SOURCES SOUGHT
99 -- FY 13 NATIONAL NARCOTICS DESTRUCTION INCINERATOR (NDI) PROGRAM - RFI DOCUMENT
- Notice Date
- 4/2/2013
- Notice Type
- Sources Sought
- 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
- HSBP1013I4474
- Archive Date
- 5/4/2013
- 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
- RFI HSBP1013I4474 Request for Information (RFI) NATIONAL NARCOTICS DESTRUCTION INCINERATOR (NDI) PROGRAM This request for information (RFI) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government to issue a Request for Proposal or award a contract. The Government does not intend to award a contract on the basis of responses or otherwise pay for the preparation of any information submitted or the Government's use of such information. Sources responding to this RFI should submit the minimum information necessary for the government to make a determination that the source is capable of satisfying the requirements. Responses to this RFI should include information as to type of Narcotic Incineration service facility available for the permanent destruction of illicit and illegal drugs and cost to perform services. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government's evaluation of the information received. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this RFI or the Government's use of such information as either part of an evaluation process or in developing specifications for any subsequent requirement. Please submit responses electronically to Ebrima Conteh, Contracting Officer (email: ebrima.conteh@dhs.gov ) by 2 PM Eastern Standard Time April 19, 2013 Questions and comments should be submitted electronically to Ebrima Conteh, Contracting Officer (email: ebrima.conteh@dhs.gov ) by 2 PM Eastern Standard Time April 10, 2013. Synopsis: CBP has a requirement to improve its efficiency for destruction of seized illegal narcotics nationwide. The current procedure CBP uses is as follows: Many CBP sectors are required to store large amounts of narcotics, enough to fill a semi-trailer, and haul it to a central incinerator for destruction. Often, the incinerator is in another State. This process requires a large secure storage facility, an armed convoy to guard the transport. This Process is costly and takes time away from primary mission. Purpose: This RFI is hereby released for the purpose of identifying interested commercial sources in the waste disposal industry that can provide commercial facilities capable of safely incinerating illicit and illegal goods, substances, and contraband (hereinafter "goods") to a state of their complete destruction or to the point of being rendered useless. CBP is requesting industry feedback and insight of capable vendor facilities which meet all statutory and regulatory requirements for specific states, county and local laws and can present current applicable licenses, certificates and waivers to the Government along with documents that illustrate the vendor's compliance. CBP is in the planning phase of a national narcotics destruction program and seeking to identify each and every narcotic destruction facility within the continental United States. CBP's Primary Need for Narcotic Incineration service facilities include 1. A Waste Disposal system that can provide Narcotic Incineration services capable of operating in outside ambient air temperatures that ranges from -20 to +120 degrees Fahrenheit with humidity conditions from 10 to 100% 2. A system with the capability of completely destroying narcotics to a point where there are no detectable levels, as measured by standard analytical methods, of narcotics in any byproduct of the destruction process. 3. The system shall be capable of operating a minimum of 8 consecutive hours per day There shall be interlocks to interrupt the process in an emergency event 4. The NDI shall be capable of processing at least 500 lbs/hr with a preferred minimum of 1000 lbs/hr of bulk drugs or similar substance. These drugs are usually tightly compressed "bricks" or "bales". The CBP estimates that the system shall be available for operation on average 8 hours per day, 5 days a week for 48 weeks out of the year 5. The NDI vendor shall be responsible for all equipment operation, repair and maintenance 6. The NDI must be able to effectively and safely process a variety of feed streams. All boxes and packaged material must enter the destruction system without having to be opened or mixed with any other material 7. The NDI will be required to accept a package up to 48"x24"x16" in dimension and weigh up to 200 pounds. However, the typical package or box will weigh between 40-60 pounds. The integrity of the destruction process should be such that the material to be destroyed cannot be redirected or retrieved once it is committed to destruction. 8. A self-contained emissions filtration unit (scrubber system) as required by state environmental regulations 9. A major system that include a Destruction Subsystem with its burner and feeder assembly 10. An Operator's Console and Displays; and various Safety and Warning devices 11. Each section and all storage compartments shall require a key lock. 12. A system with all sections and compartments that have matched keys. The NDI system shall be capable of the complete destruction of all narcotics at the POE 13. If an onsite NDI including mobile capability is feasible the installation and integration of the NDI into the government provided facility shall be the responsibility of the contractor Responses: In an effort to assist CBP improve its narcotics destruction business practices by identifying all narcotics destruction facilities within the continental United States that meet our requirement; vendors who have a narcotics destruction facility that meets the requirements stated above should provide responses to the following questions and requirement. •1. Describe your capability to safely provide incinerator services for the destruction of illicit and illegal goods, substances, and contraband. •2. Where is the facility located •3. Provide a rough Cost Estimate for destroying one pound of soft narcotics and one pound of hard Contact Information: Contracting Officer: Ebrima Conteh Phone Number: 317-614-4587 Email address: ebrima.conteh@dhs.gov Customs and Border Protection Field Operation Contracting Division 6650 Telecom Dr. Suite 100 Indianapolis, IN 46278
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/HSBP1013I4474/listing.html)
- Place of Performance
- Address: iNDIANAPOLIS in, iNDIANAPOLIS, Indiana, 46278, United States
- Zip Code: 46278
- Zip Code: 46278
- Record
- SN03026781-W 20130404/130402235304-fe7d278c580d6390066e481b111df5f1 (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 |