***SOURCE SOUGHT ONLY***
U.S. Food and Drug Administration (FDA)
Office of Inspections and Investigations (OII) – Office of Criminal Investigations (OCI)
Nationwide Evidence Storage, Transport, Management and Disposal Services
The purpose of this announcement is for market research to assess if there are businesses capable of providing property management and disposition services to support the seizure and forfeiture program for the U.S. Food and Drug Administration’s OII/OCI. The FDA is interested in establishing a nationwide contract for the management, transport, storage, and disposal of seized property/evidence. The secured facility shall be adequate to handle pallet/rack storage volumes described in the attached draft Statement of Work (SOW).
Interested potential offerors are encouraged to submit a capability statement. Generic capability statements are not sufficient for effective evaluation of respondent's ability to perform this requirement. Responses are limited to 15 pages and must directly address the following: 1) a summary of your company’s personnel, experience and current capacity related to performing the work as related to the draft SOW; 2) describe how your company will be able to provide the necessary coverage related to storage, transportation and destruction nationwide; and 3) describe your technical approach to OCI tasks identified in the SOW , including timeliness of response to OCI, and reporting of the inventory.
In addition, please include the following:
1. Company name, mailing address, e-mail address, telephone fax numbers, website address (if available), and the name, telephone number, and e-mail address of your representative.
2. Business size for NAICS 493190 with a size standard of $36.5 million of average annual receipts and status, if qualified as 8(a) firm (must be certified by the Small Business Administration (SBA), Small Disadvantaged Business, Woman-Owned Small Business, HUBZ one firm, and/or Service-Disabled Veteran Owned Business.
3. Unique Entity ID, Cage Code, Tax Identification Number (TIN), and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies must also be registered and active in the System for Award Management at www.sam.gov to be considered as potential sources.
4. Identification of the firm’s GSA Schedule contracts(s) by schedule number and contract number and SINs that are applicable/similar to this potential requirement.
SUBMISSIONS ARE DUE no later than 10:00 A.M., Eastern Time on Thursday, August 21, 2025. The capabilities response shall be emailed to andrea.howard1@fda.hhs.gov. This is a notice for planning information purposes only and is not to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited.