Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 03, 2024 SAM #8103
SOURCES SOUGHT

42 -- INL Colombia Diving Gear and Equipment

Notice Date
2/1/2024 9:14:10 AM
 
Notice Type
Sources Sought
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
ACQUISITIONS - INL WASHINGTON DC 20520 USA
 
ZIP Code
20520
 
Solicitation Number
191NLE24I0005
 
Response Due
2/12/2024 9:00:00 AM
 
Archive Date
03/15/2024
 
Point of Contact
Michele Coccovizzo, Gaudreau, Margaret R
 
E-Mail Address
coccovizzoML@state.gov, GaudreauMR@state.gov
(coccovizzoML@state.gov, GaudreauMR@state.gov)
 
Description
Sources Sought Notice:� 19INLE24I0005 INL Colombia Diving Gear and Equipment (PCS: 4220 NAICS: 423440) Background:������ Mission of the U.S. Department of State: The U.S. Department of State is the lead institution for the conduct of American diplomacy and the Secretary of state is the President�s principal foreign policy advisor. The Department of State�s mission is to advance U.S. national security interests, fight terrorism, protect U.S. interests abroad, and implement foreign policy initiatives that build a freer, prosperous and secure world. Mission of the Bureau of International Narcotics and Law Enforcement Affairs (INL): INL is under the Under Secretary for Democracy and Human Rights and works to keep Americans safe at home by countering international crime, illegal drugs, and instability abroad. INL helps countries deliver justice and fairness by strengthening their police, courts, and corrections systems. These efforts reduce the amount of crime and illegal drugs reaching U.S. shores. The gear and equipment required (Diving gear and equipment) will enable the CNP DIRAN specialized counter narcotic units to work underwater inspections on ships and port facilities, in search for shipments of narcotics throughout Colombian seaport terminals. This Sources Sought notice is issued for planning and market research purposes only, and does not constitute a solicitation for proposals, offers, bids, and/or quotes. This is not an announcement of a forthcoming solicitation, or confirmation that the Government will contract for the items contained in the Sources Sought, nor is any commitment on the part of the Government to award a contract implied. Responses to this notice will assist the Government in identifying potential sources in determining if a Service-Disabled Veteran Owned Small Business (SDVOSB), Small Disadvantaged Businesses 8(a), Historically Underutilized Business Zone Small Business (HUBZone), or Women-Owned Small Business (WOSB) set-aside of the solicitation is appropriate, and in determining whether this approach to securing contracting support is practicable. Respondents are advised that the Government will not pay for any information or administrative cost incurred in response to this Sources Sought. Responses to this notice will not be returned. The following information is requested in this RFI/Sources Sought: 1.� Company name, point of contact, phone number, and address; 2.� UEI Number and CAGE Code; 3.� Interest in nature of participation [e.g., prime contractor, teaming partner, primary subcontractor]; 4.� SDVOSB/HUBZONE/8(a)/WOSB certification for applicable NAICS; 5.� Statement of capabilities in providing provide servers, storage, memory, switching, licensing, and installation services and technical support indicating that the vendor can perform the requirements as stated. 6.� Three examples of relevant and recent (with last three years) past performance . 7. Questions, clarifications and/or recommendations to INL to inform a subsequent Notice of Funding Opportunity. Interested contractors may provide the above information via e-mail to the addresses listed below. Information submitted must be in sufficient detail as to allow for a thorough government review of firm's interest and capabilities. This information is due no later than Monday, February 12, 2024 at Noon EST. Primary Point of Contact: Michele Coccovizzo Senior Contract Support Specialist CoccovizzoML@state.gov Scope Of Work The Contractor shall provide the diving gear, equipment, and accessories in accordance with the descriptions and minimum required specifications as described in attached Annex A, to also include applicable warranties in Colombia.� The Contractor shall provide said services in Spanish.� All gear and equipment shall be provided with a minimum of one (1) year of warranty (parts and labor) and technical support related to issues that could arise with the operation of the equipment. Delivery All items shipped from the United States shall be delivered to INL Freight Forwarder in Miami, FL. � USA. Freight Forwarder Information and POC: � SHIPPING ADDRESS Richard Issa Operations Manager Goldbelt Integrated Logistics Services, LLC 1567 NW 82ND AVE DORAL, FL 33126 786.486.8848 richard.issa@goldbelt.com The awarded vendor shall consolidate the entire shipment to prevent loss and misdirection. The contractor, upon notification, shall replace any lost or damaged items during shipment. The items being acquired shall be donated to the government of the ultimate destination, Colombia. The awarded vendor shall ensure that all items are prepared for safe shipment and include all necessary export approvals, required material data safety sheet, licenses, and paperwork. One copy of the packing list and commercial invoice must accompany the shipment, attached to the outside of the �lead� or number one box/carton/package, or individually attached to the outside of each box/carton/package. � Marking and packing guidelines. All boxes shall be marked clearly as follows: EMBAJADA DE ESTADOS UNIDOS BOGOTA, COLOMBIA- INL C/O Goldbelt Specialty Services Warehouse Bogota, Colombia Order No. (Insert) Box #__ of __ (if applicable) ATTN: INL/Colombia (Improperly marked shipments may be rejected by the Government) PLEASE NOTE: All orders are ultimately intended for an overseas destination. If the shipment contains wood packaging material, the packing and palletizing must conform to the International Standard for Phytosanitary Measures Publication No. 15: �Guidelines for Regulating Wood Packaging Material in International Trade� (ISPM 15) and have the appropriate markings indicating that the packing materials meet this standard. Any deliveries arriving at our indicated domestic delivery address that do not meet these standards Warranty The items delivered must have at a minimum 12-month warranty from date of delivery, with a locally supported general warranty. If INL has a warranty claim for defective equipment, the item in question shall be delivered at no charge to INL to the nearest vendor�s location for evaluation, repair and if required replacement in kind. Every warranty request and determination shall be agreed and resolved between INL and the contractor. Contractor shall consult with INL to establish the level of warranty response. Customs Clearance and Tax Exemption The U.S. Government will not reimburse the contractor or any sub-contractors VAT or IVA under this contract. The prices set forth in this contract and quoted by the contractor shall and are exclusive of all taxes and duties from which the U.S. Government is exempt by virtue of the Cooperation Agreement between the U.S. Government and the Government of Colombia. Upon request, INL Bogota will provide the required exemption letter. Inspection, Acceptance and Payment The final inspection and acceptance of ALL items shall be performed by the U.S. government upon their arrival in Delivery address. The payment(s) to the contractor shall be made following satisfactory inspection and acceptance of products by the office of INL in Colombia. If item does not fulfill requested technical specifications, INL Bogot� will return the items to vendor location. Vendor shall evaluate and replace returned items with no transportation cost to INL. Period of Performance Performance period for this contract will be ninety (90) days from the potential date of award. The awarded vendor shall interpret any reference made to days, as calendar days. Delivery Points of Contact TBD
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/507e12bb06304f2cac8b76fba86fac6a/view)
 
Place of Performance
Address: COL
Country: COL
 
Record
SN06952919-F 20240203/240201230045 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.