Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2024 SAM #8247
MODIFICATION

71 -- INL Colombia Furniture for Rural Justices

Notice Date
6/24/2024 7:37:49 AM
 
Notice Type
Solicitation
 
NAICS
423210 — Furniture Merchant Wholesalers
 
Contracting Office
ACQUISITIONS - INL WASHINGTON DC 20520 USA
 
ZIP Code
20520
 
Solicitation Number
191NLE24R0027
 
Response Due
8/2/2024 2:00:00 PM
 
Archive Date
09/02/2024
 
Point of Contact
Michele Coccovizzo, Gaudreau, Margaret R
 
E-Mail Address
coccovizzoML@state.gov, GaudreauMR@state.gov
(coccovizzoML@state.gov, GaudreauMR@state.gov)
 
Description
19INLE24I0006 INL Colombia Furniture for Rural Justices (PCS: 7110_ NAICS: 423210) Background:�� The INL�s Rule of Law (ROL) division enhances transparency, efficiency, and equity in the criminal justice system. Through the Justice program, it aims to improve the performance of the accusatory criminal system, offering more efficient and effective investigation and prosecution processes to meet citizen demands for justice. Additionally, it strives to promote coordination and strategic actions to improve the judicial response against priority crimes. The assessment conducted by the ROL Justice Team, in consultation with the Superior Council of the Judiciary, identified the need for furniture and new equipment for judges in the Judicial Circuits covering the prioritized areas. This procurement initiative seeks to provide better conditions for communities to access justice and for judges to adjudicate more efficiently timely. Creating safe and dignified conditions is crucial, as judges are cornerstone figures in the criminal justice system. TECHNICAL SPECIFICATIONS (see attached Statement of Work and individual item specifications for additional information) The system required is a freestanding structure with independent workstations, that do not require fastening to walls or floors. The system to be installed shall be flexible to enable future relocating and/or design redistribution without affecting certain parts or the whole system; respecting its integrity and ensuring the total use of the elements that make up the system.� The project award will acknowledge vendor that are original manufacturer and that guarantee after sale service, future changes, and relocations. If the vendor plans to subcontract any of the items included in the Request for Proposal (RFP), the vendor shall provide in their proposal, details of their subcontractors, including contacts and referrals/recommendations. The offerors shall provide an exact quotation of which models and items it plans to install. If multiple lines are offered, then separate multiple quotations may be received and reviewed. The vendors shall include in their proposal�s available colors, isometrics, images, or catalogs for the items proposed. When the offeror does not have items with the exact measurements required, he/she may propose other brands or similar items with measurements that are close to the measurements specified and that adjust to the drawings and fit the end destination appropriately. The change shall be detailed in their proposal. The requesting office has the right to review product samples and manufacturing facilities for any proposed changes in order to determine technical acceptability prior to award. The vendor shall provide a final drawing of the furniture to provide that shall need to be approved by the COR, before sending it to production. The contractor who is awarded the contract shall maintain and protect the existing work facilities, walls, ceilings, equipment, floor finish, etc. of the existing facility where the furniture shall be installed.� It is pointed out that the cost of any damage to the existing facilities will be borne 100% by the contractor. The contractor shall furnish all labor, supervision, materials, supplies, tools, equipment, and expertise necessary to perform the delivery and installation of all furniture. The contractor shall work in coordination with the POC designated by the Embassy, Ivan Cruz. The services called for under this statement of work shall be performed in accordance with the terms, conditions, and specifications stated herein until such time as said services are completed to the satisfaction of the Government. All contractor travel pertaining to this contract shall be in accordance with the Federal Travel Regulations (FTR) and Department of State Standardized Regulations (DSSR) as applicable. DELIVERY (SHIPPING AND HANDLING INSTRUCTIONS) The time frame for this project is forty-five [45] calendar days after the purchase order [PO] is awarded. Once the project is awarded, on the initial site visit, where the contractor will verify measurements on site if needed, the materials and finishes will be selected with the US government representative. The Vendor shall indicate in their proposals any modifications to the delivery time required. If the delivery date(s) shall be changed, due to construction or other causes at the fault of the US and deemed acceptable by the Contracting Officer, the US Government may modify the terms of the contract. The awarded contractor will also be required to attend meetings as deemed necessary by the COR or CO at the US Embassy in Bogota. POC [point of Contact]. The Contractor shall identify a single point of contact [POC] to provide overall management and supervision during the project�s execution. The single POC will serve as the contractor�s representative to ensure the project�s execution, delivery, and installation of the furniture. The single POC will manage the relationship between the US government, any authorized subcontractors, and vendors or manufacturers. It is necessary to ensure furniture is successfully delivered and installed on time. All pertinent communications should be written or confirmed in writing. The single POC shall attend and participate in necessary progress meetings as deemed by the customer, CO and or COR and write notes pertaining to the meeting[s]. The notes shall be scribed into meeting minutes [via email] with action items clearly defined, with distinct due dates, and distributed to all designated team members. The vendor shall provide a final drawing of the furniture to provide that shall need to be approval by COR, before sending it to production. Final shipping addresses: Caucasia [ Antioquia]: Calle 19A # 11-6. Caceres [Antioquia]: Calle 48 # 50-1. Tumaco [Nari�o]: Calle 1A, entre carreras 1 y 2. Medellin [Antioquia]: Carrera 52 # 42 � 73. Cucuta [Norte de Santander]: Avenida Gran Colombia, Palacio de Justicia. See Statement of Work for additional shipping details Note: Furniture pieces made with metal sheets shall be coated with two coats of paint: First coat in electrostatic anticorrosive paint. Second coat with electrostatic paint as a finish, color to be selected. PRE-AWARD SITE VISIT A pre-award site visit for this project will be scheduled. The site visit will be scheduled to allow attendees access to required work locations. The site visit will take place at the following locations and will start at 10:30 a.m. local (Bogota, Colombia) time on July 5, 2024. The Department of State will not provide any travel or logistical support for this site visit other than what is noted specifically in this solicitation, nor will the offeror be reimbursed for any costs associated with the site visit. Prospective Offerors will only be allowed to inspect the location of work during the scheduled site visit. Prospective Offerors that are unable to attend the scheduled site visit will not be provided another opportunity to inspect the site. The purpose of the site visit is to allow prospective Offerors an opportunity to inspect the site where services are to be performed and to familiarize themselves with regard to general and local conditions that may affect the cost of contract performance. This will also allow vendors the opportunity to obtain accurate measurements of the space for the proposed furniture installation as drawings/blueprints of the respective sites are not available. Attendance at the site visit is recommended, however, attendance is not a prerequisite for submission of a quotation and will not be considered a factor in the evaluation of quotations. Any and all questions regarding this solicitation must be submitted in writing to the Contracting Officer as described elsewhere in this solicitation. Questions will not be answered during the site visit. Information provided at this site visit shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. See Statement of Work for additional details WARRANTY The Furniture, fixtures and all parts delivered and installed shall have a warranty of three [3] year against manufacturing defects and the chairs and its entire component parts a warranty of three [3] year from the date of final acceptance by the US Government. The vendor shall confirm compliance with minimum requested warranty periods. CUSTOMS CLEARANCE AND TAX EXEMPTIONS The Contractor will not be reimbursed VAT or IVA under this contract by the U. S. Government.� The prices set forth in this contract are excluded of all taxes and duties from which the U. S. Government is exempt by virtue of agreement between the U. S. Government and the Government of Colombia. INSPECTION AND ACCEPTANCE Site Description. The contractor, before beginning preliminary works shall complete a site description with photographs and an account of the actual conditions of the building where the furniture will be installed. This report is for the purpose of documenting the actual status of the area before the furniture installation is performed. This report will be used to compare the site after the work is finished. Protection of Elements in the Work Area. Areas, equipment, and elements at the work site shall be protected from damage or deterioration. The contractor shall assume the cost of any repair or replacement required because of improper use or carelessness on his part or on the part of his workers. To comply with this item, the contractor shall have a representative at the work site who will supervise the furniture unloading and its transportation to the actual work site areas. Modifications. Any request to modify design/installation documents or pricing shall be negotiated and approved, in writing, by the Contracting Officer. No performance on a requested Purchase Order modification shall be executed until the modification for the PO has been received by the contractor.� In order to meet the time frame required the Contractor is required to plan an installation schedule which shall be delivered to the COR three [3] business days after the kickoff meeting. The Contractor shall coordinate all deliveries and installation times with the COR of the project. It is the contractor's responsibility to provide an adequate work force to ensure that the required schedule is met. The contractor is responsible for its workers� permits cost as applicable and access to the location. The contractor shall submit on time all the necessary documentation, required for the security studies of the proposed labor force. Issue resolution. Any unexpected conflicts during product installation shall be brought to the COR or CO for resolution. The successful contractor shall correct, at the contractor�s expense, any installation problems, which are the result of incorrect layouts, insufficient field verification, delivery errors, and damaged product. Damaged and/or missing product will be replaced by means that will prevent installation delays. Damaged product replacements will be at the selected contractor�s expense. All damaged products shall be removed from the job site immediately. PERIOD OF PERFORMANCE (POP) or ESTIMATED DELIVERY DATE The time frame for this project is forty-five [45] calendar days after the purchase order/contract is awarded. Please fully review all attachments to this solicitation prior to submitting a technical and cost proposal
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fcc76acf27584ae19465aff3cfcf4cef/view)
 
Place of Performance
Address: COL
Country: COL
 
Record
SN07105187-F 20240626/240624230112 (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.