Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2024 SAM #8115
SOURCES SOUGHT

71 -- INL Colombia Furniture for Rural Justices

Notice Date
2/13/2024 9:37:45 AM
 
Notice Type
Sources Sought
 
NAICS
423210 — Furniture Merchant Wholesalers
 
Contracting Office
ACQUISITIONS - INL WASHINGTON DC 20520 USA
 
ZIP Code
20520
 
Solicitation Number
191NLE24I0006
 
Response Due
2/28/2024 2:00:00 PM
 
Archive Date
04/01/2024
 
Point of Contact
Michele Coccovizzo, Gaudreau, Margaret R
 
E-Mail Address
coccovizzoML@state.gov, GaudreauMR@state.gov
(coccovizzoML@state.gov, GaudreauMR@state.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Sources Sought Notice:� 19INLE24I0006 INL Colombia Furniture for Rural Justices (PCS: 7110, NAICS: 423210) Background:�� The INL�s Rule of Law (ROL) division enhances transparency, efficiency, and equity in the criminal justice system. Through the Justice program, it aims to improve the performance of the accusatory criminal system, offering more efficient and effective investigation and prosecution processes to meet citizen demands for justice. Additionally, it strives to promote coordination and strategic actions to improve the judicial response against priority crimes. The assessment conducted by the ROL Justice Team, in consultation with the Superior Council of the Judiciary, identified the need for furniture and new equipment for judges in the Judicial Circuits covering the prioritized areas. This procurement initiative seeks to provide better conditions for communities to access justice and for judges to adjudicate more efficiently timely. Creating safe and dignified conditions is crucial, as judges are cornerstone figures in the criminal justice system. This Sources Sought notice is issued for planning and 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 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 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] and whether original manufacturer or as a wholesaler; 4.� SDVOSB/HUBZONE/8(a)/WOSB certification with applicable NAICS and PSC Code 5. Details of warranty offered to include after sale service, future modifications and relocation. 6. Reasonable expectations for delivery/installation timelines. 7. �Three (3) examples of relevant past performance (last three years). 8. If interest is to participate as a wholesaler/reseller, please provide technical specifications of the items you would consider proposing, 9. 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, February 28, 2024 at 5:00 PM EST. Primary Point of Contact: Michele Coccovizzo Senior Contract Support Specialist CoccovizzoML@state.gov TECHNICAL SPECIFICATIONS The system required is a freestanding structure with independent workstations, that do not require fastening to walls or floors. The system to be installed shall be flexible to enable future relocating and/or design redistribution without affecting certain parts or the whole system; respecting its integrity and ensuring the total use of the elements that make up the system.� The contractor shall furnish all labor, supervision, materials, supplies, tools, equipment, and expertise necessary to perform the delivery and installation of all furniture. The contractor shall work in coordination with the POC designated (TBD). The services called for under this statement of work shall be performed in accordance with the terms, conditions, and specifications stated herein until such time as said services are completed to the satisfaction of the Government. See attached Statement of Work and individual Technical Specifications for more specific and detailed information. DELIVERY (SHIPPING AND HANDLING INSTRUCTIONS) The time frame for this project is forty-five [45] calendar days after the purchase order [PO] is awarded. Should the project be awarded, on the initial site visit where the contractor will verify measurements on site, the materials and finishes will also be selected with the US government representative. The Vendor shall indicate in their proposals any modifications to the delivery time required. If the delivery date(s) shall be changed, due to construction or other causes at the fault of the US and deemed acceptable by the Contracting Officer, the US Government may modify the terms of the contract. The awarded contractor will also be required to attend meetings as deemed necessary by the COR or CO at the US Embassy in Bogota. DELIVERY PLACE: Delivery must be upon coordination with INL POC who will give the instructions for each place of delivery, corresponding on-site (end user) contact and will be monitoring the delivery process. Vendor must deliver all the elements of this order, according to pending distribution of quantities, to the following municipality/city in Colombia: (See attached Statement of Work Section 3 which provides a chart of locations and required furnishings for each) All charges for delivery and transportation to the final destinations are the responsibility of the contractor and shall be included in the pricing. The contractor shall consolidate the shipment per location to prevent loss and misdirection. Any lost or damaged items during shipment shall be replaced by the contractor upon notification. Partial deliveries may be considered upon request and approval by the US Government (Contracting Officer). The items acquired through this contract will be donated to the government of Colombia.� 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(s), 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 The Furniture, fixtures and all parts delivered and installed shall have a warranty of three [3] year against manufacturing defects and the chairs and its entire component parts a warranty of three [3] year from the date of final acceptance by the US Government. The vendor shall confirm compliance with minimum requested warranty periods. During the warranty period, the contractor must repair the equipment and leave it in perfect operating condition in a maximum response time of five working days, at the site of the request. CUSTOMS CLEARANCE AND TAX EXEMPTIONS All goods and services shall be provided with tax exemption, under no circumstance INL/DOS will be paying VAT, income, entrance, or any other related tax for this order. 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 Site Description. The contractor, before beginning preliminary works shall complete a site description with photographs and an account of the actual conditions of the building where the furniture will be installed. This report is for the purpose of documenting the actual status of the area before the furniture installation is performed. This report will be used to compare the site after the work is finished. Protection of Elements in the Work Area. Areas, equipment, and elements at the work site shall be protected from damage or deterioration. The contractor shall assume the cost of any repair or replacement required because of improper use or carelessness on his part or on the part of his workers. To comply with this item, the contractor shall have a representative at the work site who will supervise the furniture unloading and its transportation to the actual work site areas. Modifications. Any request to modify design/installation documents or pricing shall be negotiated and approved, in writing, by the Contracting Officer. No performance on a requested Purchase Order modification shall be executed until the modification for the PO has been received by the contractor.� In order to meet the time frame required the Contractor is required to plan an installation schedule which shall be delivered to the COR three [3] business days after the kickoff meeting. The Contractor shall coordinate all deliveries and installation times with the COR of the project. It is the contractor's responsibility to provide an adequate work force to ensure that the required schedule is met. The contractor is responsible for its workers� permits cost and access to the location. The contractor shall submit on time all the necessary documentation, required for the security studies of the proposed labor force. Issue resolution. Any unexpected conflicts during product installation shall be brought to the COR and CO for resolution. Contractor shall correct [at the contractor�s expense] any installation problems, which are the result of incorrect layouts, insufficient field verification, delivery errors, and damaged product. Damaged and/or missing product will be replaced by means that will prevent installation delays. Damaged product replacements will be at the selected contractor�s expense. All damaged products shall be removed from the job site immediately. PERIOD OF PERFORMANCE (POP) or ESTIMATED DELIVERY DATE The time frame for this project is forty-five [45] calendar days after the contact is awarded. The Contractor shall interpret any reference made to days, as calendar days.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fc826f4f8e32496d998163a84154984d/view)
 
Place of Performance
Address: COL
Country: COL
 
Record
SN06965044-F 20240215/240213230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.