Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 04, 2013 FBO #4149
MODIFICATION

99 -- FY 13 NATIONAL NARCOTICS DESTRUCTION INCINERATOR (NDI) PROGRAM - Final RFI

Notice Date
4/2/2013
 
Notice Type
Modification/Amendment
 
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
FINAL RFI HSBP1013I4474 Request for Information (RFI) NATIONAL NARCOTICS DESTRUCTION SERVICES 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 the type of Narcotic Destruction service facility available and the cost to perform services recognizing the stated needs and requirements below. 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. 1.0 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 regional field offices 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 and an armed convoy to guard the transport, which is costly and takes significant time away from the primary mission. 2.0 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 destroying 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. Applicable permits are not currently required to have "narcotics" stated in their waste stream, but the vendor should provide enough information that implies the reference system could be permitted for CBP needs. CBP is currently in the planning phase of a national narcotics destruction program and seeking to identify each and every "narcotics capable" destruction facility within the continental United States. 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. 3.0 Requested Information: CBP seeks information regarding commercial narcotics destruction services and/or facilities located within the United States. Interested parties are requested to submit a capability statement not more than ten (10) pages in length that: •· Demonstrates the respondent's ability to meet the requirement specified below •· Provide the company name and address, point of contact with phone number and e-mail, business size, and DUNS number •· Any other pertinent information related to the requirement(s). All responses shall be submitted electronically (MS Word 2003 compatible or Adobe PDF format). Responding to this RFI is not a perquisite to bid on a subsequent RFP, if one is issued. 3.1 Destruction Requirements Interested Parties should describe a commercial destruction system capable of meeting the requirements below. Also describe the historical availability of operation on a monthly basis and scheduled downtime such as routine maintenance. •· Processing (destroying) at least 500lbs. /hr with a preferred minimum of 1000 lbs. /hr. •· Processing a package with dimensions up to 48" x 24" x 16" and weight up to 200 pounds. •· At a minimum, the commercial facility must have the capability and proper permits to completely destroy the following materials. However, CBP is not able to anticipate all the different contraband or packaging that may be seized. However, a sample waste characterization is available upon request. •ü Contraband - Marijuana, Cocaine, Heroin, Hashish, Opiates, Khat, Steroids, Syringes/Needles, Prescription Drugs. •ü Packaging Materials - Cardboard, Wrapping paper, Saran Wrap, Aluminum foil, Duct tape and derivatives, Scotch tape and derivatives, Packing tape and derivatives, Plastic evidence bags, Grease/oil. •· A segregation strategy that ensures that CBP contraband will not be mixed with any other product before entering the system. Preprocessing (shredding) of the material is not desirable. •· 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. •· All services, equipment, and facilities shall meet all applicable Federal (OSHA, EPA, and FDA), State and Local health requirements. 3.2 Facility, equipment, and services Respondents should describe the proposed facility where the narcotics destruction would take place. The description should include the following: •· Location (address) of the facility, •· Equipment to be used for the commercial destruction service, •· A description of the environmental controls in place, AND •· A description of any security or surveillance equipment. 3.3 Describe one day capacity Interested parties should describe the amount of narcotics that could be destroyed if given an eight (8) hour block of time. This estimate should include any time involved in loading the contraband onto the equipment, as well as any adjustments and services which must be performed between loads within the eight hours. 3.4 Licenses, Certificates, or Waivers Describe the licenses held or required to operate such a facility and equipment for the destruction services. 3.5 Verifiable Contraband Destruction and Disposal Describe how all contraband material (narcotics) could be completely and verifiably destroyed and disposed of. There should be no detectable levels, of narcotics in any byproduct of the destruction process (such as ash), as measured by standard analytical methods. Any description should explain: •· Method or analytical analysis that could be used to determine complete destruction. •· How the ash and residue are properly and safely disposed of after incineration. 3.6 Quality Assurance Describe in general terms the Quality Assurance processes used to maintain proper functioning of the facility and the commercial destruction services. 3.7 Pricing Describe the anticipated costs for such a system using industry standard pricing. This price should represent the estimated costs to perform this service in the commercial marketplace. These estimates in no way obligate the respondent and do not constitute a proposal within the meaning of the Federal Acquisition Regulations. 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
 
Record
SN03026782-W 20130404/130402235305-cca62495e02ff5adaf7d8d43cd1c4d7d (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.