Skip to content
Department of State

INL Colombia Navy AI Equipment

Solicitation: 191NLE26I0016
Notice ID: 70a5dc98df144ca79d595494c4fb5fa6
TypeSources SoughtNAICS 334111PSC7B22Set-AsideSBADepartmentDepartment of StateStateDCPostedMar 19, 2026, 12:00 AM UTCDueMar 27, 2026, 06:00 PM UTCCloses in 8 days

Sources Sought from STATE, DEPARTMENT OF • STATE, DEPARTMENT OF. Place of performance: DC. Response deadline: Mar 27, 2026. Industry: NAICS 334111 • PSC 7B22.

Market snapshot

Awarded-market signal for NAICS 334111 (last 12 months), benchmarked to sector 33.

12-month awarded value
$3,092,739,388
Sector total $25,110,855,450 • Share 12.3%
Live
Median
$73,960
P10–P90
$44,838$74,244
Volatility
Moderate40%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
12.3%
share
Momentum (last 3 vs prior 3 buckets)
+25554%($3,068,721,870)
Deal sizing
$73,960 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for DC
Live POP
Place of performance
Not listed
State: DC
Contracting office
Washington, DC • 20520 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2021-0169 (Rev 18)
Open WD
Published Dec 03, 2025District of Columbia
47040
Diver
Base $60.90Fringe $0.00
47041
Diver Tender 34.80 (not set) - Diver Supervisor
Base $66.99Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** OCCUPATIONS NOT INCLUDED IN THE SCA DIRECTORY OF OCCUPATIONS ** Diver Supervisor Responsibilities of the supervisor include oversight of diving operations, conducting safety meetings, establishing dive plan/tasks, completing dive related paperwork, communicating with divers and tenders, monitoring diving equipment and diving conditions.

Point of Contact

Name
Michele Coccovizzo
Email
coccovizzoML@state.gov
Phone
Not available
Name
Jamillah Timmons
Email
timmonsj@state.gov
Phone
Not available

Agency & Office

Department
STATE, DEPARTMENT OF
Agency
STATE, DEPARTMENT OF
Subagency
ACQUISITIONS - INL
Office
Not available
Contracting Office Address
Washington, DC
20520 USA

More in NAICS 334111

Description

Sources Sought Notice:  19INLE26I0016 - INL Colombia Navy AI Equipment

(PCS: 7B22; NAICS: 334111)

Background:

The U.S. Embassy's International Narcotics and Law Enforcement Affairs (INL) Section in Bogotá, Colombia, seeks to support the Colombian Navy in implementing an artificial intelligence (AI) server-based architecture system designed to enhance interdiction capabilities. Colombia produces an estimated 2,600 metric tons of cocaine annually, with the majority smuggled out of the country via riverine corridors leading to the Pacific Ocean and Caribbean sea. The computer hardware and software outlined in this Statement of Work will be donated to the Colombian Navy.

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 to determine if potential vendors will be able to meet a strict delivery timeline.   

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 or other SBA certification for applicable NAICS;

5.  Statement of capabilities applicable to this requirement; particularly the ability to meet a strict delivery timeline of 90 calendar days from the award date with server installation within 10 days of acceptance of equipment in Colombia.

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 Friday, March 27, 2026 2:00 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 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. 

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 to ensure it meets minimal technical specifications.

SEE ATTACHED DRAFT STATEMENT OF WORK FOR FULL TECHNICAL SPECIFICATIONS

DELIVERY

The Government shall have up to fifteen (15) business days, unless specifically denoted below or extended by notification, to review each deliverable product and provide oral and written comments.  The Contractor shall review and incorporate comments or implement directed changes, after discussion or clarification with the designated COR, and, if necessary, submit a final version of the product no later than ten (10) business days thereafter.

Partial deliveries may be considered and previously approved by the US Government.

Shipping to delivery address including loading at contractor’s facilities and unloading at the designated location.

For Local Vendors: BODEGA INL - Calle 22B No. 32-62, Barrio Cundinamarca, Bogota-Colombia

For US Vendors: GOLDBELT SECURITY, LLC.  10800 NW 21st Street, Suite 100 Miami, FL 33172 USA – Richard.issa@goldbeltfed.com.

WARRANTY

The offeror must provide within 15 days of notification of a warranty action the required information to facilitate shipping of warranty items to manufacturer.

During the warranty period, the contractor must respond to any technical requests over the phone or e-mail within two hours.  During the warranty period, the contractor must repair the equipment to operational condition in a maximum response time of 48 hours, at the Naval Intelligence building.

If INL receives a warranty claim for any product(s), it will be sent to the vendor’s location to perform an evaluation, with no charge to INL, to verify the status of the claim and the product. If the warranty department of the vendor determines that the product has a defect covered under the warranty, vendor must replace.  INL is not responsible for any transportation charges. Replacement products must be in new condition.

With the exception of the case (or cases) when the warranty period is an explicit requirement in the item description, all the products listed must be warrantied for at one (1) year before its due date and warranty, otherwise, the specified period will apply. If INL receives a warranty claim for any product(s), it will be sent to the vendor’s location to perform an evaluation, with no charge to INL, to verify the status of the claim and the product.  If the warranty department of the vendor determines that the product has a defect covered under the warranty, vendor must replace.  INL will not be responsible for any transportation charges related to warranty service.

The items delivered must have at a minimum 12-month warranty from date of delivery, with a locally supported general warranty. If INL has a warranty claim for defective equipment, the item in question shall be delivered at no charge to INL to the nearest vendor’s location for evaluation, repair and if required replacement in kind. Every warranty request and determination shall be agreed and resolved between INL and the contractor. Contractor shall consult with INL to establish the level of warranty response.

CUSTOMS CLEARANCE AND TAX EXEMPTIONS

All goods and services shall be provided with tax exemption, under no circumstance INL/DOS will be paying VAT, income, entrance or any other related tax for this order. The U.S. Government (USG) will assist the contractor in obtaining customs clearance and tax (IVA) exemption certificates from the Government of Colombia.

INSPECTION, ACCEPTANCE AND PAYMENTS

The payment(s) to the Contractor shall be made following satisfactory inspection and acceptance of products by INL.  If the items or some item does not fulfill requested technical specifications, INL shall return the items to vendor with no cost to INL Bogota.  The vendor shall evaluate and replace returned items with no transportation cost to INL.

PERIOD OF PERFORMANCE (POP) or ESTIMATED DELIVERY DATE

Vendor must fulfill the contract and deliver 100% of the items requested within 90 days ARO. Server installation to be completed within 10 days of confirmed delivery.

POINTS OF CONTACT

TBD

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.