COMBINED SYNOPSIS & SOLICITATION

United States Embassy San Jose,

PPE Donation for Municipalities & Forensics CSI due to the COVID-COVID ---1919 Emergency

SOLICITATION NO. PR9304737

Issued by: Embassy of the United States of America General Services Office Avenida 0 Calle 120 Pavas, San Jose Costa Rica 0920-1200

Page 1 of 9

SENSITIVE BUT UNCLASSIFIED

PR9304737

The Embassy of the United States of America, through the International Narcotics and Law Enforcement (INL) Affairs Office is heading a PPE Donation for Municipalities & Forensics CSI due to the COVID-19 Emergency.

The project shall be conducted in accordance with the plans and specifications detailed in this document. The Contractor shall provide the following:

Line Description Technical Specifications Item - Complete disposable suit (overalls). - Made with non-woven high-density polyethylene film. - Seams throughout the suit bonded and sealed for additional protection (welted and heat sealed) against attack by liquids and particles. - Adjustable waist, ankles and hood for greater comfort and freedom of movement. Lakeland MicroMax TS (EMNT414) - Three-panel hood for supplemental EPP compatibility. overall disposable - With or without sleeve support. If the suit does not have a sleeve support, it must have sleeves mounted so that they do not run. - With sealable flap to cover the zipper. - Protection against biologically contaminated dust (Type 5-B) and liquids (Type 4-B), in class A and B jobs, risk groups 1 and 2, according to standard EN 14126: 2003. 0001 - Barrier against low concentration chemicals and diluted pesticides (Type 6-B) and DIN 32781 certification. - Antistatic, tested according to EN 1149-5. - Covered adjustable knuckles, hood and ankles. Low tendency to leave fibers to reduce the risk of contaminating crime scenes or clean rooms. - Levels of protection and additional properties: contamination of radioactive particles (EN 1073-2). - With non-slip shoe cover included with the suit. If the suit does not have it, you must include covers that meet the same protection characteristics of the suit. - Individually packed. - White color. - Equal or greater than Alphatec / Microgard 2000 Ts Plus or Lakeland MicroMax TS (EMNT414) - Maintenance-free respirator - Protection against particulate materials in health area N95 type face mask environments. - Complies with CDC guidelines for control of exposure to Mycobactrerium Tuberculosis. 0002 - Complies with the provisions of FDA regulation 510 (k) (surgical use as it resists splashing of fluids, blood and other infectious materials in the form of particles or present in particles)

- Certified by NIOSH under specification N95 of standard 42CFR84. - Bacterial Filtration Efficiency (BFE) greater than 99% as indicated in ASTM F2101 Page 2 of 9

SENSITIVE BUT UNCLASSIFIED

- With or without exhalation valve. - Do not contain natural rubber latex components. - Adjustable aluminum nose clip or soft foam nose molded for nose bridge. - Advanced electrostatically treated polypropylene filter or electrostatic filter media made of polypropylene and polyester non-woven fabric - Foldable or conical - Crush resistant cup design. - To protect against dust, fumes, microorganisms, mists, and other solids and liquids that do not contain oil particles - NIOSH 42 CFR 84 approved - Compatible with the use of eye and hearing protection equipment - Double elastic band. - Equal or superior to 1860 of 3M or 1500 of Moldex - If the Moldex brand is used, it must be offered by size according to the end user's requirement. Portable sink

- AISI 430 Stainless steel - Works for indoors and outdoors 0003 - Pedal system - Dimensions: 54.5 X 42.5 X 85 cm

- Capacity 1000 milliliters - Plastic material 0004 Alcohol in gel / hand sanitizer Dispenser - Push mechanism - Product size 124x124x227 mm - Product Weight 305g, 2

0005 Paper towels - 6x1, 240 meters each roll - With rollers and cover on top with capacity for 120L 0006 Garbage can - Plastic material - Dimensions: 78cms high and 66 wide Sanitizer Carpet - Composition of RSB rubber, resin - Measurements: 40cm X 70cm X 8.5cm - Weight: 4.5kg 0007 - Solution content: 2.5 liters or 1.5 liters of ammonia / 1 liter of water - Anti-slip

Gallon of disinfectant for sanitizer - Gallon of disinfectant of quaternary ammonium for 0008 carpet sanitizer carpet 0009 Gallon of liquid hand soap - Eliminates 99% of virus and bacteria - Isopropyl alcohol in gel that eliminates 99% of virus and bacteria. 0010 Gallon of alcohol in gel/ hand sanitizer - Ingredients: 30% Distilled water / 70% Alcohol / Carbopol / Thrietanolamine / Glicerine

Page 3 of 9

SENSITIVE BUT UNCLASSIFIED

- Three-color LCD backlight display - Measuring range: Body: 32º - 43.9ºC ((89.6 ° F to 109.4 ° F)) Room: 0 ° C ~ 60 ° C (32 ° F to 140 ° F) Environment: 0 ° C ~ 40 ° C (32 ° F to 104 ° F) Accuracy: ± 0.3 ºC (0.6ºF) 0011 Digital Thermometers - Response Time: 1 second - Measurement distance: 3-5cm - Quick temperature measurement - Stores up to 32 temperatures for superior monitoring - ºC and ºF measurement - Screen of different colors for better knowledge - Operating temperature: 10º - 50ºC

Face shield

- Lightweight acetate visor to provide good visibility - Must include adjustable band to hold firmly around the head and fit snugly against the forehead 0012 - Must cover the sides and length of the face - Made of reusable material that can be cleaned and disinfected with liquid alcohol or discarded. - Acetate visor of 7 thousandths of 19 x 24 cm.

- 65 cm band with Velcro closure.

1. San José: San José, Santa Ana, Escazú, Puriscal, Alajuelita, Aserrí, Desamparados, Curridabat, Montes de Oca, Coronado, Moravia, Goicoechea, Tibás, Acosta, Dota, Tarrazú, León Cortés and Turrubares 2. : Cartago, , , , Paraíso, Jiménez, , Cervantes, , La Unión 3. Heredia: Heredia, Barva, Belén, Flores, San Isidro, San Pablo, San Rafael, Santa Barbara, Santo Domingo and Sarapiquí 4. Alajuela: Alajuela, Poás, Grecia, Sarchí, Naranjo, Palmares, San Ramón, Atenas, Zarcero, San Carlos, Upala, Los Chiles, Guatuso, Río Cuarto, Consejo Delivery to 82 Municipalities and 8 0013 Municipal de Distrito de Peñas Blancas District Counselors 5. Zona Sur-Sur: Coto Brus, Buenos Aires, Golfito, Corredores, Osa, Pérez Zeledón 6. Pacífico Central: Puntarenas, Esparza, Montes de Oro, Orotina, San Mateo, Turrubares, Parrita, Garabito, Consejos Municipales de Distrito de: Cóbano, Lepanto, Paquera y Monteverde. 7. Limón: Limón, Pococí, Siquirres, Matina, Talamanca and Guácimo 8. Guanacaste: Liberia, La Cruz, Santa Cruz, Nicoya, Carrillo, Hojancha, Nandayure, Cañas, Tilaran, Bagaces, Abangares, Consejo Municipal de Distrito de Colorado.

Page 4 of 9

SENSITIVE BUT UNCLASSIFIED

Each kit for the 82 Municipalities and District Counselors must include the following:

- One (1) portable lavatory - Two (2) alcohol in gel dispensers - Two (2) rolls of paper towels - One (1) garbage can - Two (2) disinfectant carpets - Two (2) gallons of disinfectant - Two (2) gallons of liquid hand soap - Two (2) gallons of alcohol in gel - Three (3) thermometers - Fifty (50) face shields

Date The INL Section requires this work to be completed by September 151515,15 , 2020.

Page 5 of 9

SENSITIVE BUT UNCLASSIFIED

All firms that respond to the solicitation must be technically qualified and financially responsible to provide the equipment. At a minimum, each bidder must meet the following requirements when submitting its proposal:

- Be able to understand written and spoken English/Spanish - If the contract is over $30,000 the vendor must have or be able to obtain a unique DUNS and Bradstreet number, NCAGE code and be registered in the System for Award Management (SAM) ( https://www.sam.gov/ ) - Have an established business with a permanent address and telephone listing - Have the necessary personnel, equipment and financial resources available to perform the work - Have all licenses and permits required by local law - Meet all local insurance requirements - Have no adverse criminal record - Have no political or business affiliation which could be considered contrary to the interests of the United States - Have good past performance records - Identify specialized experience and technical competence required for the work in accordance with this solicitation - Be an authorized distributor of the products. Bidder should present a document from the manufacturer that verifies it - Attach the data sheet and pictures of all the quoted items

If interested in competing, please provide a written letter of your willingness to participate and your quotation. Direct all the correspondence to Sheena Hall: Contracting Officer/General Services Office/U.S. Embassy/San Jose, Costa Rica and send it by email to Mariela Ruiz at [email protected] before August 1212,, 2020.

Page 6 of 9

SENSITIVE BUT UNCLASSIFIED

US EMBASSY SAN JOSE INLINLINL Procurement Support Office Avenida 0 Calle 120 Pavas, San Jose Costa Rica

Tel: (506) 2519-2000 E-mail: [email protected]

July 29, 2020

Combined Synopsis and Solicitation PR9304737

The US Embassy San Jose hereby provides the following Combined Synopsis and Solicitation for:

PPE Donation for Municipalities & Forensics CSI due to the COVIDCOVID----1919 EmergencyEmergency....

The evaluation of offers will be based on the Lowest- Priced, Technically Acceptable (LPTA) approach.

Synopsis: This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are requested and a written solicitation will not be issued. The solicitation number is PR9304737 and it is issued as a Request for Quotations (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-100, effective August 22, 2018.

Contract Type: The Government intends to award a single, firm fixed-price contract to the responsible bidder whose offer is evaluated as the lowest-priced and technically acceptable. The total price shall include all labor, equipment, delivery charges, materials, overhead, profit, insurance, and all other expenses necessary to deliver the required furniture. No additional sums will be payable on account of any escalations in the cost of materials, equipment, or labor, or because of the Contractor’s failure to properly estimate or accurately predict the cost or difficulty of achieving the results required by this contract. Nor will the contract price be adjusted because of fluctuations in currency exchange rates.

Page 7 of 9

SENSITIVE BUT UNCLASSIFIED

Term of Contract:

This ensuing contract shall be effective from the date of the Contracting Officer’s signature and shall remain valid until all items have been received and accepted by the Government.

Compliance with Specifications:

Bidders shall also provide with their offer, at a minimum, existing product literature from the manufacturer or a third party (i.e., clearly identifying the source) substantiating the acceptability of their offered products in accordance with this solicitation’s specifications provided. Failure to provide this information will result in a ‘non- responsive’ offer and removal from award consideration.

Descriptive Literature

Definition: (a) "Descriptive literature" means information (e.g., cuts, illustrations, drawings and original manufacturers' brochures) that is submitted as part of an offer. Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product offered that are specified elsewhere in the solicitation and pertain to significant elements such as (1) design; (2)Materials; (3) components; (4) performance characteristics; and (5) methods of manufacture, assembly, construction, or operation. The term includes only information required to determine the technical acceptability of the offered product. It does not include other information such as that used in determining the responsibility of a prospective contractor or for operating or maintaining equipment. (b) Descriptive literature must be (1) identified to show the item(s) of the offer to which it applies and (2) received by the time specified in this solicitation for receipt of offers. (c) Data displaying more than one model or size shall be clearly marked to indicate the specific item being offered. (d) Offers that do not present sufficient information to permit complete technical evaluation by the Government may be rejected. It is the bidder’s responsibility to prove that their proposed solution meets the requested specifications, subject to any limitations elsewhere in this solicitation.

Other Specific Requirements:

• If applicable, the Contractor shall comply with all import requirements mandated by the government of Costa Rica. Furthermore, the Contractor shall provide all the necessary documentation required at destination for importation of the proposed good. • All manuals and literature shall be in the English and Spanish language

Page 8 of 9

SENSITIVE BUT UNCLASSIFIED

Basis of Price:

The Contractor shall provide a copy in English of the applicable manufacturer’s commercial warranty for the good covered by such a warranty at no additional cost to the Government.

Delivery:

Delivery shall be made CIF destination as soon as possible but not later than Thirty (30) calendar days from the date of contract award.

The contractor shall deliver the service to the following address:

The Forensics items 1 & 2: Lakeland MicroMax overall discartable and N95 type face mask must be delivered to the US Embassy Warehouse (De la Jack's Pavas, 150m Oeste, Contiguo a Samsung, portón gris frente a Leogar).

Each Municipality kit (items 3 ––– 121212)12 must be delivered to each one of the 82 MunicipaMunicipalitieslities and 8 District Counselors previously mentionedmentioned.... All kits must be verified by the US Embassy Warehouse team before delivering them to the Municipalities.

Attention: INL/Procurement Office

Coordination:

The Contractor shall coordinate the delivery with the Point of Contact (POC) for this order. Shipping documents for the items being shipped shall be sent to the POC prior to delivery. [POC will be provided upon award.]

CCConditionCondition of Delivered GoodGoodssss::::

The goods shall be supplied in an appropriate quality and condition.

InspectiInspectionon and Acceptance of the goodsgoods/service/service/service::::

The inspection and acceptance of the goods/service shall be performed by the U.S. Government. The payment(s) to the Contractor shall be made following satisfactory inspection and acceptance of the goods/service, and upon presentation of the certificates of origin or good title to the POC.

APPLICABLE CLAUCLAUSESSES AND PROVISIONS

The full text of the referenced FAR and DOSAR clauses may be accessed electronically at https://www.acquisition.gov/far/ and http://farsite.hill.af.mil/vfdosara.htm , respectively.

The selected Bidder must comply with the following commercial item terms and conditions, which are incorporated herein by reference: Page 9 of 9

SENSITIVE BUT UNCLASSIFIED

FAR 52.212-1, Instructions to Bidders - Commercial Items, applies to this acquisition; FAR 52.212- 3, Bidder Representations and Certifications - Commercial Items – to be completed with other certifications and submitted with the offer; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.211-6, FAR 52.247-42, FAR 52.225-14, FAR 52.225- 13, FAR, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; the applicable clauses under paragraph (b) are: 52.204-10, 52.209-6, 52.223-18, 52.225-13, [U.S. firms: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37], 52.222-50, 52.232-33, 52.232-40, and DOSAR 652.232-70, DOSAR 652.242-73 and DOSAR 652.243-70. DOSAR 652.225-71

The following and provision(s) are provided in full text:

Addendum to 52.21252.212----22 Evaluation ––– Commercial Items (Oct 2014)

The Government intends to award a contract resulting from this solicitation to the responsible bidder (as determined within the meaning of FAR Part 9, paragraph 9.104), whose offer conforms to the solicitation and is determined to be the most advantageous solution to the Government, price and other factors considered. Evaluation will be based on bidder’s submission and the provision at FAR 52.212-2, as provided in this solicitation.

The Government has the right to award without any discussions.

(a) The following factors shall be used to evaluate offers:

(i) Price The price will be evaluated by the lowest aggregate sum of the items including any delivery charges, etc. The U.S. Embassy San José, Costa Rica is VAT exempt and can provide documentation, if needed.

(ii) Technical Capability/Acceptability Technical capability is equal to price.

(b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful bidder within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the bidder’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of provision)

52.21452.214----3434 Submission of Offers in the English Language (Ap(Aprr 1991)

Offers submitted in response to this solicitation shall be in the English language. Offers received in other than English shall be rejected.

Page 10 of 9

SENSITIVE BUT UNCLASSIFIED

(End of Provision)

52.22552.225----1717 Evaluation of Foreign Currency Offers (Feb 2000)2000)

If the Government receives offers in more than one currency, the Government will evaluate offers by converting the foreign currency to United States currency using http://ice.cgfs.state.sbu/ in effect as follows:

(1) On the date specified for receipt of offers, if award is based on initial offers; otherwise (2) On the date specified for receipt of proposal revisions.

(End of provision)

Addendum to FAR 52.21252.212----11 Instruction to BidderBidderss ––– Commercial Items (Aug 2018)

Pursuant to FAR 12.302(d), the provision at FAR 52.212-1, Instruction to Bidders – Commercial Items (Jan 2017) is augmented as follows: Preparation of Offers - Bidders shall prepare and submit its offer in two (2) volumes as set forth below.

Preparation of Offers - Bidders shall prepare and submit offers to Mariela Ruiz, via email to: [email protected] and [email protected]. In addition, bidders shall complete and submit the following:

Page 11 of 9

SENSITIVE BUT UNCLASSIFIED

VOLUME I:

1. PRICING

The bidder shall complete the table below:

Line Unit of Description Quantity Unit Cost Total Cost Item Issue Forensics: Lakeland MicroMax TS 0001 (EMNT414) overall disposable Each 3,250

0002 Forensics: N95 type face mask Each 3,250 0003 Portable sink Each 90 Alcohol in gel / hand sanitizer 0004 Each 180 dispenser 0005 Paper towels Each 180

0006 Garbage can Each 180

0007 Sanitizer Carpet Each 180

Gallon of disinfectant for sanitizer 0008 Each 180 carpet 0009 Gallon of liquid hand soap Each 180 Gallon of alcohol in gel/ hand 0010 Each 180 sanitizer 0011 Digital Thermometers Each 270

0012 Face shield Each 4500 Delivery to 82 Municipalities and 8 0013 Service 1 District Counselors

GRAND TOTALTOTAL------FIRMFIRMFIRM----FIXEDFIXED PRICE: [indicate currency]

Page 12 of 9

SENSITIVE BUT UNCLASSIFIED

2. REPRESENTATIONS AND CERTIFICATIONS

52.21252.212----3333 Bidder Representations and CertificationsCertifications————CommercialCommercial Items (Aug 2018)

Bidder Representations and Certifications - Commercial Items - the selected bidder must submit a completed copy of the listed representations and certifications. A completed copy of these provisions MUST be included on the System for Award Management (SAM) web site located at https://www.sam.gov/SAM/ If the Bidder has not completed the annual representations and certifications electronically, the Bidder shall complete only paragraphs (c) through (u) of this provision.

VVVOLUMEVOLUME II:

1. TECHNICAL CAPABILITY

The proposed good shall meet all of the minimum technical specifications and the delivery terms contained herein. In addition, the bidder shall provide:

(A) Descriptive Literature if offering other than the named brand. (B) A delivery confirmation providing delivery within 30 calendar days of award to final destination. (C) Warranty provisions:

The Contractor agrees that the good furnished under this contract shall be covered by the most favorable manufacturer’s commercial warranty the Contractor gives to any customer for such good and that the rights and remedies provided herein are in addition to and do not limit any rights afforded to the Government by any other clause of this contract.

The Contractor shall provide a copy in English of the applicable manufacturer’s commercial warranty with the good covered by such a warranty at no additional cost to the Government.

(D) Technical Compliance Matrix (Brand Name or Equal):

Submission of Offers:

The complete offer submission shall include: (1) Price Offer and Representations and Certifications (2) Technical Capability – Volume II – Parts (A) thru (D)

Page 13 of 9

SENSITIVE BUT UNCLASSIFIED

SSSubmissionSubmission of Questions:

Interested parties may submit any questions concerning the solicitation not later than 1616::::0000 hrs. on Wednesday, August 05, 2020 via email to Mariela Ruiz at [email protected] and [email protected] . Late questions may not be considered. The email subject line must read “Solicitation PR9304737”.

Offer due date:

Offers shall be submitted not later than 1616::::0000 hrs. on Wednesday, August 12, 2020 via email to Mariela Ruiz at [email protected] and [email protected]. The email subject line must read “Solicitation PR9304737”. The size shall not exceed 20MB. Late submissions shall not be considered.

Applicable laws and regulations: Solicitation and award will be subject to laws and regulations of the United States of America.

Page 14 of 9

SENSITIVE BUT UNCLASSIFIED