Skip to main content

An official website of the United States government

You have 2 new alerts

INL Colombia Safeboats and Maintenance

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 (Updated)
  • Updated Published Date: Dec 05, 2024 08:39 am EST
  • Original Published Date: Nov 25, 2024 01:05 pm EST
  • Updated Response Date: Dec 13, 2024 12:00 pm EST
  • Original Response Date: Dec 06, 2024 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Dec 28, 2024
  • Original Inactive Date: Dec 21, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1940 - SMALL CRAFT
  • NAICS Code:
    • 336612 - Boat Building
  • Place of Performance:
    COL

Description

Combined Sources Sought Notice/Request for Information (RFI)

191NLE25I0003 - INL Colombia Safeboats and Maintenance

(PCS: 1940; NAICS: 336612)

Background:  

The mission of the Bureau of International Narcotics and Law Enforcement (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 by fostering global cooperation.  A key component of this mission in Colombia is assisting the Colombian Navy with sustainment of the Coast Guard (CG) interceptor boat fleet and the Marines littoral fleet executing maritime counternarcotics operations.  The U.S. government (USG) donated interceptor boats brand name Safe Boats International, classes APOSTLE, DEFENDER and MARINES LITTORAL.  To build up the fleet, the government of Colombia (GOC) with own budget, also purchased interceptor boats of the same brand name and classes.  In contribution to the fleet’s operational readiness rate, INL Bogota agreed to complement GOC ongoing investment with the purchase or new boats, performance of preventive and corrective maintenance for the existing fleet, and overhaul process when required by establishing a firm fixed unit cost Blanket Purchase Agreement (BPA) to included pricing for new boats, maintenance, overhauls, and major components.

This combined Sources Sought Notice/RFI 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 who are authorized resellers of Original Equipment Manufacturer (OEM) boats and parts, 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. This will also allow for the government to gauge potential delivery time frames of the parts listed within the Sources Sought/RFI. 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 for applicable NAICS;

5.  Documentation supporting the vendor is an authorized reseller/OEM reseller of the boats and parts;

6. Best estimate of delivery time to provide complete shipment of parts from date of potential award.

7. Any questions, clarifications or recommendations from industry that would assist the government in any future potential procurement.

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, December 6, 2024 at Noon EST. Extended to Friday, December 13, 2024 at Noon EST.

Primary Point of Contact:

Michele Coccovizzo
Senior Contract Support Specialist
CoccovizzoML@state.gov

Scope Of Work

INL Bogota, and other potential country programs, is seeking to complement existing maritime fleets with ongoing investments in new boats, performance of preventive and corrective maintenance for existing fleets, and overhaul process when required by establishing a firm fixed unit cost Blanket Purchase Agreement (BPA) to included pricing for new boats, maintenance, overhauls, and major components.  Please see the attached draft Statement of Work which provides the full listing of vessels, technical specifications and maintenance required.

Warranty

Offeror shall provide commercially available warranty as well as a warranty certificate.

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.

Period of Performance

TBD

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 unit cost, single award Blanket Purchase Agreement (BPA) is being considered, with defined brand name vessels and maintenance 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. Any unforeseen costs discovered during maintenance and overhauls shall be addressed via a fully detailed quote sent to the Contracting Officer for review and approval prior to performance of said maintenance and/or overhaul. Any related travel cost would be reimbursed in accordance with Federal Travel Regulations.

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