Sources Sought: 19INLE24I0005 - INL Guatemala Chromatographs
(PCS: 6695 NAICS: 334513)
Backgraound:
The U.S. Embassy in Guatemala’s International Narcotics and Law Enforcement Affairs (INL) section is seeking to purchase two (2) chromatographs for donation to Guatemala’s National Forensic Laboratory (INACIF). INACIF provides independent forensic analysis to support Guatemala’s judicial and law enforcement entities in the investigation and prosecution of criminal activity, including the trafficking and sale of illicit narcotics and synthetic drugs. The donation aims to improve INACIF’s capacity to identify the latest synthetic drugs and precursor chemicals and thus better support such investigations. The two (2) chromatographs shall include: one (1) gas chromatograph coupled with a mass spectrometer (GC/MS) and one (1) liquid chromatograph coupled with a mass detector (LC/MD). Purchase shall include delivery, installation, configuration, operation, testing, and technical support to INACIF staff.
This Sources Sought notice is issued for planning 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 is practicable. The government also seeks input from 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 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;
5. Statement of capabilities in providing Gas Chromatograph/Mass Spectrometer (GC/MS) and additional equipment that meet or exceed the technical specifications in the attached draft Statement of Work and any revelent maintenance.
6. Examples of relevant past performance.
7. Reasonable expectations for delivery timelines
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, May 14th, 2025 at 12:00 PM EST.
Primary Point of Contact:
Michele Coccovizzo
Senior Contract Support Specialist
CoccovizzoML@state.gov
Technical Specifications
The Contactor shall provide all labor, services, materials, equipment, transportation, supervision, standard equipment warranty and all requirements necessary to accomplish the efforts described in the draft Statement of Work (SOW).
The equipment shall be clean, new, not previously used and must be in optimal operating conditions and quality. All manuals shall be furnished in Spanish.
(ALL SPECIFICATIONS LISTED ARE BRAND NAME OR EQUAL)
SEE ATTACHED DRAFT STATEMENT OF WORK FOR COMPLETE SPECIFICATIONS
Delivery:
The equipment shall be delivered to the following address:
Delivery address:
ORDER NO. / GUATE (order number will be provided)
11380 NW 34TH ST
SUVI Global Services
Doral, FL 33178
Place of Delivery:
FOB – destination Doral, Florida 33178.
- 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.
- All boxes, pallets or crates should be identified with purchase order no. (to be determined upon award).
Purchase Order No. ___________
All Boxes and AWB must be marked as “Diplomatic Cargo”
MARKING AND PACKING
The equipment for INL Guatemala will be delivered to the following location:
The Bill of Lading must describe each part with the make and model where applicable.
Marking Instructions (for delivery only) will be provided and shall minimally contain the following:
US Embassy INL
INL – Purchase of Chromatographers for INACIF
Purchase Order #: (will be provided)
Contractor must provide/file all required shipping/export declaration documentation (including Dept. of Commerce Form 7525-V), including local handling fees prior to shipment. Even though this product will be donated to Government of Guatemala, these forms should be submitted in advance declaring the value of goods/product entering country. All shipping docs, export declaration forms, export licenses (Contractor provided) and other delivery information shall be submitted in advance of shipment, to the INL Point of Contact (above). The Contractor, in performance of this requirement, shall be licensed by (and in compliance with) U.S. Transportation & Safety requirements. Shipping shall minimally include disconnection of batteries from electrical system, securing loose gear to prevent shifting during shipment, & securing all equipment to prevent movement & damage during shipment. Contractor must remove flammable liquids IAW ocean/overland transportation regulations & requirements.
INSTALLATION AND TRAINING
- In advance of installation, a technical visit will be scheduled and attended by INACIF, INL and contractor to ensure the facility is suitable and electrical supplies are adequate. The equipment must include an online uninterruptible power supply UPS for protection, which must be installed at the INACIF power source.
- The Gas Chromatograph/Mass Spectrometer (GS/MS) and hydrogen generator must be installed, configured and an operational test performed at the INACIF Controlled Substances Laboratory: National Institute of Forensic Sciences of Guatemala, 16 Avenue 14-00, Zone 6, Colonia Cipresales, Interior of Subdireccion General de Apoyo y Logistica of National Civilian Police, Guatemala City, Guatemala.
- The Liquid Chromatograph coupled with a Mass Spectrometer (LC/MS) must be installed, configured and an operational test performed at the INACIF Toxicology Laboratory: The National Institute of Forensic Sciences of Guatemala, NASA Building 14, 5-49 Street, Zone 1, Guatemala City, Guatemala.
- The contractor must provide all necessary supplies for the installation, calibration, and operations verification of the GS/MS and LC/MD.
- Upon delivery, the contractor must provide operating manuals, reference guides and support material necessary for the proper handling of the equipment in Spanish.
- The contractor shall provide a minimum of 16 hours ofa in-person on-site training to INACIF laboratory technicians in the proper use and maintenance of the equipment once installation is complete.
TYPE OF CONTRACT
Firm Fixed Price.
WARRANTY. ALL ITEMS SHALL COME WITH AT LEAST THREE-YEARS OF WARRANTY AND GUARANTEE OF QUALITY.
The equipment must be provided with a standard 3-year warranty on its hardware and one year warranty on its software, date that will be from the installation of the equipment at the INACIF
- Contract shall include four annual preventive maintenance services visits during the duration of the guarantee, as coordinated with the INACIF Criminalistics Laboratory director.
- Maintenance services shall include necessary consumables and spare parts.
To facilitate expeditious return of warranty items and to avoid delays in the warranty process, the offeror shall provide within 30 days of notification of a warranty action the required information to facilitate shipping of warranty items to manufacturer. This includes, but is not limited to, information to ensure full compliance with ITAR regulations and no delay in providing the Reference RA# and a shipping address. Control Base Stations (Part Number for reference, followed by description and quantity).
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.
The contractor must be able to provide technical support for the maintenance of the equipment on site and must be available when INACIF reports a failure of the equipment (by telephone, email, etc.); the contractor must respond to the request within a period of no more than forty-eight hours. In the case of a major failure, it must be resolved within a period of no more than ten calendar days. If local technical support is unable to resolve the equipment failure, the contractor must escalate it to the parent company immediately, informing INACIF with evidence of where the action was taken. The contractor must prove that it has local technical personnel with experience to perform maintenance services on the equipment, for which it must present photocopies of the documentation of the technical skills of the personnel who will provide the service, including resumes of the personnel, photocopies of duly legalized certificates of the courses, certifications and/or training received, which guarantee the competence to provide support to the offered and/or similar equipment.
CUSTOMS CLEARANCE AND TAX EXEMPTIONS
The Contractor shall comply with Sections 38-40 of the Arms Export Control Act (AECA) (22 U.S.C. 2778-2780) and the International Traffic in Arms Regulations (ITAR) (22 CFR Parts 120-130) as required, for the prosecution of work under this contract at no additional cost to the Government. Failure to comply with AECA and ITAR by date planned for commencement of contract performance as well as during the entire performance of work under this contract shall result in contract termination. Any penalties rendered to the Contractor, as a direct result of being found non-compliance with AECA and ITAR, will be the responsibility of the Contractor. For additional information on AECA and ITAR, see http://www.pmddtc.state.gov/.
The Contractor shall comply with license requirements of the Commerce Control List and any Export Administrative Regulations (EAR), which shall apply.
Valid export licenses shall be issued by the U.S. Department of State, Directorate of Defense Trade Controls, in accordance with the International Traffic in Arms Regulation (ITAR), Title 22, Code of Federal Regulation 120-130; or by the U.S. Department of Commerce in accordance with the Export Administration Regulations (EAR), 15 CFR Parts 730-774.
The U.S. Government will assist the Contractor in obtaining customs clearance and tax exemption certificates from the Government of Guatemala for this contract. The Contractor’s 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. 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.
The designated representative of the US Embassy in Guatemala will be responsible for carrying out at least the following checks of the required elements:
- 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 90 calendar days after award of the contract. No partial deliveries will be accepted.