INL Colombia Expeditionary COPES Camp - Rigid Shelters
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: Feb 23, 2023 03:54 pm EST
- Original Response Date: Mar 09, 2023 12:00 pm EST
- Inactive Policy: Manual
- Original Inactive Date: Apr 09, 2023
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 8340 - TENTS AND TARPAULINS
- NAICS Code:
- 721211 - RV (Recreational Vehicle) Parks and Campgrounds
- Place of Performance: COL
Description
Sources Sought: 19INLE23I0002 Expeditionary COPES Camp
The Department of State, Bureau of International Narcotics and Law Enforcement Affairs (INL) Colombia is conducting market research to determine the degree of interest, expertise, and capability to provide rigid wall shelters, shelter kits, accessories, and applicable training in support of the Colombian National Police (CNP) Special Operations and Antiterrorism Command Unit "COPES" rural police. The primary goal of INL's Rural Security Programs is to bring security and the rule of law to rural Colombia. One way to achieve this goal is to help the Colombian National Police, the Special Operations and Antiterrorism Command Unit to establish and expand their police presence throughout rural Colombia
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;
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 relevant 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, March 9, 2023 at 12:00 PM EST.
Primary Point of Contact:
Michele Coccovizzo
Senior Contract Support Specialist
CoccovizzoML@state.gov
Scope Of Work
INL Colombia requires a contractor to provide brand name DLX shelter kits, applicable equipment and parts, and training as specified in the attached ANNEX A. All equipment must be brand name and new and vendor must be an authorized reseller of DLX Shelter Systems and accessories.
Delivery
The provider will ensure proper delivery of all material from point of origin through delivery site at:
Goldbelt Security, LLC
1567 NW 82ND AVE
DORAL, FL 33126- Miami – United States
POC: Mr. Richard Issa
Phone Number: 786 486 8848
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).
Warranty
The items delivered must have, at a minimum, a 12-month warranty (unless otherwise stated in Annex A) from date of delivery, with a locally supported general warranty should CNP-COPES or INL have a warranty claim for defective equipment. The defective equipment shall be delivered at no charge to INL/CNP to the nearest vendor’s location for evaluation, repair and if required replacement in kind. Every warranty request and determination shall be agreed upon and resolved between INL/CNP and the contractor. Contractor shall consult with INL to establish the level of warranty response.
Period of Performance
The offeror must be able to make full delivery within 90 days of contract award or formal notification to proceed from the Contraction Officer; determination of delivery will be based on weather factors, safety and site readiness.
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 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
Attachments/Links
Contact Information
Contracting Office Address
- US DEPT OF STATE, 2201 C ST NW
- WASHINGTON , DC 20520
- USA
Primary Point of Contact
- Michele Coccovizzo
- coccovizzoML@state.gov
Secondary Point of Contact
History
- Apr 09, 2023 11:58 pm EDTSources Sought (Original)