ATS-G Servers & Installation Services for INL Mexico
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Department of State, Bureau of International Narcotics and Law Enforcement Affairs (INL Mexico), is soliciting proposals for ATS-G Servers & Installation Services to be donated to the Government of Mexico. This Total Small Business Set-Aside opportunity requires the provision of specific hardware and brand-name Microsoft software, along with installation and configuration services, to enable the Mexican National Migration Institute (INM) to utilize the Automated Targeting Systems Global (ATS-G) tool. Quotes are due by January 26, 2026, at 17:00 CST (Mexico City local time).
Scope of Work
The contractor will acquire and deliver new hardware and software, including Dell or equivalent rack servers, Windows Server Datacenter, Microsoft Windows Server 2019, and SQL Enterprise/Standard licenses. A single-source justification indicates these brand-name Microsoft products are required for precise compatibility with the Government of Mexico's systems and the Department of Homeland Security's (DHS) ATS-G software. Services include configuration and installation of operating systems, databases, licenses, patches, network configuration, and testing for two servers (Database and Application Servers). The contractor must provide an OEM warranty valid in Mexico, and installation at the Government of Mexico facility must not exceed 24 working hours or 3 consecutive business days. On-site coordination requires Spanish, while all documentation and reports must be provided in both Spanish and English.
Contract & Timeline
- Contract Type: Firm-Fixed Price (FFP) Purchase Order.
- Period of Performance: Delivery and completion of all Statement of Work (SOW) services, including installation, within 20 calendar days after contract award.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5) under NAICS Code 423430. The selected contractor must be licensed to do business in Mexico.
- Place of Performance: Mexico City, Mexico.
- Quote Due Date: January 26, 2026, 17:00 CST (Mexico City local time).
- Quotes Validity: 90 days.
Submission & Evaluation
Quotes must be submitted in Adobe Acrobat (.pdf) format, with the exception of the Attachment 1 Price Spreadsheet. Offerors must utilize the corrected Attachment 1 Pricing Spreadsheet (A0001) and the new Attachment 3 Past-Performance Reference Information Form. Evaluation factors include Technical Compliance, Delivery and Period of Performance, Relevant Corporate Qualifications and Experience, and Past Performance. Technical factors combined are more important than price, and award will be made to the most advantageous offeror. Page limits for Volume I - Technical Quote (5 pages) are separate from Factor 3 (Corporate Qualifications) and Factor 4 (Past Performance) requirements.
Additional Notes
The Value Added Tax (VAT) is 16% and will be reclaimed by the U.S. Embassy Mexico; contractors must follow specific invoicing procedures. Final acceptance of delivered equipment and services will be made by the Contracting Officer (CO) or Contracting Officer's Representative (COR). For inquiries, contact Eric R Modrak at ModrakER@state.gov.