SOURCES SOUGHT
99 -- Hazmat Extraction and Containment for U.S. Customs & Border Protection
- Notice Date
- 7/24/2025 9:23:33 AM
- Notice Type
- Sources Sought
- NAICS
- 562112
— Hazardous Waste Collection
- Contracting Office
- ADMINISTRATION FACILITIES TRAINING CONTRACTING DIVISION WASHINGTON DC 20229 USA
- ZIP Code
- 20229
- Solicitation Number
- Hazmat-CBP_CJL(072025)
- Response Due
- 8/6/2025 2:00:00 PM
- Archive Date
- 08/21/2025
- Point of Contact
- Chris Laystrom
- E-Mail Address
-
christopher.j.laystrom@cbp.dhs.gov
(christopher.j.laystrom@cbp.dhs.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This Request for Information (RFI) CBP-Hazmat Extraction and Containment includes a DRAFT Statement of Work (SOW) for the purpose of market research. It is the government�s intention for this RFI for Hazmat Extraction and Containment support services to result in a final SOW, for the purpose of issuing a solicitation to fulfill the government�s requirements. U.S. Customs and Border Protection (CBP) is looking for contractors who can provide the professional services outlined in the attached DRAFT SOW. It is anticipated that the type of contract will be a competitively awarded Blanket Purchase Agreement (BPA) or Indefinite Delivery Indefinite Quantity (IDIQ) Contract with Task Orders; however, the final determination may change based on the results of this market research. This RFI is issued for informational and planning purposes only. The information will be used in conducting market research to identify qualified, experienced, and interested potential business sources in support of the government�s requirements, and the best path forward for the type of contract, any set-asides, and the specific contract vehicle to be used, if any existing contracts are determined to be a suitable fit. This is not a Request for Quotation or Proposal (RFQ/RFP). It is not to be construed as a formal solicitation or an obligation on the part of the government to acquire any products or services. The information requested by this RFI will be used within CBP to facilitate decision making for a viable path forward for the purpose of a future solicitation and will not be disclosed outside of CBP/DHS. Any information provided to the government is strictly voluntary and shall be provided at no cost to the government. The purpose of this RFI is to identify potential qualified businesses which can provide services to CBP in accordance with the attached DRAFT SOW. The DRAFT SOW is subject to change prior to a formal solicitation release. The government reserves the right to decide whether a small business set-aside is appropriate based on responses to this notice, and whether a DHS Strategic Sourcing Vehicle, or other specific existing contract vehicle is appropriate fit for a solicitation. Any Capability Statement submitted should include specific information and technical background describing your company's experience within the last three to five years specifically with work similar in size, scope, and complexity to meet the government�s objectives in accordance with the Draft SOW. Contractors are strongly encouraged to submit the following highly desirable information in response to this RFI: If the capabilities statement includes a discussion on relevant experience, provide the applicable contract or task order number and contract vehicle (e.g. GSA FSS SIN), final contract price, and project location with a brief description of the project and its applicability. If your company is a large or a small business. Describe your company�s level of experience with performing work comparable to the work described in the Draft SOW. Provide some examples of challenges your company overcame in the execution of those contracts. Address how many years of experience your company has in providing services of this nature. Indicate which applicable NAICS code(s) your company usually performs under for Government contracts (e.g. NAICS 562112 Hazardous Waste Collection, 562119 Other Waste Collection, 811198 All Other Automotive Repair and Maintenance, 488190 Other Support Activities for Air Transportation, 541618 Other Management Consulting Services, 541690 Other Scientific and Technical Consulting Services). Describe the labor categories that your company estimates would be best suited to fulfill this requirement. Describe how your company would organize its contract team to perform the services identified in the SOW. How would that plan adjust for a nationwide effort? What specific hazardous material certifications and licenses do your personnel, and your company hold? Include where those certifications and licenses are valid. The proposed services include a 90-minute response time to unplanned Government requests. How would your company ensure a rapid response with the appropriate resources in the required timeline? What are some potential challenges to the 90-minute response time? Describe various technologies and methodologies your company would employ to perform the services. What would be your company�s Personal Protective Equipment (PPE) strategy for these services, considering the type of hazardous material is unknown during extraction and containment activities? Due to the unplanned nature and technical skills required for the work, what would be your company�s preferred contract format (e.g. FFP, T&M, Cost Reimbursable, Incentives, etc.)? Describe how your company would approach pricing for unknown variables in each seizure, such as: Location of seizure & type of conveyance. Quantity and type of hazardous material. Length of time needed for extraction services. Contractor responses to this RFI with generic material only, such as brochures, advertisements, or other materials nonspecific to this RFI, is highly discouraged, as it will not be specifically useful to the purpose of this RFI. No questions will be entertained at this time. Contact with government personnel, other than those specified in the RFI, by contractors or their employees regarding this requirement is not permitted. This is not a solicitation announcement or Request for Quotes/Proposals, and no contract will be awarded from this announcement. This is a Request for Information (RFI) only. This RFI is released pursuant to FAR Part 15.201(e), Exchanges with Industry. If your company can provide the requirements described in the Draft SOW, please provide your RFI response to Chris Laystrom via email: christopher.j.laystrom@cbp.dhs.gov. RFI identification �CBP-Hazmat Extraction and Containment� must be referenced in the subject line of your email so it is not overlooked. Responses must be submitted on company letterhead, limited to 15 pages for the Capabilities Statement and a secondary document is permitted, but is limited to 10 pages if included in response to the specific information encouraged in the numbered paragraph above. All responses to this RFI shall be submitted no later than 5:00 PM EST, Wednesday, August 6th, 2025. No extensions will be granted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3fb18c067d6443b4abd24cca86066857/view)
- Place of Performance
- Address: Miami, FL, USA
- Country: USA
- Country: USA
- Record
- SN07523992-F 20250726/250724230056 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |