Sources Sought Notice: 19INLE25I0012 - INL Guatemala CCTV Configuration and Installation
(PCS: 5836; NAICS: 517111)
Background:
This is a Department of State Bureau of International Narcotics and Law Enforcement Affairs (INL) supported initiative to combat illegal trafficking of people and goods and curb the flow of dangerous narcotics to the United States. INL requires the herein described services to provide a solution to remove and install new surveillance cameras and to provide interconnectivity between a Guatemala City-based border command center and INL-supported checkpoints and Guatemala’s land ports of entry. This will give U.S. vetted units working at the INL Border Command Center/fusion center the capacity to develop intelligence and launch border security operations to secure Guatemalan borders. The INL-supported border command center and Guatemalan customs (SAT) will have access to this new closed-circuit television (CCTV) with live video system from INL-sponsored Interagency Highway Checkpoints (IHCs and/or PCIs) and Land Ports of Entries (POEs) nationwide.
INL Guatemala provides targeted support to improve the operational capabilities of the Guatemala Customs Agency (SAT), thereby improving the effectiveness of immigration and customs controls at Guatemala's official entry points. This support has included the creation of 10 interagency highway checkpoints at strategic locations through Guatemala.
This Sources Sought notice 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 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 there are small business who are able to provide in-country installation, configuration and training. 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. Statement of capabilities applicable to this requirement; particularly the ability to provide in-country installation and training as either the prime or through a host nation subcontractor.
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 the firm's interest and capabilities. This information is due no later than Wednesday, July 20, 2025 at 5:00 PM EST.
Primary Point of Contact:
Michele Coccovizzo
Senior Contract Support Specialist
CoccovizzoML@state.gov
Secondary Point of Contact:
Jamillah Timmons
Contracting Officer
TimmonsJ@state.gov
Scope Of Work
The attached draft performance work statement (PWS) defines the effort required by the Contractor to design, replace, install, configure and test a stand-alone, turn-key installation of a stand-alone, IP-based, high-definition, day and night CCTV. The location of the work shall be performed in the list of PCIs and POEs located throughout Guatemalan territory.
The Contractor shall:
- Change 162 camaras that are distributed in 11 PCIs and 15 POEs.
- Change the hardware for CCTV storage and software for the camaras and storage system to be compatible with SAT systems.
- Train SAT IT personnel on how CCTV will work and how the information is set up from the camaras, storage systems, switches; and how all this is connected to SAT HQ.
- Give technical and IT support to SAT for six months after the final reception of the complete project.
- Provide maintenance services on all equipment. The maintenance services shall be performed at least every 6 months and submit a report after each maintenance cycle. The report shall include, locations, equipment, dates and services performed. The service shall include at least cleaning and testing of all equipment.
- Provide in written, a 3-year warranty on all equipment installed. The warranty shall include the replacement of any damaged equipment detected during the service cycles or directly informed by SAT personnel and checked by vendor’s personnel.
Provide the capacity for the BBC to be able to monitor and have access to the SAT CCTV system which includes the 162 camaras that include this PWS
The Contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the CCTV replacement and configuration as defined in this Performance Work Statement. The Contractor shall be responsible for providing and installing all miscellaneous ancillary hardware not explicitly specified as required for a complete and fully operational system. The systems shall include all connectors, adapters, and terminators necessary to interconnect all equipment. The contractor shall also supply all cabling and conduit necessary to interconnect the CCTV equipment. All components and materials of the CCTV shall be new.
All CCTV cameras and components exposed to the public will be vandal and tamper resistant. All components shall be securely fastened to a wall or fixed structure in an aesthetically pleasing appearance. Cameras located outside should be weather resistant.
The country of origin will be identified for all components. All cameras will be of high quality and fully FAR and NDAA compliant.
The Contractor shall work together with INL Representatives and SAT IT personnel to identify the best systems and software needed to connect the new camaras that will be purchase under this PWS and connected to SAT Headquarters and the INL-supported border command center.
The Contractor shall:
- Be flexible, timely, and innovative.
- Be mindful of local culture, laws, and operating environment.
- Use (including hire) local expertise and resources to the maximum extent possible.
- Ensure the sustainability of its interventions within the SAT after the INL-funded project has closed-out; and
- Engage other stakeholders active in this sector, if any; and
- Provide technical and intellectual leadership in the field.
Service Delivery Summary
The Contractor shall replace existing SAT CCTV system with the installation and configuration of 162 new CCTV in all PCIs and POEs listed in this PWS. This shall include and it is not limited to DVRs, Storage Server Units, camaras, and LPRs. Proposals shall include all costs.
The Contractor shall change the existing 162 cameras, hardware and software in the below site locations.
Period of Performance
The period of performance shall be 120 days, plus 6 months maintenance
Place of Performance
List of site locations at PCIs and POEs where equipment will be replaced. Locations are distributed per regions and per Guatemala Customs (SAT) own classification:
SEE ATTACHED DRAFT PERFORMANCE WORK STATEMENT FOR LOCATIONS, EQUIPMENT, AND RESPECTIVE QUANTITIES
List of suggested equipment:
Proposals can suggest a different configuration. This information is based on existing equipment.
SEE ATTACHED DRAFT PERFORMANCE WORK STATEMENT FOR TECHNICAL SPECIFICATIONS
SURVEILLANCE:
The Government QA personnel shall perform periodic inspections as well as receive and investigate customer complaints. Discrepancies and complaints shall be passed to the Contract Administrator or Contracting Officer for a resolution.
KEEPING INSTITUTIONAL EFFICIENCY
SAT has all their camaras, servers and storage unit devices connected to their main intelligence center. SAT is able to monitor all their CCTV and is compatible with all their camaras and software installed in all their offices. The change of the 162 camaras shall allow their CCTV system to work independently and not compatible with their current integrated system. At a minimum, the Contractor shall:
- Help SAT with the software language and compatibility to monitor all CCTV as an integrated system.
- While installing and replacing the hardware and software, performed tests together with SAT IT personnel and test compatibility with SAT systems.
PROGRAM MANAGEMENT
The Contractor is required to manage and lead the replacement of SAT’s CCTV system at PCIs and POEs as per the agreed schedule, meet deadlines as described in the Gantt Chart herein, and prioritize areas of concern that SAT identifies as critical and that have to be monitored 24/7. The project manager will also be called upon to recognize issues in real time and provide more efficient practices and ideas to drive the desired results and objectives. The camaras must be all color and should include their mount bases when installing the equipment. All software licenses must be included for their correct analytic operation, system recording and storage. All necessary training for the operation of the equipment and software must be included.
WORK PLAN
The Contractor is required to submit an initial work plan. The work plan must detail or specify site locations and timelines on how all camaras, servers, storage units and all hardware will be replaced. Contractor must also include a Gantt Chart describing how replacement will take place. The work plan should contemplate SAT priorities for sites that need to be considered as critical for replacement and monitoring. The Contractor shall revise the work plan and update it as needed throughout the duration of the contract.
KEY PERSONNEL.
The Contractor shall assign sufficiently experienced personnel, who are qualified in the conduct of similar projects and who have appropriate background and experience. Key personnel may not be replaced by the service provider without the review and approval of the Contracting Officer. All personnel, including IT SMEs, shall be considered key personnel and will be reviewed by the COR, in consultation the INL section in Guatemala and the INL Guatemala Program Officer. Where INL deems necessary, the Contractor shall submit supporting documentation sufficient to allow the COR to conclude that the candidate possesses the qualifications, experience, and training required. These should include, but may not be limited to:
PROJECT MANAGER/CHIEF OF TEAM (COT)
The Contractor shall appoint a project manager and an alternate who will oversee the performance of the work. These individuals must have full authority to represent the contractor on all contract-related matters concerning daily operations. S/he shall have adequate authority to make major implementation decisions and be responsible for the performance of the work and coordination of all project activities. The COT will be responsible for reporting to INL/Guatemala, is expected to play a lead role in interacting with senior SAT officials and generally acting as project liaison in the sites with other GOG officials.
The Project Manager/COT is considered Key Personnel. Minimum qualifications for the Project Manager/Chief of Team are the following:
- From an accredited university, a bachelor’s degree in software engineering.
- At least five (5) years of experience in related projects.
- Supervisory experience while implementing these type of projects.
- Have a Development and/or Configuration Certificate by the brand/vendor of the model and make of the hardware and software to be installed.
- The Certificates must include at least 2 technical certificates in the Development and/or Configuration by the brand/vendor of the model and make of the hardware and software to be installed.
CONTRACTOR QUALITY ASSURANCE PLAN
The Contractor shall provide no later than 15 days after receipt of award a quality assurance plan to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor’s quality control program is how he assures himself that his work complies with the requirement of the contract.
The government shall evaluate the contractor’s performance under this contract €n accordance with the Quality Assurance Plan. The plan must explain how performance progress will be periodically monitored, process for receipt of complaints or performance concerns, and approach to minimize repeat failures.
PLANS, MEETINGS, REPORTS, AND CONFERENCE CALLS
(a) INITIAL WORK PLAN.
The Contractor shall include a draft work plan that is illustrative of the ability to prepare such a plan. The work plan shall include milestones and timeframe for removal of old cameras, installation and wiring of new cameras, system testing and final adjustments. Upon award, the Contractor shall submit a detailed work plan within 10 calendar days to the CO, COR, INL Guatemala Program Officer, and INL Section in Guatemala. Once approved by the COR, the work plan shall guide the substantive work of the program. Note that the Contractor’s evaluation shall be determined by its performance in implementing the work plan and achieving the intended results of the project, as identified in the Results Framework.
The work plan must be divided by regions as is described in the chart in section two (2). And each region must be completed before the contractor initiates work in the next region. If due to performance or specific operation needs by SAT a region needs to be prioritized, this will be discussed in the initial meeting when vendor is presenting the work plan. During the execution of the work plan, any changes must have prior approval from the INL COR. Any changes without the INL COR approval will not be considered approved.
(b)PROGRESS MEETINGS.
The Contracting Officer Representative and other Government personnel, as appropriate, will meet periodically with the Contractor to review the contract performance. At these meetings, the COR will appraise the Contractor of how the Government views the Contractor’s performance and the Contractor will appraise the Government of problems, if any being experienced. Appropriate action should be taken to resolve outstanding issues.
(c)WEEKLY REPORTS.
On a weekly basis, the Contractor shall provide on Fridays a written report to the COR and INL Program Officer. The weekly report should be no more than 4 pages in length and must identify, at a minimum, the following Project activities conducted during the reporting period, with an indication of whether activities were conducted in accordance with the work plan and specifying measurable results. Status and analysis of overall project progress towards achieving project objectives, citing evidence such as significant events, installation issues or delays.
(d) PRE-PERFORMANCE CONFERENCE
The Contractor and at minimum one additional personnel shall meet or teleconference with the CO, COR, and within 5 business days after effective award date to discuss details regarding the proposal, schedule, and other related contract activities. The contractor shall come prepared to identify any areas of concern and to suggest ways of responding to these concerns.
(e) CONTRACTOR CHANGE OVER
The Government reserves the right to conduct site visits to all Contractor-operated facilities in conjunction with the solicitation of offerors for any follow-on contract. In the event the follow-on contract is awarded to other than the incumbent, the incumbent Contractor will cooperate to the extent required to permit an orderly changeover to the successor Contractor. With regard to the successor Contractor’s access to incumbent employees, a recruitment notice may be placed in each facility accessible to incumbent employees.
(f) INSTALLATION SCHEDULE
A project schedule shall be provided to the COR within seven calendar days after contract is awarded. Installation shall begin no later than fourteen (14) calendar days after receipt of the contract award.
ACCEPTANCE CRITERIA
The project will be considered complete when the following criteria are met:
- Cameras Installed and Operational – All CCTV cameras are installed in the specified locations and verified to be fully operational.
- Seamless System Integration – The CCTV system integrates seamlessly, ensuring uninterrupted functionality and no disruptions to ongoing operations.
- Approval of deliverables – All project deliverables meet the defined specifications and are formally approved by SAT.
- Documentation provided – comprehensive documentation, including installation reports, testing results, and user manuals, is submitted to the customer for review and approval.
Upon completion and verification of these criteria, the customer will notify both the contractor and the contracting officer as final confirmation of project acceptance.
PERFORMANCE REQUIREMENTS SUMMARY
The Contractor will be evaluated during the duration of the project following the below Performance chart. The INL COR will be conducting random inspections after the completion of each region by the contractor. These inspections will be evaluating the work performance, functionality and CCTV system integration with SAT main servers. The contractor must notify the INL COR when a region is completed and not wait until finish the whole project.
SEE DRAFT PERFORMANCE WORK STATEMENT FOR EVALUATION CHART
GENERAL INFORMATION
Service providers shall provide personnel, equipment, tools, materials, supervision, and other items and services necessary to perform services defined in this PWS.
PERFORMANCE LOCATION
Contractor is required to perform services in the locations of PCIs and POEs listed in the PWS.
HOURS OF OPERATION.
Service provider shall perform the services required under this contract during the following schedule: routine hours for publishing and forms functions are 7:30 a.m. through 4:30 p.m. local, Monday through Friday, excluding Guatemala holidays. Saturday and Sunday are not considered normal workdays.
CONTRACTOR POINT OF CONTACT
The Contractor shall provide an individual who must have full authority to act in all matters related to this PWS. This individual must be responsible and accountable to the CO in representing the service provider for meeting the performance requirements of the PWS. This individual must be designated in writing to the CO no later than the pre-performance conference.
QUALITY ASSURANCE PLAN.
The government will periodically evaluate the contractor’s performance by appointing a representative(s) to monitor performance to ensure services are received. The government representative will evaluate the contractor’s performance through intermittent on-site inspections of the contractor’s quality control program and receipt of complaints from base personnel. The government may inspect each task as completed or increase the number of quality control inspections if deemed appropriate because of repeated failures discovered during quality control inspections or because of repeated customer complaints. Likewise, the government may decrease the number of quality control inspections if merited by performance. The government will also investigate complaints received from various customers located on the installation. The contractor shall be responsible for initially validating customer complaints. However, the government representative shall make final determination of the validity of customer complaint(s) in cases of disagreement with customer(s).
The Contracting Officer (CO), and other Government personnel, as appropriate, will meet periodically with the contractor to review the contract performance. At these meetings, the CO will appraise the contractor of how the Government views the contractor’s performance and the contractor will appraise the Government of problems, if any, experienced. Appropriate action should be taken to resolve outstanding issues.
CONTRACTING OFFICER REPRESENTATIVE
Contracting Officer Representative (COR) is the authorized government representative(s) who will perform assessments of the contractor’s performance. Subsequent to contract award, the identity of the COR(s), with a letter defining their duties and authority will be promptly furnished to the successful bidder/offeror.
The COR(s) or alternate(s) will inform the contract manager in person when discrepancies occur and will request corrective action. The COR(s) or alternate(s) will make a notation of the discrepancy on their assessment checklist with the date and time the discrepancy was noted
EMPLOYEES
The Contractor shall not employ any persons for work on this contract who are identified to the Contractor by the CO as a potential threat to the safety, security, or operational mission of the installation and its population. The Contractor shall submit letters with qualifications from prospective employees to the Contracting Officer prior to the start of contract performance. Should personnel be replaced during the course of contract performance, the Service Provider shall ensure replacement personnel meet the same standards.
QUALIFICATION OF PERSONNEL.
The Contractor shall ensure personnel are qualified and eligible to work for the United States and can respectfully interact with Guatemala government officials or American Diplomats. The Contractor is responsible for ensuring the number of personnel, hours, level of effort, and mix of skillset are appropriate for meeting all aspects of this PWS. To ensure clear and concise communication in the field, the service provider should provide a copy of an individual, either placed or replaced, resume and their writing samples in English.
Contractor personnel shall present a neat appearance and be easily identified as service provider employees. In addition to resumes, the contractor shall provide writing samples in English for the proposed key personnel.
The Contractor shall not employ any person who is an employee of the U.S. Government if employing that person would create a conflict of interest. The Contractor shall not employ any person who is an employee of the Department of State.
If the Contracting Officer finds it to be in the best interest of the Government, they may at any time during the performance of this contract order the Contractor to remove any of his personnel from further performance under this contract for reasons of their moral character, unethical conduct, security reasons, or violation of installation regulations. In the event that it becomes necessary to replace any Contractor personnel for any of the above reasons, the Contractor shall bear all costs associated with such removal, including the costs for the replacement of any personnel so removed. These costs shall not be chargeable to the Government.
EMPLOYEE TRAINING.
The Contractor shall ensure all service provider employees are trained to support the requirements of this PWS. Contractor shall ensure that all training is completed and documented prior to allowing the employee to perform work.
IN-COUNTRY RESOURCES
The Contractor shall acquire all off-site material, technical and or logistical services necessary to support the program and officers. In the event equipment, materials, or tools is needed to support the implementation, the Contractor shall identify, itemize, include estimated cost, and submit the request for approval to the Contracting Officer Representative.
SUBCONTRACTING
Contractors are encouraged to subcontract with Guatemala entities. The subcontractor(s) should have significant involvement and may assist the contractor in one or more of the following areas: 1) provides technical advice, 2) installs equipment, 3) performs quality surveillance, 4) collects, monitors, and interprets program effectiveness.
VISAS AND VISA RENEWALS.
The Contractor shall ensure that all personnel have valid passports with appropriate visas prior to deployment and shall ensure timely renewals of visas and passports. The USG will not provide support or facilitation for obtaining passports or Guatemalan visas.
TRAVEL.
All in country travel necessary to perform installations or site visits by the Contractor must be cover by the Contractor. Travels cost incurred during this projects that includes all Contractor’s personnels is the Contractors responsibility to cover their own expenses. And must be included in PWS cost. INL Guatemala will not cover any travel or per diem cost for any of the personnel of the Contractors personnel.
PHYSICAL SECURITY REQUIREMENTS.
The Contractor shall be responsible for safeguarding all government property and classified information under their control. All government facilities, equipment, and materials utilized by the service provider shall be secured to the U.S. standards. And must include SAT standards for securing information.
Contract performance on this project does not require an individual or facility level security clearance; however, Contractors are encouraged to conduct background searches on all personnel performing in Guatemala.
The Contractor must be able to give support to SAT after the projects ends. This means that SAT will be able to contact the contractor awarded for troubleshooting, parts support or change, software and IT support. The contractor must have local technicians able to answer and give support to SAT in regards of the CCTV system that will be installed.
The main objective of this project is to have all PCI sites as well as all POE connected through a CCTV system directly to SAT HQ in Guatemala City. In which all Camaras, storage server units and DVRs are interconnected and capable of using all of their features. The minimum storage capacity for all PCIs and POEs should be of 60 days.
SHIPPING (from USA)
Marking instructions:
Order No. / Guate
11380 NW 34th ST
SUVI Global Services
Doral, FL 33178
Purchase Order No. ___________ (to be determined upon award)
All Boxes and AWB must be marked with contract number.
Cargo not following these instructions will be refused. U.S. Government will not be liable for re-delivery, re-consignment, re-stocking, or re-shipping fees.
DOS INL Guatemala Logistics will properly receive an inventory the equipment to execute any established process for donation to the Government of Guatemala.
INL Guatemala will take approximately thirty (30) calendar days to ship the equipment and complete the donation paperwork.
TYPE OF CONTRACT
This requirement will result in the award of a Firm Fixed Price (FFP) contract in accordance with the specifications of this performande work statement of work (PWS). No additional sums will be payable due to any escalation in the cost of materials, equipment or labor, or because of the Contractor’s failure to properly estimate or accurately predict the prices be adjusted on account of fluctuations in the currency exchange rates.
WARRANTY
Unless otherwise stated, ALL ITEMS SHALL COME WITH AT LEAST ONE YEAR COMMERICIAL WARRANTY.
The Contractor shall be registered to do business in the host country or an existing partner with a host country registered business. This is required to provide maintenance, repairs, and spare parts for this type of equipment.
The Contractor shall have a valid international warranty on the products offered which shall be utilized to coordinate replacement parts and services for the end user in order to avoid incurring additional expenses.
CUSTOMS CLEARANCE AND TAX EXEMPTIONS
INL Guatemala is the importer of record and will be responsible for the shipping and the clearance of goods and the exoneration of duties. Contractor shall follow shipping instructions as indicated.
The U.S. Government will assist the Contractor in obtaining customs clearance and tax exemption certificates from the Government of Guatemala. The Contractor must include and arrange all local, port handling and other fees associated with delivery to the destination.
INSPECTION AND ACCEPTANCE
The Contractor shall provide to the U.S. Government the new products as described in the specifications. 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 Statement of Work.
The final inspection and acceptance of ALL items shall be performed by the U.S. Government upon their arrival. The payment(s) to the Contractor shall be made following satisfactory inspection and acceptance of products by the Office of INL in Guatemala City. All equipment delivered shall conform exactly to the standard described in the technical specification sheet.
If the items or some item does not fulfill requested technical specifications, INL shall return the items to vendor with no cost to INL Guatemala. The vendor shall evaluate and replace returned items with no transportation cost to INL.
All periodic reports and task deliverables shall be inspected, tested (where applicable), reviewed, and accepted by the Government within a reasonable period of time
INL Guatemala will have ten (10) business days to inspect and accept all items after delivery. The designated representative of the US Embassy in Guatemala will be responsible for carrying out acceptance criteria as follows:
- Quantities
- Compliance with the offered technical specifications
- Compliance with delivery date
- Correct operation of the required elements
PERIOD OF PERFORMANCE (POP)
The Contractor shall deliver elements described above in section two, specifications, within 30 calendar days after award of the contract. No partial deliveries will be accepted unless prior authorization is given from the Contracting Officer.
EVALUATION FACTORS FOR OFFERORS
The following are the evaluation factors for proposals sent by the bidders:
- Technical Approach (TA) and its feasibility, practicability and appropriateness in accomplishing the statement of work. All equipment must meet or exceed the technical specifications contained in the Statement of Work.
- Award will be made to the lowest priced, technically acceptable, responsible quoter.
- Award will be made on an “all or none” basis.
- The Government reserves the right to reject quotations that are incomplete, non-compliant with the terms of this solicitation, or that are unreasonably high in price.
- For evaluation purposes, the price will be determined by multiplying the offered prices times the quantities stated in the schedule, and arriving at a grand total, including all options, if any.
- The Government will evaluate the proposed delivery time frame and the technical specifications. The Government will only consider for award those companies that the Government determines have a high likelihood of satisfactorily completing the required items based on the proposal.
- The Government will determine quoter responsibility by analyzing whether the apparent successful quoter complies with the requirements of FAR 9.1.
- Unless an exception in FAR 4.1102 applies, a quoter must be registered in SAM (www.sam.gov) in order to be eligible for award. If the quoter does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered quoter.
- Past performance that demonstrates relevant experience or current contracts/tasks orders executed within the past three years with comparable (same or similar scope, size, duration) requirements to the solicited task.
The following definitions will be used with respect to the above criteria:
- PE
- Past experience: work the vendor has performed that shows they have the capability to successfully complete the tasks identified in the solicitation at minimum risk to the Government.
- TA
- Technical approach: description of the vendor’s knowledge and understanding of the requirements as outlined.
- Feasible: can successfully accomplish the task with the identified resources.
- Practical: logical approach to successfully complete the task requirements.
- Appropriate: a suitable approach that is within the scope of the task and satisfies the task requirements (right tool for the job).
POINTS OF CONTACT
TBD