Active Solicitation · DEPARTMENT OF STATE

    INL GUATEMALA AUTOMATED BIOMETRIC IDENTIFICATION SYSTEM

    DEPARTMENT OF STATE
    Sol. 191NLE26R0085Combined Synopsis/SolicitationSet-aside: 8(a) Set-Aside (FAR 19.8)WASHINGTON, DC
    Open · 14d remaining
    DAYS TO CLOSE
    14
    closes May 28, 2026
    POSTED
    May 14, 2026
    Publication date
    NAICS CODE
    518210
    Primary industry classification
    PSC CODE
    7H20
    Product & service classification

    AI Summary

    The Department of State is seeking proposals for the Automated Biometric Identification System in Guatemala. This project involves the design and implementation of a migration control platform, requiring server capacity for biometric data storage. Proposals are due by 5:00 PM Eastern on May 28, 2026, and must include a technical approach, past performance, and price proposal.

    Contract details

    Solicitation No.
    191NLE26R0085
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    8(a) Set-Aside (FAR 19.8)
    Posted Date
    May 14, 2026
    Response Deadline
    May 28, 2026
    NAICS Code
    518210AI guide
    PSC / Class Code
    7H20
    Issuing Office
    ACQUISITIONS - INL
    Primary Contact
    Michele Coccovizzo
    State
    DC
    ZIP Code
    20520
    AI Product/Service
    both

    Description

    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:

    • Technical Approach: The offeror shall submit a technical approach that demonstrates logical and feasible methods for meeting the requirements described in the Statement of Work (SOW) and meeting the performance objectives outlined within the solicitation.  If the offeror is proposing subcontractors, the offeror shall clearly identify what aspects of the work will be performed by the prime and what aspects of the work will be performed by each subcontractor in its technical approach.
    • proposed subcontracting arrangements and reporting relationships of all subcontractors, if applicable;a plan that demonstrates successful communication and coordination between the contractor and the government personnel/roles;
    • schedules of all tasks and subtasks, meetings, and deliverables as applicable
    • Past Performance: The offeror shall submit a total of three (3) relevant past performance contracts within the past three (3) years that include the following information:
      • Company name (Client).
      • Project start date.
      • Project completion date.
      • Project description.
      • Project cost.
      • Project point of contact name, email and phone number
    • Price (Non-Technical): The offeror shall submit a price proposal that is consistent with the requirements set forth in the SOW.

    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              

    • Partial shipments are NOT allowed unless authorized by the Contracting Officer
    • Boxes should be marked with numbers “one of xxx”
    • Email commercial invoice and packing list to COR
    • Contractor must provide/file all required shipping/export declaration documentation.  Forms should be submitted in advance declaring the value of goods/product entering country. 

    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: 

    1. Quantities
    2. Compliance with the offered technical specifications
    3. Compliance with delivery date
    4. Correct operation of the required elements
    5. Documentation specifying licenses and warranty.

    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:

    • Technical Approach (TA) and its feasibility, practicability and appropriateness in accomplishing the statement of work.  Must meet or exceed the technical specifications as outlined in Section 3.2, as well as the Delivery and Warranty Requirements, and any other requirements contained within this Statement of Work
    • Award will be made to the lowest priced, technically acceptable (LPTA) quoted that is responsive to the RFP requirements. 
    • Award will be made on an “all or none” basis.
    • The Government reserves the right to reject quotations that are incomplete, non-compliant with the terms of this solicitation, or that are unreasonably high in price.
    • For evaluation purposes, the price will be determined by multiplying the offered prices times the quantities stated in the schedule, and arriving at a grand total, including all options, if any.
    • The Government will evaluate the proposed delivery time frame and the technical specifications. The Government will only consider for award those companies that the Government determines have a high likelihood of satisfactorily completing the required items based on the proposal.
    • The Government will determine quoter responsibility by analyzing whether the apparent successful quoter complies with the requirements of FAR 9.1.
    • Unless an exception in FAR 4.1102 applies, a quoter must be registered in SAM (www.sam.gov) in order to be eligible for award. If the quoter does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered quoter.
    • Past performance that demonstrates relevant experience or current contracts/task orders executed within the past 3 years with comparable (same or similar scope, size, duration) requirements to the solicited task.    

    The following definitions will be used with respect to the above criteria

    • PE
      • Past experience:  work the vendor has performed that shows they have the capability to successfully complete the tasks identified in the solicitation at minimum risk to the Government.
    • TA
      • Technical Approach:  description of the vendor’s knowledge and understanding of the requirements as outlined. 
      • Feasible:  can successfully accomplish the tasks with the identified resources.
      • Practical:  logical approach to successfully complete the task requirements.
      • Appropriate:  a suitable approach that is within the scope of the task and satisfies the task requirements (right tool for the job).

    POINT OF CONTACT

    Contracting Officer’s Representative (COR) - TBD

    Key dates

    1. May 14, 2026Posted Date
    2. May 28, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    INL GUATEMALA AUTOMATED BIOMETRIC IDENTIFICATION SYSTEM is a federal acquisition solicitation issued by DEPARTMENT OF STATE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.