SOLICITATION NOTICE
99 -- narcotics incineration services - RFP
- Notice Date
- 3/18/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
- ZIP Code
- 20229
- Solicitation Number
- HSBP1011R20062726
- Archive Date
- 4/16/2011
- Point of Contact
- Ebrima Conteh, Phone: 317-614-4587, Anthony E. Amerson, Phone: 202-3441254
- E-Mail Address
-
ebrima.conteh@dhs.gov, anthony.amerson@dhs.gov
(ebrima.conteh@dhs.gov, anthony.amerson@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- RFP AWARD CRITERIA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. US Customs and Border Protection is seeking proposals for narcotics incineration services in accordance with the attached Statement of Work (SOW) and all clauses/provisions found in this document.The North American Industry Classification System (NAICS) code is 562211. This solicitation will be issued through Federal Business Opportunities (FedBizops) website (www.fedbizops.gov). The United States Customs and Border Protection is seeking a vendor to provide the use of their incineration facility to officers of the Customs and Border Protection to secure the incineration of narcotics. Definition of Terms Hard Narcotics are Cocaine, Heroin, and Methamphetamine whether dry or wet; Soft Narcotics are Marijuana, Hashish, Steroids, Opiates, and Khat that do not fall under Hard Narcotics whether dry or wet The term environment is inclusive of all interior spaces, air, ground, subsurface, and water. Completely Incinerated Narcotics is considered to be narcotics incinerated to a point that the ash generated from the narcotics incineration process no longer holds any composite of drugs. This requirement will be solicited under full and open competition. The anticipated contract type will be firm fixed price IDIQ with fixed priced task orders for one base year and four (4) one- year option periods. Continuation of the agreement each year will be dependent on the availability of funds. The base year period of performance shall be May 01, 2011 through April 30, 2012 Basis of Award: The Government will award a contract resulting from this combined synopsis/solicitation based on lowest priced technically acceptable with a satisfactory past performance. Satisfactory past performance is defined as a minimum of a satisfactory rating on all five questions on the past performance questionnaire. When assessing an offeror's past performance we may also contact other sources of information, including but not limited to the following: •· Federal, state, and local government agencies •· Better business bureaus •· Published media EVALUATION FACTORS The Government will award a contract resulting from this combined synopsis/solicitation based on lowest priced technically acceptable with a satisfactory past performance. Satisfactory past performance is defined as a minimum of a satisfactory rating on all five questions on the past performance questionnaire; additionally when assessing an offeror's past performance we may also contact other sources of information, including but not limited to the following: •· Federal, state, and local government agencies •· Better business bureaus •· Published media In order to be deemed Technical acceptability; an offeror must be rated acceptable in all five technical evaluation factors below: A rating of unacceptable shall result in an automatic disqualification from consideration. •A. Ability to completely incinerate hard narcotics at High BTU (British thermal unit), soft narcotics at Low BTU (British thermal unit) and narcotics soaked in gasoline. •B. A permitted thermal capacity of 213.5 MMBTU/hr. •C. Contractor's Incineration Facility must be located in a geographical area where emergency responders can reach the location within 10 to 15 minutes. D. Capacity to maintain Closed Circuit Television Cameras (CCTV) System to monitor the incineration process as it occurs. •E. The capacity to incinerate soft and hard narcotics at a minimum rate of 2,000 lbs per hour. The completed questionnaires shall be sent to the contracting officer Ebrima Conteh at ebrima.conteh@dhs.gov no later than 2:00 pm Eastern Standard Time (EST), April 01, 2011. Each vendor is responsible for coordinating with their referenced customers to ensure that completed past performance questionnaires are submitted to the Contracting Officer Ebrima Conteh at ebrima.conteh@dhs.gov no later than the above referenced date/time. Proposal The price per pound for incinerating soft and hard narcotics shall be evaluated and shall include over head, cost of all labor, supplies, equipment, CCTV monitoring, parking and supervision. Interested vendors shall provide pricing per pound for one year and two one-year option periods. The Government will evaluate each Offeror's price to determine fairness and reasonableness. Price Proposals will be evaluated using one or more of the techniques defined in FAR 15.101 in order to determine if the price is reasonable. If a vendor intends to respond to this solicitation by submitting a proposal and has questions concerning the solicitation and its requirements the deadline for submitting questions is 2.00 PM Eastern Standard Time March 25, 2011. Vendors shall submit their proposals electronically to Ebrima Conteh, Contracting officer (email: ebrima.conteh@dhs.gov) by 2 PM Eastern Standard Time April 01, 2011. The total amount of hard narcotics incinerated last year was approximately 4,400 pounds The total amount of soft narcotics incinerated last year was approximately 41,600 pounds CONTRACT MINIMUM AND MAXIMUM: (a) The minimum guaranteed dollar value for Base Year shall not be less than $5,000.00. There are no minimum guaranteed requirements for the Option Years. (b) The maximum dollar value of this IDIQ contract shall not exceed $ 432,566.71 CONTRACT ADMINISTRATION DATA: The Contracting Officer (CO) is responsible for the administration of this contract. The Contractor is advised that only the CO, acting within the scope of the contract and, after advice and consultation with the Contracting Officer's Technical Representative (COTR), has the authority to make changes to the Contract/Task Order (TO). In no event shall any understanding, agreement, modification, or change order between the Contractor and a person other than the CO that deviates from the terms and conditions of this contract be effective and binding upon the Government. LIST OF ATTACHMENTS: Attachment No: TITLE 1. Statement of Work 2. Past Performance Questionnaire 3. DOL Wage Determination
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/HSBP1011R20062726/listing.html)
- Place of Performance
- Address: At Contractor's Incineration Facility, United States
- Record
- SN02404601-W 20110320/110318234637-6f0e26e1480a6eb35e14246d1ec16d65 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |