Loading...
191NLE26R0085
Response Deadline
May 28, 2026, 9:00 PM(EDT)14 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
SOLICITATION: 19INLE26R0085 - INL Guatemala Automated Biometric Identification System (ABIS)
(PCS: 7H20 NAICS: 518210)
BACKGROUND:
The Department of State (DOS) INL Guatemala is supporting the Guatemalan Migration Institute’s modernization effort through the installation and development of a biometrics-capable migration platform. This effort includes the design and implementation of a new migration control platform with the capacity to instantly share passenger data with U.S. authorities in certain cases. In order to fully implement this new platform, Guatemalan authorities need to build a traveler biometric database to register and store biometric-based entry records. This procurement seeks to obtain server capacity to register and store said records.
ADDITIONAL INSTRUCTIONS TO OFFERORS:
Each offeror shall submit a proposal that clearly and concisely describes and defines the contractor’s response to the requirements contained in the solicitation and Statement of Work. Use of general or vague statements such as “standard procedures will be used” or “good engineering practices” will not satisfy this requirement. Simply repeating or paraphrasing the RFP requirements without substantive, meaningful discussion will not be acceptable. Unnecessary elaboration or presentation beyond that which is sufficient to present a complete and effective proposal is not desired and may be construed as an indication of the contractor’s lack of understanding of the requirements or cost consciousness. Elaborate artwork or visual or other presentation aids is neither necessary nor desired. The desire is for clear succinct pictorials, graphs, etc.
At a MINIMUM, proposal package must include:
Exchanges of source selection information between Government and Offerors will be controlled by the Contracting Officer (CO). Email may be used to communicate with offerors. All emails must include “191NLE262R0085 Source Selection Information – Offeror Company Name” in the Subject line.
Submissions must also include the following information:
1. Company name, point of contact, phone number, and address;
2. UEI Number and CAGE Code;
3. SBA certification for applicable NAICS
Proposals/Quotes are due by 5:00 PM Eastern on Thursday, May 28, 2026.
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 Contractor shall provide to the U.S. Government new, not previously used, equipment in strict compliance with the specifications at the agreed upon firm fixes price. In the event of non-compliance with the specifications, the U.S. Government reserves the right to demand collection(s) or reject this requirement in its entirety.
EQUIPMENT DESCRIPTION AND QUANTITIES
All equipment shall be new and not previously used. If brand name is not used, technical specification sheets are required to be submitted prior to equipment approval and acceptance.
PLEASE SEE ATTACHED STATEMENT OF WORK FOR COMPLETE TECHNICAL SPECIFICATIONS, QUANTITIES, AND OTHER REQUIREMENTS PERTAINING TO THIS SOLICITATION.
TYPE OF CONTRACT
This requirement will result in the award of a Firm Fixed Price (FFP) contract in accordance with the specifications of this Statement of Work (SOW). 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 or difficulty of achieving the results required by this contract. Nor will the contract price be adjusted on account of fluctuations in the currency exchange rates. The firm fixed price shall include the equipment, pre-delivery inspection, certificates of origin, operator’s manuals, warranty certificates and any other documentation mandated by the destination country. All manuals shall be furnished in English and Spanish.
WARRANTY
The warranty for all software and hardware must be 3 years.
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.
DELIVERY (SHIPPING AND HANDLING INSTRUCTIONS)
All equipment shall be delivered in Guatemala City, Guatemala not later than (NLT) 30 calendar days from receipt of the award notification.
Delivery is FOB Destination – Doral, FL
Shipping Address:
Order No. (provided at time of award) - GUATE
11380 NW 34TH ST
SUVI Global Services
DORAL, FL 33178-1828
UNITED STATES
CUSTOMS CLEARANCE AND TAX EXEMPTIONS
INL Guatemala is the importer of record and will be responsible for the clearance of goods and the exoneration of duties. Contractor shall follow shipping instructions as indicated above.
The U.S. Government will be responsible for the customs clearance and obtaining duty-free exemption certificates from the Government of Guatemala.
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 at the INL Warehouse. If INL Guatemala officials find an incomplete or defective item, they should immediately refrain from receiving it and notify the Contractor. The Contractor upon notification shall replace lost or damage items during shipment. If the Contractor fails to meet the performance standard, the U.S. Government reserves the right to act, including a deduction from any invoice. The payment(s) to the Contractor shall be made following satisfactory inspection and acceptance of products and installation. 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:
PERIOD OF PERFORMANCE (POP)
Thirty days to deliver equipment to Miami Dispatch Agent. The Contractor shall deliver elements described above in section two, specifications, of the SOW within 30 calendar days after award of the contract. No partial deliveries will be accepted.
PLACE AND HOURS OF PERFORMANCE
Equipment and Installation shall be delivered and take place at the following address:
INSTITUTO GUATEMALTECO DE MIGRACION (IGM)
6ª Ave 3-11, zona 4
Guatemala City, Guatemala
POC: Ing. Yuri Castro, cel phone (502) 54222770
Working hours: Monday – Friday from 7:00 – 15:00 hrs
After INL-Seccion de Asuntos Narcoticos de la Embajada Americana clears the cargo, you will receive a notice to proceed for installation once it has arrived at the above location.
EVALUATION FACTORS FOR OFFERORS
The Government contemplates awarding a contract using commercial item procedures under FAR Part 12 and 13.5.
Offerors are hereby notified that the Government intends to use outside contractors to assist in the evaluation of proposals. Those contractors will have access to any and all information contained in the offerors’ proposals and will be subject to appropriate conflict of interest, standards of conduct, and confidentiality restrictions. It is the intent of the Government to make an award based on the initial proposal without discussions.
The following are the evaluation factors for proposals sent by the bidders:
The following definitions will be used with respect to the above criteria
POINT OF CONTACT
Contracting Officer’s Representative (COR) - TBD
Michele Coccovizzo
Jamillah Timmons
DEPARTMENT OF STATE
DEPARTMENT OF STATE
ACQUISITIONS - INL
ACQUISITIONS - INL
US DEPT OF STATE, 2201 C ST NW
WASHINGTON, DC, 20520
NAICS
Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services
PSC
IT AND TELECOM - PLATFORM PRODUCTS: DATABASE, MAINFRAME, MIDDLEWARE (HW, PERPETUAL LICENSE SOFTWARE)
Set-Aside
8(a) Set-Aside (FAR 19.8)