Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
MODIFICATION

99 -- SIM Pre-paid Iridium Satellite

Notice Date
7/11/2018
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of State, Bureau of International Narcotics and Law Enforcement Affairs, INL, U.S. Embassy Bogota, Columbia, Calle 45 No. 24B-27, Bogota, Non-U.S., Colombia
 
ZIP Code
00000
 
Solicitation Number
191NLE18N0037_
 
Point of Contact
Amy Davis, Phone: 202-736-9161
 
E-Mail Address
DavisAM2@state.gov
(DavisAM2@state.gov)
 
Small Business Set-Aside
N/A
 
Description
SECTION 1 GENERAL INFORMATION 1.1) The Bureau of International Narcotics and Law Enforcement Affairs (INL) is responsible for the development, supervision, coordination, and implementation of international narcotics control assistance activities and international criminal justice issues for the U.S. Department of State (DOS). The INL requires Satellite Service (Iridium Inmarsat) for the Colombian National Police, as provided in the Table of Requirements (2.2). 1.2) This Request for Information (RFI) is issued for informational and planning purposes only. The information will be used in conducting market research to identify qualified, experienced, and interested potential sources in support of the Government's requirements, and will help to inform best procurement practice and likely future Requests for Quotations (RFQ). 1.3) This document shall be used for planning purposes only, as outlined under FAR 52.215-3. This document is NOT a Request for Proposals (RFP) or a Request for Quotations (RFQ). It is not to be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. Any information provided to the Government, or participation in the activities described herein is strictly voluntary, and will be provided at no cost to the Government. 1.4) It is the intention of the government to identify companies able to provide the Individual Tactical Equipment under this RFI for a single award contract at a Firm-Fixed-Price. For the purposes of this RFI, the North American Industry Classification System (NAICS) Code NAICS code 334220 - Satellite communications equipment manufacturing 1.5) Notice of RFI Closing Date and Time Digital/Paper responses to this RFI shall be submitted to: Nicole Dent, no later than 1:00 PM (Washington, DC time) on July 19, 2018, via email at DentND@state.gov 1.6) Point of Contact(s): Nicole Dent Contract Support Specialist DentND@state.gov Contracting Office Address: U.S. Department of State Bureau of International Narcotics and Law Enforcement Affairs Office of Resource Management Grants, Acquisitions, and Procurement Policy Division (INL/RM/GAPP) 2401 E St. NW Rm. 910- (SA-01 Columbia Plaza) Washington DC, 20037 SECTION 2 DECRIPTION OF REQUIREMENTS 2.1) This requirement will ultimately be solicited as a “Brand Name or Equal” requirement. All minimum specifications are meant to be informational and not restrictive to any one brand. If the minimum technical specifications/requirements are met or exceeded, as determined by a panel of Technical Evaluators, the products offered will be considered for award. 2.2) Table of Requirements Meet or exceed for each item as described below: See Attachment A 2.3) Warranty A) Offerors shall state their standard warranty they offer in their response to the RFI. If INL receives a warranty claim for defects in material or workmanship, the product(s) will be sent to the vendor’s location to perform an evaluation, with no charge to INL, to verify the status of the claim and the product. If the warranty department of the vendor determines that the product has a defect covered under the warranty, vendor must replace. INL is not responsible for any transportation charges. Replacement products must be in new condition. INL does not accept used items or refurbished. B) Vendor must to warranty local maintenance, after sale support and have replacement of all parts in country of destination (South America). Should a replacement be provided, delivery will be required within thirty (30) days after a claim is made. 2.4) Delivery Delivery of items shall be completed within ninety (90) days after the receipt of the order. The Contractor shall provide to the U.S. Government the new products as described in the specifications for the stated firm fixed price. Further, the Contractor shall properly perform the pre-delivery inspection on the products and deliver them to the location set forth under Place of Delivery, of this contract. The firm fixed price shall include the products pre-delivery inspection, certificates of origin, operator’s manuals, warranty certificates and any other documentation mandated by the Government under NAICS code 334220 - Satellite communications equipment manufacturing. The electronic copy, upon file opening and display on the computer monitor, shall appear exactly as the printed hard copy quote submission with the same font size restriction. Contractors should use a Read and Delivered Receipt to ensure timely submission as well as to ensure that the USG received the information. INFORMATION TO CONTRACTORS: Contractors are reminded that information furnished under this Request for Information (RFI) may be subject to disclosure under the Freedom of Information Act (FOIA). Therefore, all items that are confidential to business or that contain trade secrets or proprietary or personnel information must be clearly marked. Marking of items will not necessarily preclude disclosure when Department of State (DoS) determines disclosure is warranted by FOIA. However, if such items are not marked, all information contained within the submitted documents will be deemed releasable. SECTION 3 CAPABILITY STATEMENT AND PAST PERFORMANCE 3.1) If the vendor is capable of providing the requirements described in this RFI, please provide a Capability Statement to Nicole Dent via e-mail by the closing date outlined in Section 1.5, Notice of RFI Closing Date and Time. Please do not call the contracting office for information; email any questions to avoid any misunderstanding or confusion. The Capability Statement should include general information and technical background describing your firm's experience in contracts requiring similar efforts to meet the program objectives, and should not exceed five (5) pages in length. 3.2) When addressing question 8 below, please indicate the contract type and period of performance for similar items provided. At a minimum the following information is requested: 1) Company Information a) Company Name b) Address c) Point of Contact d) Telephone Number e) E-mail address 2) Primarily doing business in the Private/Commercial or Government Sector. 3) Commercial and Government Entity (CAGE) Code 4) Data Universal Numbering System (DUNS) Number 5) Business Size (i.e. Small Business, Other than Small) 6) Socio-Economic status (i.e. 8(a), HUBZone, veteran-owned, women-owned, etc.) (Mark with X the Socio-Economic Status of the Company) Small Business Women-Owned Small Business (WOSB) Eligible Under the Women-Owned Small Business Program HUBZONE Small Business Economically Disadvantaged Women-Owned Small Business (EDWOSB) Service-Disabled Veteran-Owned Small Business 8(a) 7) Detailed information on capabilities to finance, mobilize instructors by DATE, and train participants 8) Describe any service contracts you have performed for similar combined services 9) NAICS code(s) the company usually performs under 10) Company’ role in the performance of the requirement a. Prime Contractor b. Subcontractor c. Other (please describe) 11) Functions that may be set aside for subcontract opportunities Attachment A DRAFT STATEMENT OF WORK 1. Technical Specifications: Item 1 – Supply of SIM Pre-paid Iridium Satellite net, with coverage throughout the Colombian territory, unlimited voice service for iridium phones 9575 PTT, configuration three rings of 100,000 kilometers and a ring of 300,000 kilometers, plan to be used in a period of up to 12 months from the date of arrival at INL Bogota. Unit of Issue: Each Quantity: 100 Item 2 – Prepaid BGAN (Inmarsat) SIM cards, with 12 Gb, capacity for streaming (unshared cannel with 256 kbps), public-static IP address. Validity: 12 months after activation. Firewall for restricting data traffic from and to BGAN terminals VPN service, for creating private tunnels from and to Main offices. QUALITY OF SERVICE: Service provided by companies licensed (legal) to sell satelital services in Colombia (issued by Ministerio de Comunicaciones) Language: Spanish Company with direct service in Colombia Direct cannel for INMARSAT certified by INMARSAT Technician certified by INMARSAT for BGAN SERVICES. Unit of Issue: Each Quantity: 25 TRAINING Item 3 – Training for configuration and use of PTT telephones and BGAN antennas. The contractor shall provide the necessary technical training so as to ensure that the technicians receive the training necessary to install, administer, and maintain the service provided. The contractor shall deliver a Spanish language o perations manual for the service delivered
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/INL/GSO/191NLE18N0037_/listing.html)
 
Record
SN04987922-W 20180713/180711231410-598c4f1ad62dd27c66b68bc09ad8ba5a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.