SOURCES SOUGHT
70 -- Servers for CESAC Administrative Building - INL-Santo Domingo, Dominican Republic
- Notice Date
- 2/17/2023 11:43:29 AM
- Notice Type
- Sources Sought
- NAICS
- 54151
—
- Contracting Office
- ACQUISITIONS - INL WASHINGTON DC 20520 USA
- ZIP Code
- 20520
- Solicitation Number
- 191NLE23I0001
- Response Due
- 3/6/2023 9:00:00 AM
- Archive Date
- 04/15/2023
- Point of Contact
- Michele Coccovizzo, Mohan Krishnakumar
- E-Mail Address
-
coccovizzoML@state.gov, Krishnakumarm@state.gov
(coccovizzoML@state.gov, Krishnakumarm@state.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Request for Information (RFI)/Sources Sought:� 19INLE23I0001 Servers for CESAC Administrative Building - INL-Santo Domingo, Dominican Republic The Department of State, Bureau of International Narcotics and Law Enforcement Affairs (INL) Santo Domingo is conducting market research to determine the degree of interest, expertise, and capability to provide servers, storage, memory, switching, licensing, and installation services to support the CESAC administrative building. Through its Counter Narcotics Development Program in Santo Domingo, INL assists the Government of the Dominican Republic (GoDR) in its efforts to transform and modernize organizations with increased capability. A key component in this transformation is the modernization of Cuerpo Especializado en Seguridad Aeroportuaria y de la Aviacion Civil (CESAC). INL has been providing equipment, technical assistance, and training to CESAC to further support their modernization efforts. INL�s collaborative relationships with military, judicial and law enforcement agencies increase accountability, transparency, respect for the rule of law and human rights and participation of civil society. This RFI/Sources Sought notice is issued for planning purpose 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 RFI/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 or not 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 RFI/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; 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.� Examples of relevent 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, March 6, 2023 at 12:00 PM EST. Primary Point of Contact: Michele Coccovizzo Senior Contract Support Specialist CoccovizzoML@state.gov Scope Of Work INL Santo Domingo requires a contractor to provide servers, storage, memory, switching, licensing, and installation services to support the CESAC administrative building. The contractor will supply the equipment, rack mounting, initial setup and configuration, cabling, and power connections for the listed Information Technology (IT) equipment (See Annex A for details). Place of performance: CESAC Administration Building Adjacent to the Las Americas International Airport Santo Domingo, Dominican Republic Special Requirements and/or Constraints. All equipment and software must be new, acquired and delivered in Santo Domingo (see Place of Performance above). In addition, the contractor shall not provide any equipment, hardware, or software for which the manufacturer has announced end-of-life prior to proposal submission. The contractor shall coordinate all equipment delivery with the Contracting Officer Representative (COR) and International Narcotics and Law Enforcement Affairs (INL) Santo Domingo. The contractor shall verify that equipment manufacturer(s) has (have) a local presence in Dominican Republic and that they can provide technical and warranty support for equipment and software in Spanish. The contractor shall ensure that, if an export license is required, all necessary export approvals and paperwork are obtained before shipment, in conformance with Department of Commerce and/or Department of State export regulations. The contract price includes compliance with all applicable export/ITAR licensing requirements. The source and nationality restrictions found in 22 CFR 228, as adopted by INL and the Department of Commerce EAR and CCL regulations, apply to this contract. The contractor shall promptly notify the Contracting Officer and COR of any instance in which a waiver is required. The contractor shall identify the commodities, the country of source and nationality, the estimated dollar value, and provide documentation necessary to obtain a waiver under subpart D of 22 CFR 228. A firm-fixed price, single award delivery order is being considered, with defined quantities of required commodities and services. In such case, no additional sums shall be payable on account of any escalation in the cost of materials, equipment, or labor, or because of the Contractor�s failure to properly estimate or accurately predict these prices or difficulty of achieving the results required by this contract. Nor shall the delivery order price be adjusted on account of fluctuations in the currency exchange rates. Related travel cost would be reimbursed in accordance with Federal Travel Regulations. All Contractor personnel assigned to this project may be subject to security screening by the US Embassy Regional Security Officer (RSO and/or Government of the Dominican Republic).� In the event a contractor or subcontractor employee does not pass the required security screening, the contractor shall immediately provide a replacement at no additional cost to the Government. Technical Support and Warranty: Contractor shall complete delivery, installation, integration, testing, and training no later than 180 calendar days from the date of award.� Contractor shall provide 24/7 remote technical support via internet, mail or phone with response time of 4 hours or less after the incident was reported. If after the four hours, the incident hasn�t been resolved remotely, the contactor shall resolve the incident on site. If on site visit is required, the contractor shall be on site within 8 hours after receiving access approval from GODR officials. 360 hours should be included for on-site on-demand support. It shall include 2 years of support for software and hardware It includes all patches, firmware, and new versions of software Equipment Warranty: Warranty shall be effective in Dominican Republic.� The Contractor shall be solely responsible, at no additional cost to the Government, of export/import procedures, shipping costs, parts, labor, and any other costs required for all repairs/replacements performed under warranty.� The full warranty coverage shall be no less than two (2) years, from the date of Government acceptance, for each system component. Project Documentation: The contractor shall provide complete documentation for all hardware and software delivered under this project to include, but not limited to warranty, software and installation manual. �All documentation will be in Spanish unless otherwise noted.� At a minimum the documentation must include: Original equipment manufacturer documentation. Installation diagrams if applicable. Software installation manual if applicable. Manufacturer user and administration manual of all software. Manufacturer Warranty on all equipment / Technical Support information and contact information. Software licenses and/or warranty registrations associated with the equipment shall be earmarked and registered under the following ownership: CESAC Point of Contact for warranty registration: ��� TBD Shipping Contractor shall ship all equipment and hardware directly from contractor�s supplier and/or facilities to Santo Domingo, Dominican Republic.� All items shall be clearly marked as follows: EMBAJADA DE ESTADOS UNIDOS DE AMERICA � INL CESAC Dominican Republic Order No. (insert) Item #__ of __�� �(if applicable) ATTN:� INL/Dominican Republic� Contractor is responsible for GoDR Customs clearance and fees. The price quoted must include delivery to Santo Domingo, Dominican Republic. US-based procurement is ultimately intended for an overseas destination.� Although contractor is responsible for customs clearances, US Embassy may assist or support customs clearance process if required.� A detailed Inventory Sheet (Receiving and Inspection Report, DS-127) shall accompany each box. Simultaneously the original copy of the DS-127 shall be submitted upon delivery to the Contracting Officer and Contracting Officer Representative (COR). The final inspection and acceptance of ALL items shall be performed upon delivery to the CESAC, Dominican Republic, warehouse by the U.S. government.� All equipment delivered shall conform exactly to the standard described in the technical specification sheet. The payment(s) to the Contractor shall be made following satisfactory inspection and acceptance of products by the INL.� If the items or some item does not fulfill requested technical specifications, INL shall return the items to vendor with no cost to CESAC, Dominican Republic.� The vendor shall evaluate and replace returned items with no transportation cost to INL. CESAC, Dominican Republic will have 30 days (Calendar Days) to inspect and accept all items after arrival at the INL warehouse.� Delivery Points of Contact DNP PoC: TBD
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ad6af463d2e44e4b9a2c10a3e9d5ad04/view)
- Place of Performance
- Address: DOM
- Country: DOM
- Country: DOM
- Record
- SN06595600-F 20230219/230217230108 (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 |