INL Colombia K9 Laboratory Equipment
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: Jul 17, 2024 04:35 pm EDT
- Original Response Date: Jul 31, 2024 05:00 am EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Aug 15, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 6632 - ANALYSIS INSTRUMENTS, MEDICAL LABORATORY USE
- NAICS Code:
- 334516 - Analytical Laboratory Instrument Manufacturing
- Place of Performance: COL
Description
Sources Sought: 19INLE24I0020 INL Colombia K9 Laboratory Equipment
(PCS: 6632, NAICS: 334516)
Background:
The mission of the Bureau of International Narcotics and Law Enforcement Affairs (INL) is to minimize the impact of international crime and illegal drugs on the United States, its citizens and partner nations by providing effective foreign assistance and fostering global cooperation. With the goal of continued cooperation, an important component is the support of the Colombian National Police's rural security effort throughout the country; central to this is the support of the PNC Canine Program. The following tools and elements for the Mancilla laboratory will improve the care, welfare, and shall directly support canine operations.
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.
The government also seeks input form industry as to reasonable delivery timelines for the procurement and delivery of said equipment.
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 required 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 the require equipment as stated in the Statement of Work;
6. Examples of relevant past performance;
7. Reasonable expectations for delivery timelines
8. Details on the manufacturer’s warrantees on the equipment;
8. 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 Wednesday, July 31, 2024 at 5:00 PM EST.
Primary Point of Contact:
Michele Coccovizzo
Senior Contract Support Specialist
CoccovizzoML@state.gov
TECHNICAL SPECIFICATIONS
The awarded contractor shall deliver the following items that are either US or European manufactured in support of the DICAR-REMVE / K9 project. (See attached draft Statement of Work for complete listing and technical specifications.)
DELIVERY (SHIPPING AND HANDLING INSTRUCTIONS)
Selected vendor should have no more than ninety (90) days to deliver the full order after the award of the contract. The ninety 90 days term will start with the Purchase Order delivery date.
The selected supplier must deliver, install and provide on-site training on each piece of the equipment delivered to the final location and must guarantee proper performance leaving 100% of the equipment purchased in operation.
Below are shipping delivery address, and guidelines.
Final place locatión address:
DICAR -MANCILLA laboratorio criadero, Facatativá- Cundinamarca-Colombia Km. 4 vía Ecopetrol.
Point of contact 1: INL Canine Advisor Milton Leonardo Sandoval, mail: SandovalML@state.gov, cellphone number: +57-3232235786
- The selected contractor must assume 100% the transportation, installation and commissioning at the final site of use.
- The Contractor shall consolidate the entire shipment to prevent loss and misdirection. T
- The contractor upon notification shall replace any lost or damaged items during shipment.
- The contractor will be responsible of unloading the materials at the place indicated by the point of contact. The contractor must deliver the items to the site of use.
The items being acquired will be donated to the Government of Colombia and its use is exclusive for DICAR canines.
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. 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. The packing list shall include, at a minimum: description, brand name, serial number (if any), and quantities.
WARRANTY
All products listed must be warrantied for at least one (1) year from delivery and install. If INL receives a warranty claim for any product(s), the item will be sent to the vendor’s location in Colombia to perform an evaluation/ verify the status of the claim, with no charge to INL. If the vendor determines that the product has a defect covered under the warranty, vendor must repair or replace within two weeks of receiving the equipment for warranty evaluation. INL is not responsible for any transportation charges related to warranty service.
The equipment must have at the time of delivery a document with valid date of commitment in which the supplier of the equipment commits to provide full technical support as well as spare parts and supplies for at least 5 years.
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.
If applicable, the U.S. Government will assist the Contractor in obtaining customs clearance and tax exemption certificates from the Government of Colombia.
INSPECTION AND ACCEPTANCE
The final inspection and acceptance of all items shall be performed by the U.S. government upon their arrival at the delivery address (listed above in section 3). The payment to the contractor shall be made following satisfactory inspection and acceptance of products by the INL Office in Colombia.
According to trade agreement regulations [FAR 52.225-5] included in the relevant procurement requires that U.S. and designated country end products may only be supplied if the procurement is valued at $183,000 or more.
PERIOD OF PERFORMANCE (POP) or ESTIMATED DELIVERY DATE
The Period of Performance for this contract is 90 days. Vendor must fulfill the contract and deliver 100% of the items requested within 90 days after the delivery of the Order.
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
- Gaudreau, Margaret (Renee)
- GaudreauMR@state.gov
History
- Aug 22, 2024 10:45 am EDTSolicitation (Original)
- Aug 15, 2024 11:55 pm EDTSources Sought (Original)