (spare parts, chemicals, consumables, ash/residue, tools) and how often are audits expected?
A: It is anticipated that inventory audits would occur once per year.
Q (Interfaces for data): Will the consultant be authorized to coordinate directly with the facility operator (FCC Environmental) and receive operating data, reports, and site access, or must all requests route through County staff?
A: The consultant will be authorized to coordinate directly with the WTE facility operator as needed. The County expects to be included on any communications to the facility operator.
Q (Communication): Who will be the County’s designated Director/Designee issuing work assignments and approving deliverables? (Role/title is sufficient.)
A: The Operations Management Section Manager responsible for overseeing the Waste-to-Energy and Landfill operations.
Q (Capital Improvements): What capital improvements are currently anticipated or funded over the next 1–3 years (system upgrades, turbine/generator, boiler/combustion, air pollution control, ash handling, controls, etc.)?
A: The Capital Improvement Plan consists of Extended Maintenance Projects including boiler pressure parts replacements, WTE stoker replacement, WTE structural steel replacement and refurbishments, enhanced metals recovery, and WTE process and efficiency improvements.
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
AI-powered intelligence for the right opportunities, the right leads, and the right time.