INL_RFQ-PR15782095 CNP BASE SECURITY IMPROVEMENT MATERIAL
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 International Narcotics and Law Enforcement Affairs Office (INL) at the U.S. Embassy in Bogota, Colombia, is soliciting quotes for BASE SECURITY IMPROVEMENT MATERIAL for the Colombian National Police (CNP). This is a combined synopsis/solicitation under FAR Subpart 12.6. The government intends to award a firm-fixed-price purchase order based on a Lowest Price Technically Acceptable (LPTA) methodology. Quotes are due by February 10, 2026, at 4:00 PM local (Bogotá, Colombia) time.
Scope of Work
The core requirement is the acquisition of "BASE SECURITY IMPROVEMENT MATERIAL." Specific items, quantities, and detailed requirements are outlined in Attachment A (Price Schedule) and Attachment B (Statement of Work), which must be requested from LopezJF@state.gov. The acquired items will be donated to the Government of Colombia.
Contract & Timeline
- Contract Type: Firm-fixed-price (FFP)
- Payment Currency: Colombian Pesos (COP) for Colombian firms, US Dollars (USD) for US firms
- Period of Performance: 30 days
- Delivery: Within 30 days after receipt of order (ARO)
- Submission Deadline: February 10, 2026, 4:00 PM local (Bogotá, Colombia) time
- Questions Deadline: January 30, 2026, 4:00 PM local (Bogotá, Colombia) time
- Published Date: January 23, 2026
Submission & Evaluation
- Submission Method: Via email only to LopezJF@state.gov AND BogotaINLSolicitation@state.gov.
- Evaluation: Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology, considering technical specifications, proposed delivery time frame, and warranty. Responsibility will be analyzed against FAR 9.104 standards.
- Quote Requirements: Completed SF-1449, Price Schedule (Attachment A), National Defense Authorization (NDAA 889) template, statement of agreement with terms, proposed delivery schedule, Representations and Certifications (Section 5), technical description of items, evidence of resources, plan for licenses/permits, proof of insurance (if required), and active SAM.gov registration.
Eligibility / Set-Aside
- Competition: Full and open competition.
- SAM Registration: Required for award eligibility, unless an exception applies.
Additional Notes
- NDAA-889: Vendors must propose manufacturers other than Chinese or related entities, per FAR clauses 52.204-24, 52.204-25, and 52.204-26. Prohibited items include those from China (FAR 52.225-5).
- Value Added Tax (VAT): Quotes must reflect zero value for VAT/IVA; the contractor will not be reimbursed. An exemption letter will be provided upon award.
- Quote Validity: Quotes must be valid for 90 days from the closing date.
- Equipment: Only new equipment is accepted; no grey market or refurbished products.
- Delivery Location: Av Panamericana 1N-75 barrio Cadillal; Popayán-Colombia.
- Contact: Javier F Lopez (LopezJF@state.gov).