Evidentiary Property
ID: RFI_Evidence_PropertyType: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFOFFICE OF THE SECRETARYOIG OFFICE OF THE IMMEDIATE SECWASHINGTON, DC, 20590, USA

NAICS

General Warehousing and Storage (493110)
Timeline
  1. 1
    Posted Jan 6, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 6, 2025, 12:00 AM UTC
  3. 3
    Due Jan 21, 2025, 5:00 PM UTC
Description

The Department of Transportation (DOT), specifically the Office of Inspector General (OIG), is seeking preliminary information from businesses capable of providing nationwide contract support services for the transportation, storage, and disposal of evidentiary property under U.S. Government custody. The procurement aims to identify contractors who can meet the requirements outlined in the draft Statement of Work (SOW), which includes tasks such as inventorying, photographing, and securely storing evidentiary materials, while ensuring compliance with federal regulations, particularly concerning hazardous materials. This initiative is critical for maintaining the integrity and security of government investigations, with a contract duration anticipated to be five years, including a one-year base period and four optional extensions. Interested parties must submit their responses, including a capability statement and past performance references, via email to Courtney Smith by 12:00 PM Eastern Time on January 21, 2025, referencing “RFI: Evidentiary Property” in the subject line.

Point(s) of Contact
Files
Title
Posted
Jan 6, 2025, 8:05 PM UTC
The U.S. Department of Transportation (DOT), Office of Inspector General (OIG), seeks a contractor to provide transportation, handling, storage, and disposal services for evidentiary property as part of its investigations. The contractor must operate nationwide, including territories like Hawaii and Puerto Rico, and ensure compliance with federal regulations, especially regarding hazardous materials. Key tasks include initial inventorying of accepted property, photographing items, obtaining appraised values when necessary, and maintaining secure storage locations approved by DOT/OIG. Monthly invoicing, annual risk management reporting, and 24/7 access for DOT/OIG personnel to their property are also required. The contractor will be responsible for any damages, maintaining liability insurance, and ensuring confidentiality of government records. The performance period for this Blanket Purchase Agreement (BPA) is five years, with specific call orders detailing service requirements and budget obligations. The contractor must communicate effectively with DOT/OIG and report any adverse incidents promptly. This initiative emphasizes rigorous security measures and compliance with procurement regulations to guarantee the safe management of government evidentiary materials and related resources.
Jan 6, 2025, 8:05 PM UTC
The document pertains to a Request for Information (RFI) issued by the Department of Transportation's Office of Inspector General (DOT OIG) concerning evidentiary property management. It outlines critical questions aimed at potential vendors regarding their capabilities in receiving, transporting, and storing items or materials. Key inquiries include the geographical scope of the vendor's operations, details about their equipment or facilities, their mobilization speed for receiving items, and certifications relevant to transporting and storing hazardous materials. The responses to these inquiries will help assess vendor qualifications for government contracts, ensuring compliance with regulations related to handling sensitive materials. Overall, the document serves to gather information necessary for making informed procurement decisions aligned with federal and local government needs.
Jan 6, 2025, 8:05 PM UTC
The Department of Transportation (DOT) has issued a Sources Sought Notice regarding a potential procurement for nationwide contract support services to transport, store, and dispose of evidentiary property under U.S. Government custody. This notice seeks preliminary information from businesses capable of fulfilling these requirements as part of the Office of the Inspector General's initiative. The effort, classified under NAICS code 493110 for General Warehousing and Storage, anticipates a contract duration of five years, including a one-year base period and four optional extensions. Interested companies are invited to submit a response that includes a capability statement, identification of business size, estimated service costs, a price list, references of past performance with federal agencies from the last three years, as well as any inquiries regarding the draft Statement of Work. Responses should be limited to five pages and sent via email by January 21, 2025, with specified subject line instructions for accuracy in processing. This document outlines the foundational steps prior to a formal Request for Proposal (RFP), allowing DOT to gauge market interest and capability for the required services.
Lifecycle
Title
Type
Evidentiary Property
Currently viewing
Sources Sought
Similar Opportunities
Sole Source Special Notice for Maintenance and Service, Including all Parts and Labor, for one Rapiscan Systems Gemini X-ray System used in DOT’s Security-Screening-Process in D. C. Buildings
Buyer not available
The Department of Transportation (DOT) intends to award a sole-source contract to Rapiscan Systems, Inc. for the maintenance and service of a Gemini X-ray system utilized in the security screening process at DOT Headquarters in Washington, D.C. This contract will cover all necessary parts and labor, with an estimated annual value of approximately $10,600, and is expected to span from April 1, 2025, to March 31, 2030. The Gemini X-ray system employs proprietary Z-Backscatter technology, which is critical for detecting low atomic number materials that may pose security threats, necessitating that only certified personnel perform maintenance to avoid warranty voids and ensure safety. Interested parties may submit a Statement of Qualifications to challenge the sole-source decision by April 25, 2025, and should direct inquiries to James Mowery at james.mowery@dot.gov.
Treatment, Storage, and Disposal Facilities (TSDF) 3rd Party Inspections
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals from qualified contractors to conduct third-party inspections of Treatment, Storage, and Disposal Facilities (TSDF) handling hazardous waste. The objective of this procurement is to ensure compliance with federal, state, and local regulations regarding hazardous waste management, with services required both within the Continental United States (CONUS) and Outside the Continental United States (OCONUS) over a five-year term. This initiative is critical for maintaining environmental safety and regulatory compliance in the management of hazardous materials, thereby supporting the DLA's commitment to public health and safety. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by 2:00 p.m. Eastern Standard Time on the specified deadline, and can direct inquiries to Matthew Wonch at matthew.wonch@dla.mil or by phone at 269-967-9421.
Records and Information Management Support Services
Buyer not available
The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking qualified contractors to provide Records and Information Management (RIM) Support Services. The primary objective of this procurement is to enhance federal records management practices, ensuring accountability and transparency while facilitating efficient operations across CBP's mission. This initiative is critical for managing information assets in compliance with federal regulations, and it includes tasks such as developing enterprise file plans, conducting IT systems inventory, and implementing comprehensive training programs for personnel. Interested parties should respond to the Request for Information (RFI) by emailing Lloyd A. Burton at lloyd.a.burton@cbp.dhs.gov, with a response limit of 20 pages. The performance period for the contract is set from September 23, 2025, to September 22, 2026, with an option to extend.
Security Systems Maintenance Request for Information
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a Market Survey to identify potential vendors for a Security Systems Maintenance contract. This contract will involve providing corrective maintenance for security equipment across approximately 631 FAA-staffed facilities throughout the United States and its territories, including Guam, Puerto Rico, and Hawaii. The services sought are critical for maintaining the integrity and functionality of various security subsystems, such as access control, intrusion detection, and video management systems, which are essential for national air traffic safety. Interested parties must submit their responses, including a Capability Statement and any relevant certifications, by 9:00 AM ET on April 22, 2025, to the designated contacts, Krystal Au and Patricia Petersky, via email.
Technical Expertise and Support Services for FHWA Office of Safety - Industry Day Presentation Slides
Buyer not available
The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking technical expertise and support services for its Office of Safety, with an upcoming Request for Proposal (RFP) anticipated for release in Q2 2025. The primary objective is to enhance roadway safety through a comprehensive approach that includes technical support, professional capacity building, audience outreach, and operations support across various activities such as research, policy analysis, and training. This initiative reflects the federal commitment to improving transportation safety and aims to engage industry collaboration to address federal procurement requirements systematically, with an estimated contract value of $58 million. Interested vendors can reach out to Monique Snow-Manning at monique.snowmanning@dot.gov or Carolyn Lethert at carolyn.lethert@dot.gov for further information.
National Road Network Product Specifications Development
Buyer not available
The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking qualified contractors to assist in the development of product specifications for the National Road Network (NRN). The objective of this procurement is to gather market information and identify contractors capable of creating comprehensive specifications that enhance data consistency across public roads in the U.S., which is vital for safety analysis, planning, freight movement, and emergency response. Interested contractors are encouraged to respond to the sources sought notice by providing insights on their experience and expertise, which will inform the FHWA's planning and procurement strategy. Responses are due by May 9, 2025, and should be submitted electronically to Carolyn Lethert and Josephine Helms at their respective email addresses.
Int'l Freight Forwarding, Shipping, Packing
Buyer not available
The U.S. Department of State, through the U.S. Embassy in Lima, Peru, is seeking proposals for International Freight Forwarding, Shipping, and Packing services specifically for the International Narcotics and Law Enforcement (INL) Section. The procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will be awarded to the lowest acceptable offer without negotiations, and encompasses logistics services such as handling hazardous materials, customs clearance, and timely shipping, with a minimum order guarantee of $10,000 per year and a maximum annual cap of $59,864.01. This contract is crucial for ensuring the efficient and compliant transportation of goods in support of international narcotics and law enforcement operations, reflecting the government's ongoing logistics needs. Interested bidders must submit their quotations electronically by April 23, 2025, and ensure they are registered in the System for Award Management (SAM); for further inquiries, they can contact Curt Whittaker at whittakerct@state.gov or Saul E Espinoza at espinozase@state.gov.
FY2025 USPS OIG Broad Agency Announcement
Buyer not available
The United States Postal Service Office of Inspector General (USPS OIG) has issued a Broad Agency Announcement (BAA) for Fiscal Year 2025, inviting proposals for professional, consultant, and support services to enhance its operations. The solicitation, identified as 6HQOIG-25-A-0001, seeks a range of services including legal advice, research solutions, investigations, audits, IT services, and administrative support, with submissions accepted on a rolling basis until September 30, 2025. This opportunity is significant as it allows for the procurement of essential services that support the OIG's mission, while also emphasizing compliance with specific reporting requirements, including those related to veteran assistance. Interested parties can reach out to USPS OIG Contracting at contracts@uspsoig.gov for further information, and contract award decisions are expected to be made within approximately 30 days of submission.
FY25 D76 Prisoner Van Outfitting
Buyer not available
The U.S. Department of Justice, specifically the U.S. Marshals Service, is seeking proposals for the outfitting of a prisoner van under the contract number 15M10225QA4700107, designated as the FY25 D76 Prisoner Van Outfitting. This procurement aims to acquire commercial products and services that meet specified technical requirements, with a focus on ensuring compliance with federal regulations, particularly regarding the protection of personally identifiable information (PII). The contract performance period is set from May 1, 2025, to April 30, 2026, and interested vendors must submit their completed quotes by April 21, 2025, at 11:00 CST, ensuring they are compliant with the Integrated Award Environment (IPP) before contract award. For further inquiries, vendors can contact Renee Leaman at renee.leaman@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov.
U.S. Customs and Border Protection (CBP) Laboratory & Scientific Services (LSS) Forensic Laboratory Information Management System (FLIMS)
Buyer not available
The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is seeking proposals for a Forensic Laboratory Information Management System (FLIMS) to enhance its Laboratory & Scientific Services (LSS). The procurement aims to establish a comprehensive system that supports evidence tracking, case management, and compliance with federal security standards, thereby improving operational efficiency in forensic laboratory operations. This initiative is crucial for managing forensic evidence and ensuring data integrity across various analyses, including controlled substances and digital forensics. Interested vendors must submit their proposals by April 23, 2025, and can direct inquiries to primary contact Jared A. Tritle at jared.a.tritle@cbp.dhs.gov.