The RFP Database
New business relationships start here

Narcotics/Contraband Destruction


Indiana, United States
Government : Homeland Security
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

 

(1) 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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.


(2) The solicitation number is 70B03C19Q0000018 and is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is Primary 56221 Waste Treatment and Disposal.


(3) This procurement shall be Open Market. All qualified, responsible sources may submit an offer that shall be considered by the agency. Offerors are advised that they are responsible for obtaining any amendments as results of questions or changes. The resulting Basic Ordering Agreement (BPA) contract shall be awarded to the offeror who provides the lowest-priced technically acceptable (LPTA) quote in compliance with the Statement of Work (SOW). Site destination shall be located in the most Southern Florida area due to the required distance allowance from secure storage location.


You must be able to provide the following certification upon request.

•·         Occupational Safety and Health Administration (OSHA) certified

•·         ISO-14001 certification for Environmental Management System (EMS),

•·         Shall meet all Federal, state and local regulatory requirements.

•·         US Environmental Protection Agency (EPA)

 


(4) The Department of Homeland Security (DHS), Customs and Border Protection (CBP) intends to award a BPA contract for the procurement of secure destruction of seized items and contraband/narcotics. It is required that all contractors submitting a quote in accordance with this Request for Quote (RFQ) and the attached Statement of Work (SOW) demonstrating they can fulfil stated requirements. CBP reserves the right to award with or without a site visit to the contractor's facility, as well as, make unscheduled inspections post-award to ensure acceptable conditions and that all requirements listed are being met.


(5) The purpose of this procurement action is to procure at minimally every 30 day the destruction of narcotics and other contraband on an as-needed.  Contract shall be certified/complaint with the above listed certifications and regulatory requirements. Please see attached Statement of Work for details additional requirements.

(6) Contractors shall provide company point of contact, company address, DUNs number, phone number, and email address. Contractors must complete and sign Blocks 13, 14, 15, and 16 on page one of this SF 18 form (RFQ Packet). Contractors must submit RFQ Packet including any acknowledgement of any modifications or amendments. Attached quote for price per unit/monthly disposal, as well as, each option year. In order to be considered for option years, pricing shall be added to quote. Quotes that are incomplete, unsigned, or late will not be considered.


(7) The vendor selected for award MUST be currently registered in System for Award Management (SAM) at https://www.sam.gov/portal/SAM/#1 and receive payment via Electronic Funds Transfer (EFT) as a condition of the contract. Registration in SAM requires a valid Dun & Bradstreet (DUNS) number. No award can be made to a vendor not registered in SAM.

(8) Delivery of Submittals: Contractors must complete and submit the first page of the RFQ packet, as well as, the attached price quote as described above and any supporting documentation. A technical evaluation will be done so clarity of the quotes is critical. Your RFQ packet must be RECEIVED through email or Fax to the Contract Specialist no later than December 20, 2018 at 12 noon. Eastern Time (Indianapolis). No phone calls will be accepted. Late submissions will not be accepted. The electronic submission should be addressed to the Contract Specialist Shelly Julien via email to shelly.a.julien@CBP.DHS.GOV; Fax number: 317-298-1344.

(9) Note: Intended Period of performance shall be a base year and four possible service year:

Base Year: January 1, 2019 - December 31, 2019
Service Year 1: January 1, 2020 - December 31, 2020

Service Year 2: January 1, 2021 - December 31, 2021

Service Year 3: January 1, 2022 - December 31, 2022

Service Year 4: January 1, 2023 - December 31, 2023


Actual period of performance dates shall be outlined at award.

(10) Type of Contract/Oder: The award will be a Firm-Fixed Price (FFP) Basic Purchase Agreement

       (BPA)

 

(11) The Service Contract Act (SCA) Wage Determination (WD) 15-4233, Rev 3 and Executive Order (EO) 13658 are applicable to this requirement. 

(12) Wage Determination Information, (WDOL) is part of the Integrated Acquisition Environment, one of the E-Government initiatives in the President's Management Agenda. It is a collaborative effort of the Office of Management and Budget, Department of Labor, Department of Defense, General Services Administration, Department of Energy, and Department of Commerce. This website provides a single location for federal contracting officers to use in obtaining appropriate Service Contract Act (SCA) and Davis-Bacon Act (DBA) wage determinations (WDs) for each official contract action. The website is available to the general public as well. Guidance in selecting WDs from this website is provided in the WDOL.gov User's Guide. Web site https://www.wdol.gov/

(13) Attachments Packet:
1. Request for Quote (RFQ)
2. Statement of Work (SOW)


Shelly A. Julien, Contract Specialist, Phone 3176144425, Email shelly.a.julien@cbp.dhs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP