Skip to main content

An official website of the United States government

You have 2 new alerts

INL Colombia Eye Detect Equipment and Accessories

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: May 30, 2024 10:03 am EDT
  • Original Response Date: Jun 14, 2024 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jun 29, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7J20 - IT AND TELECOM - SECURITY AND COMPLIANCE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 541519 - Other Computer Related Services
  • Place of Performance:
    COL

Description

Sources Sought Notice:  19INLE24I0019 INL Colombia Eye Detect Equipment and Accessories

(PCS: 7J20; NAICS: 541519)

Background:  

The Colombian National Police, Directorate of Intelligence (DIPOL) requires equipment and accessories for polygraph teams to update and strengthen the capabilities of its expert officers in techniques used in intelligence to ensure assertive advice to security agencies in credibility assessment.

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 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.  Small Busiess/SDVOSB/HUBZONE/8(a)/WOSB certification for applicable NAICS;

5.  Documentation indicating vendor is an authorized reseller by the OEM noted in the draft Statement of Work;

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, June 14, 2024 at Noon EST.

Primary Point of Contact:

Michele Coccovizzo
Senior Contract Support Specialist
CoccovizzoML@state.gov

Technical Specifications (Brand Name)

  1. EyeDetect Station V4 - Secure, Offline Deployment 

EyeDetect Station V4 - Dell Latitude laptop, wireless mouse, Tobii 5L eye tracker, chin rest, headphones,

and laptop or briefcase bag. EyeDetect software for secure, offline deployment and scoring. Three-year

manufacturer's warranty on computer. Functions only with an EyeDetect Term License for processing tests.

10 units.

  1.  Physio Tracker V2 and Seat Pad

EyeDetect+ is an EyeDetect Station plus Physio Tracker V2. EyeDetect+ records electrodermal activity

 (EDA), blood pressure activity (via PTT), cardiovascular activity, respiration activity (via strain gauge)

and movement (via seat pad). 10 units.

  1. EyeDetect Bundle 1,000, 1-Year Term License for 1,000 Tests

EyeDetect One-Year Term License Bundle of 1,000

̶ Test Licenses that expire after 12-Months. 10 units.

  1. COMPLETE EYEDETECT STANDARD AND ADVANCED TRAINING (PRIVATE CLASS FOR CUSTOMER

5-Day Standard and Advanced EyeDetect Training Course for up to 20 people onsite in Colombia for

the Colombian National Police. Includes advanced, hands-on training for Test Administrators of EyeDetect,

EyeDetect+ and VerifEye and hands-on test writing and practical exercises for all EyeDetect, EyeDetect+ and

VerifEye test protocols. Includes all instructor travel expenses for two (2) Converus instructors for economy

 class airfare, hotel, food traveling to Colombia from USA, Mexico or other areas outside of Colombia.

This training course will be held two (2) times per year.

Please see the attached draft Statement of Work which provides the full technical specifications for the potential requirement.

Delivery

All items shipped from the United States shall be delivered to INL Freight Forwarder in Miami, FL. – USA.

Freight Forwarder Information and POC:

Goldbelt Integrated Logistics Services, LLC

10800 NW 21st Street, Suite 100

Miami, FL 33172
Attn: Richard Issa

Richard.Issa@goldbelt.com

Shipments originating in Colombia shall be shipped to INL Warehouse in Colombia, Calle 22B # 32-62, Bogota – Colombia

Atn: John Verano – 275-2049/2036 email veranojj@state.gov

Luis Fernando Salazar - 275-2042 email SalazarLF@state.gov

From 7:30 to 11:30 and 13:30 to 15:30 – Monday to Friday.

The Contractor shall properly pack and consolidate the entire shipment to prevent damage, loss and/or misdirection.  Upon notification, the contractor shall replace any items lost or damaged during shipment. Partial shipments are not allowed unless approved in writing by the Contracting Officer.

The items acquired through this contract will be donated to the government of Colombia, Colombian National police.  In addition to ensuring that all items are prepared for safe shipment, the contractor shall include all the necessary export approvals, required material data safety sheets, licenses, and paperwork. 

Warranty

Warranty shall be effective in Colombia.  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 twelve (12) months, from the date of Government acceptance.

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 designated representative of the US Embassy in Bogotá will be responsible for carrying out at least the following checks of the required elements:

    1. Quantities
    2. Compliance with the offered technical specifications
    3. Compliance delivery date
    4. Correct operation of the required elements

Period of Performance

Contractor shall complete delivery, no later than 30 calendar days from the date of award.  Warranty, maintenance, and support shall be provided for the periods described in Warranty of this SOW.

Authorization and Equipment Requirements

The vendor certifies that it is the manufacturer, or an authorized distributer of the product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es).

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

Contact Information

Contracting Office Address

  • US DEPT OF STATE, 2201 C ST NW
  • WASHINGTON , DC 20520
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Jun 29, 2024 11:55 pm EDTSources Sought (Original)