SOURCES SOUGHT
70 -- INL Guatemala Advance Passenger Information System (APIS)
- Notice Date
- 12/22/2025 9:11:14 AM
- Notice Type
- Sources Sought
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- ACQUISITIONS - INL WASHINGTON DC 20520 USA
- ZIP Code
- 20520
- Solicitation Number
- 191NLE26I0005
- Response Due
- 12/30/2025 2:00:00 PM
- Archive Date
- 01/14/2026
- Point of Contact
- Michele Coccovizzo, Jamillah Timmons
- E-Mail Address
-
coccovizzoML@state.gov, timmonsj@state.gov
(coccovizzoML@state.gov, timmonsj@state.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Sources Sought Notice: 19INLE26I0005 - INL Guatemala Advance Passenger Information System (APIS) (PCS: 7A21; NAICS: 518210) Background: The Department of State (DOS) and U.S. Customs and Border Protection (CBP) is conducting market research to improve the security and processing of international air travel for people arriving and departing from Guatemala. The GOG will partner with the U.S. Government (USG) to aid in reducing transnational crime and counterterrorism by reviewing and reporting on high-risk passenger manifests. A potential contract would include a base year, plus two (2) options for the use and license of the Advance Passenger Information System (API). The Contract must include system license and maintenance for the �Instituto Guatemalteco de Migracion� (IGM). This purchase will provide the GOG the capability to receive, review, and share data with international partners through the use of airline information which includes Advanced Passenger Information (API). It also allows the GOG to establish more effective control of its borders, the capability to analyze risks, identify and/or detain suspected transnational criminals before they cross Guatemala�s borders while facilitating the travel of legitimate visitors. This Sources Sought notice is issued for planning 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 and 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 there are small business who are able to provide in-country installation, configuration, training, and warranty. This market research will also in identifying potential Contractors who are registered to do business in the host country or an existing partner with a host country registered business, as this would be required to provide maintenance and support. 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 or other SBA certification for applicable NAICS; 5. Statement of capabilities applicable to this requirement; particularly the ability to provide in-country installation, training and technical support as either the prime or through a host nation subcontractor. 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 the firm's interest and capabilities. This information is due no later than Tuesday, December 30, 2025 at 5:00 PM EST. Primary Point of Contact: Michele Coccovizzo Senior Contract Support Specialist CoccovizzoML@state.gov Secondary Point of Contact: Jamillah Timmons Contracting Officer TimmonsJ@state.gov Scope Of Work This procurement shall provide a �Single Window� from a service provider to the GOG through the interconnection of the airline industry for the delivery of the Advance Passenger Information (API) and other travel data to be processed by two GOG agencies. The service provider will provide a suite of network and messaging services necessary for the delivery of all commercial aircraft operators arriving or departing the country. A description of the information to be received within an API message is the consolidated information of the machine-readable zone held within a travel document such as a passport. The data recorded that is submitted must comply with the published WCO UN/EDIFACT format for each flight arriving or departing Guatemala. An API message contains detailed information relating to individual flights like itinerary, passengers, and crew. The API data format is described by the WCO/IATA/ICAO Passenger List Message (PAXLST) Implementation Guide version 3.0 published in October 2013. Any optional data defined within the PAXLST guide will be described and required based on Guatemalan national law. GENERAL INFORMATION The GOG will process 2.9 million international passengers per year at the La Aurora International Airport. The GOG expects to receive travel data for each passenger twice per flight. The expected total traffic is approximately 5.8 million API messages or approximately 330 million bytes of data per year. Service Provider shall provide interconnectivity between the two agencies of the Government of Guatemala with the airline industry for the receipt of API for all international air carriers through the following network and messaging services: Network Services: Provide one or more managed, high availability, and encrypted connections over the Public Internet. The service provider must have a sufficient bandwidth at their point of presence to support the described network traffic to Guatemala City, Guatemala. The Provider will engineer, implement, and provide on-going support to three locations within Guatemala City, Guatemala: TBD The Provider shall provide messaging infrastructure that is guaranteed and protected from network and infrastructure failures for all the messages transmitted to provider for final delivery to the GOG. The provider must be able to receive and transmit messages for international airlines operating in/out of the country of Guatemala. The service provider must provide two copies of the message and send them to the three agencies locations identified above in point one (1)creating one �single window� for the Guatemalan Government without additional cost to the airline community or the government. This service must provide 100% guaranteed delivery of all messages sent to/ from the airlines to GOG. The service provider shall support IBM MQ series connections from either clients or server connections. The service availability of the providers� infrastructure shall meet a minimum of 99.5% availability and reliability. The provider shall apply for and provide 2 IATA Type B addresses as part of the messaging services. Any optional messaging client software provided by the Provider for interfacing into the providers� infrastructure shall be provided at no additional cost. Any client software must be Microsoft Windows 2012 compatible. The provider shall include message protection, retransmission of any requested messages, as well as short-term storage of all airlines originated messages during a service interruption for a minimum of 7 days. Phase 1 - Service Design: Task: The Provider shall prepare recommendations and estimate schedule for establishment of wide area network and messaging services for use within the scope of the project no later than 10 days after receipt of the Order Contract as follows: The Service Provider will prepare a high-level network design, estimated quality of service, network security design, and network management descriptions. The Service Provider will prepare a high message design with sufficient details to determine suitability. The Service Provider will prepare a high-level schedule and project plan not to exceed completing the scope of work beyond 90 days from award. The Service Provider will prepare a Service Level Agreements that pertains to this scope of work. All of the four mentioned services shall be submitted no later than 30 days after receipt of the Order Contract. Phase 2 - Service Implementation: Tasks: 1. The Provider shall implement all contracted services for GOG at the locations stated in section III of this statement of work. 2. During the implementation phases the Provider will be required to work in Guatemala City to interact and perform initial setup of the services with GOG/US Government. 3. The Provider shall define a Project Plan for this initiative to be submitted no later than 15 days after receipt of award notice. 4. This Project Plan will include a detailed Work Breakdown Schedule to include a timeline for completion of the major components of the project, as well as task owners and dependencies no later than 10 days after receipt of award. Phase 3 � Service, Training, Maintenance and Support a.- Service The service must be provided without any interruptions from the provider on a 24/7 schedule, with the exception of disruption in GoG locations own internet services. b.- Training The vendor shall provide training for five (5) people selected by the IGM IT Department. The training will not exceed more than two (2) weeks length, in daily schedules from 8:00 am to 5:00 pm local Guatemala time. Training shall be provided in Spanish. The training must include: How to access the system, including account creation and maintenance. Manage all system�s functionality including inquiries for information. Any capabilities that the system includes regarding report generation. How to handle system updates if any user interaction is needed. If hardware is part of the system, how to manage it adequately. How to access/contact support for any issues with the system. c.- Maintenance The vendor must provide advanced time frames of system maintenance that could disrupt service. The vendor must inform us about updates/upgrades to the system during the maintenance period if such changes shall affect user interaction with the system; and if they do, the vendor must notify in detail about the changes and how they affect system usage. Points of Contact from the GoG institution will be provided to receive the relevant information. If any hardware is part of the system, provide information on equipment updates or replacement to keep the system running at its peak. d.- Support The vendor must provide 24/7 support to the system users either by phone call or electronic ticket submission during the period of licenses validity. Special Requirements / constraints The Provider shall ensure that the software, equipment, and solutions identified in Phases 1 and 2, and/or provided under this SOW are compatible with the existing software, and equipment being used by the GOG. The Provider shall provide personnel fluent in Spanish and English. Software Property Rights: All software developed and/or purchased in support of this contract and individual Task Orders shall become the property of the Government and shall be delivered upon request. TYPE OF CONTRACT This potential requirement is being considered for a Firm Fixed Price (FFP) contract in accordance with the specifications that will be included in any subsequent SOW. No additional sums will be payable due to any escalation in the cost of materials, equipment, or labor, or because of the Contractor�s failure to properly estimate or accurately predict the prices or difficulty of achieving the results required by this contract. Nor will the contract price be adjusted on account of fluctuations in the currency exchange rates. The firm fixed price shall include the equipment, pre-delivery inspection, certificates of origin, operator�s manuals, warranty certificates and any other documentation mandated by the destination country. All manuals shall be furnished in English and Spanish. WARRANTY If any hardware is installed or replaced, the subject equipment shall be covered by the manufacturer�s standard warranty of a minimum of one year. The Contractor shall be registered to do business in the host country or an existing partner with a host country registered business, this is required to provide maintenance, repairs, and spare parts for this type of equipment. The Contractor shall have a valid international warranty on the products offered which shall be utilized to coordinate replacement parts and services for the end user in order to avoid incurring additional expenses. The contractor must provide a desk help support as mentioned in this SoW for tech support during the duration of this contract. POINTS OF CONTACT TBD
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/be1a0435a93c4e20a9e7f27193e8f3b4/view)
- Place of Performance
- Address: GTM
- Country: GTM
- Country: GTM
- Record
- SN07673215-F 20251224/251222230040 (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 |