SOURCES SOUGHT
99 -- Emergency Response, Transportation, and Disposal
- Notice Date
- 12/21/2012
- Notice Type
- Sources Sought
- NAICS
- 562112
— Hazardous Waste Collection
- Contracting Office
- Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, District of Columbia, 20537
- ZIP Code
- 20537
- Solicitation Number
- DJD-13-N-0002
- Archive Date
- 1/22/2013
- Point of Contact
- Ryan Connally, Phone: 202-307-4042
- E-Mail Address
-
ryan.p.connally@usdoj.gov
(ryan.p.connally@usdoj.gov)
- Small Business Set-Aside
- N/A
- Description
- GENERAL INFORMATION Document Type: Sources Sought Notice Notice Number: DJD-13-N-0002 Posted Date: 12/21/2012 Response Date: 01/07/2013 NAICS Code: 562112 Size Standard: $12.5 Million CONTRACTING OFFICE ADDRESS Department of Justice, Drug Enforcement Administration, Office of Acquisition & Relocation Management, 8701 Morrissette Drive, Springfield, VA 22152. DESCRIPTION This is a SOURCES SOUGHT notice. This is not a request for proposals and does not obligate the Government to award a contract. All responsible businesses, including small businesses, are encouraged to respond to this notice. The information requested by this notice will be used within the DEA to facilitate the decision making process and will not be disclosed outside the agency. The DEA will not be responsible for any cost incurred by interested parties in responding to this notice. Unsolicited proposals or offers of any kind will not be considered in response to this notice. All information received in response to this notice that is marked Proprietary will be handled accordingly. Responses to this notice will not be returned. The DEA Hazardous Waste Section is seeking information from potential sources for emergency response, transportation, and disposal services, in accordance with the attached Statement of Need. At this time, questions concerning the composition and requirements for a future Request for Proposal, as well as those regarding the nature of the services to be performed under any future related initiative will not be accepted. Email responses to this sources sought notice to Contract Support Specialist Ryan Connally at ryan.p.connally@usdoj.gov by 4:00 PM Eastern Time on January 07, 2013. PLACE OF PERFORMANCE The primary place of performance is anticipated to be various domestic DEA locations nationwide. See below Statement of Need for specific locations. STATEMENT OF NEED The DEA’s primary responsibility is for enforcing the Controlled Substances Act. As part of this primary responsibility, DEA becomes the generator of hazardous waste seized at clandestine drug laboratories and hazardous waste generated by DEA forensic laboratories or other DEA waste-generating activities; therefore becoming responsible for the compliance with Federal, state and local regulations pertaining to its management. DEA is also responsible for funding the cleanup and disposal of state and local hazardous waste seized at clandestine drug laboratories, and the transportation and disposal of state and local waste that has been packaged and stored at various Authorized Central Storage (ACS) sites throughout each contracted state. DEA has a need to secure the services, based on the best value to the government, of one contractor in each state of Alabama, Arkansas, Florida, Illinois, Indiana, Kansas, Kentucky, Michigan, Mississippi, New York, North Carolina, Ohio, Oklahoma, Pennsylvania, Tennessee, and Virginia. A certified/qualified contractor is needed to (1) perform emergency response, cleanup and disposal services of hazardous and non-hazardous waste encountered at clandestine drug laboratories; (2) pickup, transport and dispose of hazardous and non-hazardous waste stored at state and local ACS locations; and (3) provide certification training for the proper packaging and transporting of hazardous waste associated with DEA’s ACS programs. The best value Contractor will properly manage and perform the "duties of a generator" to include hazardous material (HazMat) emergency response, hazardous waste characterization, lab packing, and/or transportation and storage of hazardous material or hazardous waste seized by Federal, state, and local law enforcement agencies at clandestine drug laboratories, generated by forensic laboratories, mobile laboratories, training exercises, or by other waste-generating activities authorized by DEA. The proper management and destruction of these wastes must be performed in manner that ensures the waste is destroyed in accordance with all applicable Federal, state and local laws and regulations at an Environmental Protection Agency (EPA) permitted incinerator facility. All waste must be incinerated in a manner that renders the waste unusable and impossible to recover. In general: The Contractor shall have a 24 hours per day, seven days per week, 365 days per year, capability for responding to a clandestine drug laboratory site with enough trained personnel, equipment and material to perform the required level of effort without delay and within the specified response times. The Contractor shall utilize only those employees who have had current training that meets the pertinent requirements of OSHA, EPA, DOT and any other applicable federal, state, or local training requirements to perform the services indicated within the Statement of Need. The Contractor shall have the capability and level of expertise to provide the certification training for law enforcement personnel to properly characterize, lab-pack, and transport hazardous waste to and from the ACS sites in accordance with all applicable Federal, state and local laws and regulations. The Contractor shall have the appropriate type and number of transport equipment at an authorized removal site at the required time to ensure that the departure from the site is not delayed. All motor vehicle operators designated and/or tasked to transport material or waste per the statement of need shall obtain a State-issued hazardous material endorsement to his/her commercial driver’s license in accordance with 49 CFR 383.93. The Contractor shall provide a secure storage area that meets all Federal, state, and local requirements for storage of all hazardous waste or hazardous material. The area where DEA waste or material is accumulated must be protected from weather, fire, physical damage and vandals and/or theft. The Contractor shall have all applicable, current permits, licenses, training certificates and other forms of required documentation to perform the services indicated within the Statement of Need. The Contractor shall have the capability or means to incinerate all waste, other than compressed gas cylinders, appliances, and scrap metal, in accordance with all Federal, state, and local laws and regulations and the facility’s operating permit requirements to include the ability to provide a Certificate of Destruction (CD) for each waste incinerated/disposed. REQUIREMENTS Refer to the attached Statement of Need for details. All responses must be able to perform all items articulated in this notice. Interested vendors possessing the required capabilities should respond by providing the Government the following information: 1. Company name; mailing address; physical address; point of contact; telephone number; fax number; e-mail address; DUNS number; NAICS code; company business size (if small, indicate type); and GSA schedule number (if applicable). 2. A corporate capability statement between one and ten (10) pages that includes relevant experience within the past three years. Relevant experience is defined as possessing the experience described in the “Requirements” section above. 3. A representative sample of contracts the vendor’s firm was awarded to provide the requirements as described in this notice within the past three years. For each contract listed, include the type of contract; total estimated value; contract period of performance (e.g., base and number of option periods); customer (i.e. federal agency) and respective point of contact (e.g., point of contact’s name, phone number, and email address). 4. At a minimum, the Contractor shall demonstrate its capabilities to perform the services described in the Statement of Need section. 5. Provide the following documentation: i. Copy of the part B TSDF permit the Contractor proposes to utilize for incineration ii. Copy of CDL licenses iii. Copy of EPA hazardous waste transporter permit iv. Copy of DOT hazardous materials transporter permit v. Copy of DOT training certifications vi. Copy of Hazardous Waste Operation certifications vii. Copy of Permit-Required Confined Space certifications viii. Copy of Bloodborne Pathogen certifications ix. Copy of “Train-the-Trainer” certifications and/or credentials for EPA, DOT, OSHA training certificate programs x. Duty roster of qualified/trained personnel capable of performing the services required. 6. A Rough Order of Magnitude (ROM) pricing for one year of services, including item description(s), unit description(s), and rates.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/DEA/OAM/DJD-13-N-0002/listing.html)
- Record
- SN02955006-W 20121223/121221235233-59dc999a36d7eed38f0269f73a1c497e (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 |