SOURCES SOUGHT
42 -- INL Colombia - Navy Tactical Dive Equipment
- Notice Date
- 3/19/2024 7:50:28 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
- 191NLE24I0011
- Response Due
- 4/5/2024 9:00:00 AM
- Archive Date
- 05/05/2024
- Point of Contact
- Michele Coccovizzo, Gaudreau, Margaret (Renee)
- E-Mail Address
-
coccovizzoML@state.gov, GaudreauMR@state.gov
(coccovizzoML@state.gov, GaudreauMR@state.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Sources Sought Notice:� 19INLE24I0011 INL Colombia Diving Gear and Equipment (PCS: 4220 NAICS: 423440) Background:������ The U.S. government (USG) is interested in boosting Navy�s detection of illegal vessels transporting narcotics before they depart the Colombian coasts. The supported units have demonstrated to be efficient performing that task with excellent results against drug trafficking organizations. The equipment is necessary to perform the detection activities preserving the personal integrity of the divers. INL Bogota requires the purchase of diving equipment with accessories, maintenance tools, spare parts, and training to support Colombian Navy intelligence units conducting maritime and riverine interdiction operations against criminal transnational organizations. The purchase of tactical dive equipment will strengthen a Navy dive unit capability to execute littoral and riverine operations in the Caribbean and Pacific coasts. This 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 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 the gear and equipment to meet or exceed the technical requirements ( brand name or equivalent) 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 Friday, April 5, 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 (brand name or equivalent) as described in the attached draft statement of Work, 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 Goldbelt Specialty Services, LLC 10800 NW 21st Street, Suite 100 Miami, FL 33172 Phone: 7864868848 Email: Richard.issa@goldbelt.com Attn. Richard Issa 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. Training Training for this contract will take place at navy facilities in Base Naval A.R.C. Malaga in Valle del Cauca Department. Contractor shall coordinate all training dates with the designated COR and provide, for his approval, the training syllabus for the course ten (10) calendar days before delivering the training. �Contractor shall track student attendance and advise the COR of any irregularities. �Before the training course begins, the contractor shall provide the proposed certificates of course completion to the designated COR for his approval. Students will be Colombian Navy personnel with prior experience as divers. The training syllabus shall include exhaustive topics to properly give the students the thorough understanding of equipment functions and preventive maintenance. After the training, students shall have a clear understanding of the closed-circuit rebreather equipment to operate, maintain, and service the respective equipment properly and safely. As minimum, training shall include the following topics: Basic principles for gas blender Advanced principles for gas blender Use and care of oxygen gas blender Maintenance level I (basic), II (intermediate), and III (advanced) of oxygen gas booster Maintenance level I (basic), II (intermediate), and III (advanced) of semi closed circuit rebreather Warranty The contractor shall provide unlimited warranty for defects in materials and manufacturing of Scuba and Closed-Circuit Rebreather equipment for two (2) years. Warranty shall start when equipment goes into service. All equipment and tools required in this SOW shall have a valid warranty throughout Colombia. The contractor is responsible for all aspects of this requirement as follows: The Colombian Navy will send via email to the contractor a discrepancy or damage report, copy INL Bogota designated COR, indicating the damaged or inoperative items or issues presented upon operation of the equipment. Upon receipt of this report, the contractor shall, in coordination with INL Bogota designated COR, exercise warranty and deliver corrected items back to the Navy unit no later than forty-five (45) calendar days after the initial report. The corrected items shall meet the specification of section 2 of this SOW. Execution of this warranty clause shall be at no additional cost to the U.S. Government or the Colombian Navy. The contractor is responsible for all costs associated with the compliance of this warranty clause, to include necessary disassembly, assembly, materials, consumables, and shipping costs to return the warranted item back to full operational condition. 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 Inspection and Acceptance is at destination. The designated INL Bogota COR will inspect and accept at destination for the U.S. Government. The designated INL Bogota COR, in coordination with INL Bogota warehouse, will inspect and inventory all items in this SOW performing the following checks: Quantities Compliance with the required technical specifications Compliance with delivery requirements of Section 3 of this SOW Physical condition of items Only after the items are inventoried and if in compliance with the contract specifications, the U.S. Government will accept the dive gear and equipment. The packing list for each shipment shall include at a minimum: description, brand name, part number, and quantities. 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. 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. Contractor personnel assigned to this project may be subject to security screening by the US Embassy Regional Security Officer (RSO and/or Government of Colombia).� 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. Delivery Points of Contact TBD
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d6c8a64ccd76457aa54079ecb7311791/view)
- Place of Performance
- Address: COL
- Country: COL
- Country: COL
- Record
- SN07002287-F 20240321/240319230053 (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 |