Download - Acquisition of an Integrated Communications System for the ...

Transcript

RESPONSE TO SOURCES SOUGHT NOTICE (191NLE19N0036) Acquisition of an Integrated Communication System for the Colombian Navy

Page 1 of 5

Acquisition of an Integrated Communications System for the Colombian Navy Embassy of the United States of America

U.S. Department of State Bureau of International Narcotics and Law Enforcement Affairs (INL)

Bogota Colombia

RESPONSE TO SOURCES SOUGHT NOTICE (191NLE19N0036) Acquisition of an Integrated Communication System for the Colombian Navy

Page 2 of 5

I. SOURCES SOUGHT SUBMISSION NOTICE This Sources Sought will be used to identify potential sources that are interested in and capable of performing the work described in this “Draft” Statement of Work (SOW). In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This Sources Sought is issued solely for conducting market research, information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Neither unsolicited proposals nor any other kind of offers will be considered in response to this Sources Sought. No reimbursement will be made for any costs associated with providing information in response to this announcement and/or any follow-up information requests.

The purpose of this Sources Sought is to communicate and solicit feedback from industry on the “Draft” version of an upcoming overseas requirement for a brand name or equal integrated communications system for the Colombian Navy. Contractors shall provide company capabilities and pictures. The NAICS Code for this requirement is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. Please do not provide generic capability statements, as they shall add no value to this Sources Sought. The Government is seeking specific information in conjunction with the specifications of this requirement. The page limitation for responses is 10 pages. All responses shall be submitted in writing via email to Dennis M. Fuentes (Senior Contract Specialist) at [email protected], no later than 11:00 AM, EST on Tuesday, July 2, 2019. In order to participate in the resulting RFQ and to be eligible for an award, the proposer must have (i) a current CAGE Code, (ii) a DUNS#, (iii) be registered to do business with the Government of the United States in the System For Award Management (SAM) and not be on the Excluded Parties List: https://www.sam.gov

II. COMPANY INFORMATION

Company Name Address DUNS Number Company Website POC Name Phone Email

RESPONSE TO SOURCES SOUGHT NOTICE (191NLE19N0036) Acquisition of an Integrated Communication System for the Colombian Navy

Page 3 of 5

III. SOCIOEONOMIC STATUS a. Provide information pertaining to your company’s socio-economic status for federal

procurement programs (small, HUBZone, 8(a), Women-owned, veteran-owned, etc.) under NAICS code 334220. The size standard for NAICS 334220 is 1,250 employees. Unless the SBA has granted a class waiver of the NMR for a particular product, the company will either be required to be the manufacturer of the products offered or qualify for the procurement as a “nonmanufacturer”. In accordance with FAR 19.102(f), the applicable size standard for a “nonmanufacturer” is 500 employees. Response:

b. Is your company the manufacturer of all the products included in Attachment 1? Response:

c. If your company is not the manufacturer, identify the manufacturers’ names, addresses, DUNS numbers, and other pertinent information. Are all manufacturers U.S. small business concerns? Response:

d. If the manufacturer is not a US small business concern, has the SBA issued a class waiver of the non-manufacturer rule for the product? If so, please identify the applicable class waiver(s). Response:

RESPONSE TO SOURCES SOUGHT NOTICE (191NLE19N0036) Acquisition of an Integrated Communication System for the Colombian Navy

Page 4 of 5

IV. PRODUCTS AND SERVICES a. Provide a list of the products sold by your company meeting the requirements of this

Sources Sought. Where a particular standard is included in the Sources Sought, address your company’s product compliance with said requirements. Please note that unless explicitly stated all products in Attachment 1 will be solicited on a brand name or equal basis. Response:

b. Is your company an authorized seller of the above-mentioned products in Colombia? If so, what business licenses does your company possess in Colombia? Response:

c. What areas of Colombia does your company service? Briefly describe your current logistical capabilities in Colombia. Response:

d. Provide a brief description of your corporate experience in Colombia and Latin America. Response:

e. Are the products sold by your company covered under warranty in Colombia? If so, what is the length of the warranty offered? Are repairs handled in country? Response:

f. Does your company provide training in Spanish? If so, is training accomplished via Spanish speakers or via the use of translators? Response:

RESPONSE TO SOURCES SOUGHT NOTICE (191NLE19N0036) Acquisition of an Integrated Communication System for the Colombian Navy

Page 5 of 5

g. Are equipment manuals provided in Spanish? Response:

h. Would your company need to subcontract any part of the work? Please explain. Response:

V. EXISTING CONTRACTS

a. List any existing contract vehicles through which the US Department of State can access your company’s products and services (i.e. GSA FSS, IDIQs, etc.) Response:

VI. RECOMMENDATION

a. Did your company identify any areas in the draft specifications that present excessive risks or other concerns? If so, please provide detailed information and suggested mitigation. Response:

Communication System Colombian Navy

1

EMBASSY OF THE UNITED STATES OF AMERICA

U.S. Department of State Bureau of International Narcotics and Law Enforcement Affairs (INL)

Bogotá, Colombia

STATEMENT OF WORK (SOW) DATE: May 10, 2019 PR NUMBER: DESCRIPTION: Acquisition of an Integrated Communication System PROGRAM: Maritime Interdiction RECIPIENT: Colombian Navy 1 BACKGROUND

The International Narcotics and Law Enforcement Affairs Bureau (INL) is interested in the acquisition, supply, installation, and configuration of an integrated communication system for the Colombian Navy according to the descriptions and technical specifications hereby detailed. Warranty, maintenance and support must be provided throughout the country of Colombia. All hardware and software shall be provided with a minimum full one (1) year warranty for parts, maintenance and support. 2. TECHNICAL SPECIFICATIONS ITEM PART

NUMBER DESCRIPTION QTY

SYSTEM RF-7800M-MP FIXED BASE VERSION OF 50 WATTS 1 RF-7800M-

MP041 RADIO ASSY, MBNR, EXPORT, COMM GPS VAA INTFC 4

RF-7800M-V150

SYSTEM, SINGLE 50W MULTIBAND MP VEHICULAR,NO R/T

4

10570-0705-021

CABLE ASSY, DC PWR, 21 FEET 4

10373-0030-A015

CABLE ASSY, 12V INPUT 4

10570-0716-A025

CABLE ASSY, RF-5055 TO VAU 4

RF-292-01 ANTENNA MOUNTING KIT, CARC GREEN 383 4 12006-0017-02 ANTENNA, L1 GPS, STR. CONN., 2.7V, MAG MT,GR,6FT 4 E75-0017-180 CABLE EXTENSION SMB MALE TO SMB FEMALE RG-316DS 4 12064-5020-A1

CABLE ASSY,MP TO VAA LB RF IN(TNC TO BNC),10.5IN 4

12064-5030-A1

CABLE ASSY,MP TO VAA HB RF INPUT (N TO N),9.75IN 4

Communication System Colombian Navy

2

RF-398-03 ANTENNA,VEHICULAR,30-108 4 10513-0810-A025

CABLE ASSY, N TO N, LMR-400DB, 25 FEET 4

RF-5980-SA001

SPEAKER, TACTICAL 4

10535-0713-A020

CABLE ASSY, SPKR PWR-VAU 4

RF-3184-AT320

ANTENNA, 225MHZ-450MHZ, VEHICULAR, DIPOLE, GREEN 4

RF-292-01 ANTENNA MOUNTING KIT, CARC GREEN 383 4 10511-0400-04 GPS ANTENNA, VEHICULAR L1 4 12043-2760-A006

CABLE ASSY, J3, ETHERNET, MP, 6 FEET 4

RF-5061-PS001

CONVERTER, DC TO DC 4

10075-1399 H250/U LIGHTWEIGHT HANDSET 4 RF-5980-SAXXX

TACTICAL AMPLIFIER/SPEAKER 4

10535-0707-A009

CABLE ASSY, SPEAKER AUDIO, 9 FEET 4

RF-5940-MT002

MOUNT, ADAPTER F2 AND F3 KDU 4

RF7800M-PA150

50 WATT POWER AMPLIFIER ASSEMBLY 4

12064-5005-01 KIT, VAA SYSTEM, ANC/CABLE 4 20-WATT. RF-7800M-MP VERSIÓN MANPACK 2 RF-7800M-

MP041 RADIO ASSY, MBNR, EXPORT, COMM GPS VAA INTFC 4

RF-7800M-DK001

DISMOUNT KIT, FALCON III MP 4

12043-2760-A006

CABLE ASSY, J3, ETHERNET, MP, 6 FEET 4

RF-3073-AT242

GPS ANTENNA. L1/L2, BLACK 4

RF-5058-CH002

TWO-BAY OR SIX-BAY CHARGER/ 1x CADA RADIO 4

BB-2590/U TYPE

BATERIA RECARGABLE BB-2590/U TYPE 2 X CADA RADIO 8

BA-5590/U BATERIA DESECHABLES0 BA-5590/U X CADA RADIO 32 L RF-7850S-TR001 3 RF-7850S-

TR001 RF-7850S SPR 2.0 GHZ, GREEN RADIO KIT, (12041-2400-02) GREEN RECHARGEABLE LITH-ION, 12121-2730-01 TRI-BAND ANTENNA, AND THE RF-7850SH-CD001)

71

Communication System Colombian Navy

3

RF-3050-SM003

DUAL PTT SPEAKER MIC, W/EMBEDDED SPR CONNECTOR 71

RF-7800S-SW206

FACTORY LOADED LANGUAGE, SPANISH, FEMALE 71

12164-0710-A006

CABLE ASSY, 14 PIN TO USB TYPE A 71

12164-0714-A006

CABLE ASSY, 14 PIN TO ETHERNET 71

RF-5853-CH102

AC/DC HANDHELD BATTERY CHARGER 2 BAY 1 X CADA RADIO

71

RF-5852-CH011

VEHICULAR CHARGER/POWER SUPPLY, ENHANCED 71

12041-2400-02 BATTERY PK, RECHARGEABLE, 6.8 AHR LITH ION GRN 71 RF-7850S-PK001

PROGRAMMING KIT, RF-7850S 14

HARRIS FALCON III RF-7850M-HH (ORA) 4 RF-7850M-

DS001 DISMOUNT KIT, RF-7850M-HH, GREEN 12

RF-7850M-SW002

SW OPTION KIT, RF-7850M, ADVANCED 12

RF-3023-HS003

HEADSET, DUAL PTT, RF-7800V-HH RADIO 12

12067-5220-01 ADAPTER ASSY,CABLED, USB TO ETHERNET, 6 FT 12 12067-5600-01 ADAPTER ASSY, USB, TYPE A, SHIELDED 12 12113-1000-11 REMOTE KDU ASSY, RF-7800V-VAA, GREEN 12

HARRIS HC2 PATROL 5 RF-7800N-

BM300 HARRIS HC2 PATROL-MINIMO 5 LICENCIAS 5

RF-3577-29EN COMPUTER, RUGGED LAPTOP WIN 7 PROFESSIONAL, EN 5 ACCESSORIES 6 RF-5853-

CH101 TWO BAY CHARGER INCLUIDO EN CADA RADIO M-HH. 55

RF-5853-CH101

One-Bay Battery Charger-Handheld Battery (NAVAL MISSION) 80

RF-5904-CH00X

TACTICAL SOLAR CHARGER, 55

BGAN ANTENNA 7 RF-7800B-

DU024 BGAN ANT SYS, CLASS 2 LAND PORTABLE, TAN DU 10

12091-0060-01 KIT, BGAN- FIII MP& BATTERY 10 12043-0833-A010

STANDALONE ETHERNET CABLE NECESARIO PARA CONECTAR BGAN A LAPTOP

10

A30-1474-011 RUGGED LAPTOPS 11385-0400-01 10 SPARE PARTS

Communication System Colombian Navy

4

8 RF-7800M-SK041

KIT,SITE SPARES,RADIO ASSY RF-7800M-MP041, includes: 10075-1399 HANDSET, MODIFIED H-250 Qty. 3 12043-3000-18 FRONT PANEL ASSEMBLY Qty. 1 12043-3510-01 FWB ASSY,VAA INTERFACE Qty. 1 12043-3960-01 FWB ASSY, MBNR COMMERCIAL GPS Qty. 1 12043-4900-03 PWB ASSY, ACROPOLIS II CRYPTO Qty. 1 12043-5225-21 CONNECTOR, 32 PIN, FILTERED Qty. 1 12043-5225-22 CONNECTOR, 32 PIN, FILTERED Qty. 1 12090-2000-10 CHASSIS ASSY, HALFPACK, MUOS Qty. 1 12090-3600-02 PWB ASSY, RED/BLK, DIGITAL, MX27, MBNR Qty. 1 12090-4400-04 PWB ASSY, POWER SUPPLY Qty. 1 12090-5500-01 HEATSINK ASSY, MUOS LB PA Qty. 1 12090-6100-04 PWB ASSY, MUOS LB RES Qty. 1 12097-3930-02 PWB ASSY, COMMERCIAL GPS Qty. 1 RF-7800M-HK003 KIT, HARDWARE, RF-7800M-MP041 RADIO Qty. 1 RF-7800M-SK003 KIT, SPARES, FRONT PANEL, RF-7800M-MP041 Qty. 1

2

9 RF-7800V-SK001

SITE SPARES KIT, RF-7800V-HH001 includes: 10515-6593 INSTRUCTION SHEET, RF-7800V-HH SPARES Qty. 1 10515-6700 PRI, RF-7800V-HH BOARD AND FWB ASSEMBLY Qty. 1 12011-2600-01 ANTENNA,VHF HANDHELD WHIP Qty. 1 12011-6055-02 ASSY, DUST CAP, BLACK Qty. 1 12041-2100-02 BATTERY PK, RECHARGEABLE, 4.8A-HR LITH ION, GRN Qty. 1 12041-6550-01 ANTENNA ASSY, GPS Qty. 1 12041-6680-01 COVER, ASSEMBLY Qty. 1 12067-2630-01 FWB ASSY, ANCILLARY DATA/VIDEO Qty. 1 12067-3200-04 PWB ASSY, XMIT/PA VHF HANDHELD Qty. 1 12067-3500-03 PWB ASSY, RX/SYNTH VHF HANDHELD Qty. 1 12067-4600-01 PWB ASSY, BASEBAND, OMAP 4 Qty. 1 12067-6000-11 COVER ASSEMBLY, FRONT, RF-7800V, GREEN Qty. 1

4

Communication System Colombian Navy

5

12067-6005-11 COVER ASSEMBLY, REAR, RF-7800V, GREEN Qty. 1 RF-7800V-HK001 HARDWARE KIT, RF-7800V-HH001 Qty. 1 W56-0009-003 CABLE JMPR FLAT FLEX 15 POSN 0.5 MM 2.76" INSUL Qty. 1 Z51-0034-063 GASKET SI-GEL/EMI MESH NOM .063 DIA 28 in

MOTOROLA RADIOS 10 APX 5500 MOBILE RADIO, TRUNKING AND CONVENTIONAL MODE WITH

OMNIDIRECTIONAL ANTENNA 806-866 MHZ, 10DB, - HELIAX CABLE LINES SYSTEM 1/2 X 100 METERS - PHOLYPHASER AND CONNECTORS - FREQUENCY RANGE 806-825 / 851-870 MHZ PROTOCOL TRUNKING MODULATION C4FM - NUMBER OF CHANNELS ≥256 CHANNEL SPACING 12.5 / 25 KHZ - ENROLLMENT ALGORITHM DVP_XL - POWERABLE TRANSMITTER 10-30W PROGRAMMABLE - ACCESSORIES MICROPHONE WITH ALPHANUMERIC KEYPAD - CONTROL HEAD 02 - POWER SUPPLY 12 VDC 15 AMP - STATIONARY BATTERY OF 12 VCD FREE OF MAINTENANCE, & WATERPROOF BAG

10.00

11 PORTABLE RADIO APX 5000, TRUNKING AND CONVENTIONAL MODE - FREQUENCY RANGE 806-825 / 851-870 MHZ PROTOCOL TRUNKING MODULATION C4FM - NUMBER OF CHANNELS ≥256 CHANNEL SPACING 12.5 / 25 KHZ - ENROLLMENT ALGORITHM DVP_XL -CON ANTENNA WHIP - 02 BATTERIES RECHARGEABLE 3,500 MAH - 01 CHARGER - FREE HANDS FOR RADIO APX5000 "KIT FOR SURVEILLANCE WITH TRANSPARENT BLACK PIPE"

70.00

12 RECHARGEABLE BATTERY, FOR APX PORTABLE EQUIPMENT. PART N° NNTN7033

200.00

SITE CANDELILLAS IN COORDINATES LAT.01 ° 28' 38.3 "N LONG 78 ° 50'55" W. JURISDICTION TUMACO NARIÑO

16 *REPEATER GTR 8000 800 MHZ, TECHNOLOGY: CONVENTIONAL DIGITAL P25, FREQUENCY RANGE: 792-825 MHZ / 851-870 MHZ, TEMPERATURE RANGE: -30 TO + 60 C, CHANNEL SPACING: 12.5 / 25 KHZ, REJECTION OF ADJACENT CHANNEL @ 12.5 KHZ: 60 DB, STATIC SENSITIVITY FOR A BER OF 5% C4FM: -118 DBM, INTERMODULATION REJECTION: 85 DB, SPURIOUS REJECTION: 85 DB, POWER: 2 TO 100W, MODULATION FIDELITY: 5%, ATTENUATION OF SPURIOUS AND HARMONIC EMISSION: 90DB, INTERFACES: IP DIGITAL INTERFACE, ACCESSORIES: ONE (1) DUPLEXER IN THE OPERATING BAND, WITH ITS CABLES, ONE (1) PRESELECTOR IN THE OPERATION BAND, ONE (1) DC POWER CABLE, PER REPEATER, ONE

1.00

Communication System Colombian Navy

6

(1) PROGRAMMING CABLE FOR GTR8000 REPEATERS, ONE (1) CD PROGRAMMING SOFTWARE.

* (02) TRANSPORT SYSTEM BACK TWO BACK (BTB) MOBILE RADIO APX5500 MODE TRUNKING AND CONVENTIONAL WITH ANTENNA YAGUI 806-866MHZ, 10DB, MODEL DB499A - SYSTEM LINES 1/2 "FREQUENCY RANGE 806-825 / 851-870 MHZ PROTOCOL TRUNKING MODULATION C4FM - NUMBER OF CHANNELS ≥256 CHANNEL SPACING CHANNELS 12.5 / 25 KHZ - PRIVACY DVP_XL - POWER TRANSMITTER 10-30W PROGRAMMABLE MICROPHONE ACCESSORIES THAT HAS ALPHANUMERIC KEYBOARD TEST PROTOCOL MUST GUARANTEE THE PERFECT FUNCTIONING OF THE EQUIPMENT WITH THE 800 TRUNKING NETWORK OF CGFM FROM COLOMBIA * POLYPHASER REFERENCE IS-B50HN-C2 WITH REPLACEMENT FOR FAULTY REPLACEMENT POLYPHASER REFERENCE IS-B50HN-C2 WITH REPLACEMENT FOR FAULTY REPLACEMENT JUMPER RG400 MODEL 3084921Y37 NM TO QN-M ADAPTER N-M TO SMA-M TRANSPORT RACK FOR TACTICAL REPEATER. CONVERTER 48-12 VDC 48 VDC SHELF RECTIFIER WITH 2 LOAD BREAKERS (30 A AND 10 A) AND 1 BREAKER BATTERIES (60 A) 650WATTS RECTIFIER MODULES 650WATTS RECTIFIER MODULES REPLACEMENT FOR FAULTY REPLACEMENT 12VDC POWERSAFE- SBS40 38AH BATTERIES ANTENNA OMNI 746-870 MHZ 8DBD, MODEL CC80708 SYSTEM LINES RECEPTION 7/8 "AND ACCESSORIES - SYSTEM LINES TEST 1/2" AND ACCESSORIES HP BRAND SERVICE LAPTOP, MODEL ELITEBOOK FOLIO1040G3 NOTEBOOK PC, INCLUDES AC ADAPTER, APPLICATION AND DRIVER RECOVERY CD 825059-B23 ETHERNET CABLE FOR GTR AND RECTIFIER ACCESS APX MOBILE PROGRAMMING CABLE ARVEK GASOLINE PORTABLE GENERATOR 2,500W. AUTOMATIC VOLTAGE REGULATOR (AVR), MAXIMUM POWER: 2,500W, NOMINAL POWER: 2,200W, FUEL: GASOLINE, OUTPUT: 110-220V / 60HZ / 1PHASE. - 12VDC, MOTOR: 4 TIMES. ELECTRICAL AND MANUAL STARTING. SERVICES OF INSTALLATION, ADAPTATION, AND CONFIGURATION ON SITE. DELIVER SYSTEM FULLY OPERATIONAL

SITE MOSQUERA COORDINATES LAT 02 ° 20 '13 "N LONG 078 ° 27' 28" W 12. - MOSQUERA DE NARIÑO.

Communication System Colombian Navy

7

17 REPEATER GTR-8000 FREQUENCY RANGE: 806-824MHZ / 851-870MHZ WORKING CAPACITY: DIGITAL POWER SUPPLY: 43.2-60 VDC AND AC: 90-264 VAC, 47-63 Hz TRANSMITTER ATTENUATION OF SPURS AND HARMONIC EMISSIONS: 90DBM FIDELITY OF MODULATION: 5% RECEIVER SENSITIVITY: -123 DBM @ 5% OF SEEING REJECTION OF INTERMODULATION: 80DB IMPEDANCE ANTENNA: 50 OHMS FREQUENCY STABILITY: 100 PPB / 2 YR, SUSPENSION TOOLS FOR REDUCED TOWER, EARTH ACCESSORIES. AND POWER SUPPLY, OMNI TX AND RX ANTENNA, RECEPTION LINES SYSTEM 7/8 "AND ACCESSORIES - 1/2" TEST LINES SYSTEM AND ACCESSORIES, 1 ¼ "TRANSMISSION LINES SYSTEM AND ACCESSORIES, 800 MHZ DUPLEXER, MULTI-COUPLER, POLYPHASER, COMBINER 10 CH, POLYPHASER DSTSXDFMBF (TX), POLYPHASER DSTSXDFMBF (TX) REPLACEMENT FOR REPLACEMENT FAULTS, POLYPHASER 109-0501W-A (RX AND TEST), POLYPHASER 109-0501W-A (RX AND TEST) REPLACEMENT FOR REPLACEMENT FAULTS, POLYPHASER DSISB50LNC2MA (APX), POLYPHASER DSISB50LNC2MA (APX) REPLACEMENT FOR FAULT REPLACEMENT, MULTI-COUPLER (2), TTA (2), STUBBY ANTENNA FOR LOCAL APX.

2.00

SHELTER THE DIMENSIONS OF THE SHELTER WILL BE 2.5 M BY 2.5 M AND A HEIGHT OF 2.8 M, THE STRUCTURE OF THE SHELTER WILL BE A METAL MAIN FRAME WITH RECTANGULAR STRUCTURAL TYPE TUBULAR PROFILES WITH A FY = 3500 KG. / CM2, JOINED WITH GALVANIZED WA 6013 ARC WELDING HOT PROFILES E = 4.0MM FOR BEAMS AND E = 2.0MM FOR JOISTS, COLD BENT AND HOT GALVANIZED. THE SECONDARY STRUCTURAL ELEMENTS WILL BE THE SUPPORTS OF THE FINISHES, PEINAZO AND DOOR FRAMES, A / C WINDOWS, LAMPS AND OTHER ELEMENTS IN GALVANIZED AND ELECTROSTATICALLY PAINTED PROFILES CR C. 22. THE STRUCTURE OF THE FLOOR WILL BE A COMBINATION OF STRUCTURAL TUBES WITH FY = 3500 KG. / CM2 AND TRAPEZOIDAL GALVANIZED SHEETS CR C: 22 WITH PLYCEM SHEETS THE SHELTERS ARE DELIVERED WITH ACCESS LADDERS OF 2 STEPS OF 100X20CM. THE SHELTERS WILL BE SUPPORTED ON 6 HIGH DENSITY POLYETHYLENE SKINS OF 30X30CM AND 70CM HIGH. CERTIFIED LOAD CAPACITY: 12,000 KG OF EACH POLIN. EACH POLE RESTS ON 20CM OF SELECTED COMPACTED MATERIAL. COVER WITH PANELS OF GALVANIZED SHEETS TYPE SANDWICH WHOSE CORE IS MADE OF POLYURETHANE WITH SEALED JOINTS OF POLYMERIZING POLYURETHANE, THE EXTERIOR WALLS AND CEILINGS AND POLYURETHANE SHEET GALVANIZED CR C.26 OF 6 CM THICKNESS PAINTED WITH BAKED ELECTROSTATIC PAINT FOR EXTERIORS. LOAD CAPACITY OF THE PANELS: Q = 200KG / M². WITH THERMAL ACOUSTIC INSULATION DC OUTDOOR LIGHTING, THERMAL INSULATION: IN THE MIDDLE OF THE WALLS AND ROOF OF THE SHELTER THERMAL INSULATION MUST BE INSTALLED IN INJECTED POLYURETHANE. WALLS AND CEILING OF MINIMUM 4 CM. OF THICKNESS. WATERPROOF: RESISTANT TO WATER, HEAT, EXTREME COLD, MOOR, VANDALISM, PERMANENT HUMIDITY, PAINT EXTERIOR TEXTURE OF ZERO LONG-

1.00

Communication System Colombian Navy

8

TERM MAINTENANCE. ALL EXTERIOR SURFACES MUST BE COVERED WITH IMPERMEABLE EPOXY TAR TO PREVENT WATER SEEPAG

ELECTRIC PLANT EDO-GCE35-I POWER EMERGENCY USE: 28KW / 35KVA * POWER CONTINUOUS USE: 25KW / 31KVA STANDARD VOLTAGE: 208 / 120V MAXIMUM CURRENT BY PHASE: 97 A FREQUENCY: 60HZ NUMBER OF PHASES: 3 + NEUTRAL MODEL MOTOR: 4B3. 9-G1 MOTOR FEATURES: DIESEL, 4T, 1800RPM MAXIMUM POWER: 30KW SUCTION TYPE: NATURAL NUMBER OF CYLINDERS: 4 ONLINE COOLING SYSTEM: COMBUSTION RADIATOR: DIRECT INJECTION GOVERNOR: MECHANICAL STARTING SYSTEM: ELECTRIC 100% FUEL CONSUMPTION : 7.6 L / H BRAND ALTERNATOR: EDO REGULATION SYSTEM: AVR MODEL AVR: SX460 ISOLATION CLASS: H MECHANICAL PROTECTION: IP21 POWER FACTOR: 0.8 DIMENSIONS AND WEIGHT OF THE UNIT DIMENSIONS (LX AN X AL) MM : 2300X1100X1290 DRY WEIGHT: 1280KG DAILY TANK: 130L

1.00

RECTIFIER 48V 65A CONFIGURATION 3 + 1 AMP 4 + 1 300A, HIGH FREQUENCY TECHNOLOGY, NOMINAL INPUT VOLTAGE 208 TO 277VAC, INPUT VOLTAGE IN OPERATION 176 TO 300 VAC, EXTENDED INPUT VOLTAGE 176 TO 90 VAC, FREQUENCY 45 TO 66 HZ, POWER FACTOR> 0.99 (FROM 50 TO 100% LOAD), EFFICIENCY> 92%, NOMINAL VOLTAGE 48 VDC, CURRENT OUTPUT 37 A OR GREATER @ 48 VDC, OPERATING RANGE DC 42-58 VDC, FLOAT VOLTAGE 48 - 58 VDC, EQUALIZATION VOLTAGE 48 - 58 VDC, LOAD REGULATION MAXIMUM 0.5%, LINE REGULATION MAXIMUM 0.1%, TYPE OF INSTALLATION IN A 19 "RACK, OPERATING TEMPERATURE FROM 0 TO 65 ° C, ALARMS WITH SIGNALING LEDS AND ALARMS FOR STATUS ON OR OFF, GENERAL FAULT ALARM, STANDARDS CSA C22.2 NO 60950-1 - 03-UL 60950-1 1ST EDITION - IEC / EN 60950-1.

1.00

BANK OF SEALED BATTERIES 48 VDC 300 AH, THE BATTERY BANK SEALED MAINTENANCE-FREE - 200AH, NOMINAL SYSTEM VOLTAGE: 48 VDC (4 CELLS OF 12 VDC EACH), CHARACTERISTICS OF THE CELLS CAPACITY IN AMPERES 200 AH, RATED VOLTAGE 12 V, MINIMUM OPERATING TEMPERATURE RANGE AT DISCHARGE -20 ° C TO +60 ° C, MINIMUM OPERATING TEMPERATURE RANGE ON LOAD - 10 ° C TO + 60 °

1.00

Communication System Colombian Navy

9

C, INTERNAL RESISTANCE LESS THAN OR EQUAL TO 3.5 MOHMS AT 25 ° C, TECHNOLOGY AGM (ABSORBENT GLASS MAT).

TBAC: ELECTRICAL BOARD WITH INSPECTION BOX WITH COPPER TERMINALS

1.00

AIR CONDITIONING 24000 BTU TYPE MINISPLIT, OPERATING VOLTAGE RANGE: 208-230 VAC, OPERATING FREQUENCY: 60 HZ, CIRCULATION OF AIR: 12.3 CMM OR GREATER, NOISE LEVEL MAXIMUM INTERIOR: 55 DB, REMOVAL OF MOISTURE: 2.5 LITERS / HOUR OR MORE, PROTECTION FOR AC OVER-PEAKS, ICONTEC NATIONAL ELECTRIC CODE, STANDARD NTC 2050.

1.00

EARTH SYSTEM: IT MUST ALLOW THE LANDING OF PHENOMENA SUCH AS ELECTRIC DISCHARGES CAUSED BY LIGHTNING, EARTH FAULTS, STATIC ELECTRICITY OR SYSTEM FAILURES, PARARRAYO: FOR EACH SITE, THE EARTHING SYSTEM FOR THE LIGHTNING ROD MUST BE SUPPLIED AND INSTALLED, WHICH MUST BE COMPLETELY INDEPENDENT, ELECTRICALLY INSULATED FROM THE STRUCTURE OF THE TOWER. IT SHOULD BE INSULATED FROM THE TOWER AND WITH COPPER WIRE NO. 2/0 (TWO ZEROS) TOWER: AN INSPECTION BOX MUST BE BUILT, IN WHICH A BUSBAR OF LAND MUST BE INSTALLED WHERE EACH OF THE EDGES OF THE TOWER IS UNIFIED BY CABLE NO. 2/0. THE BARGE MUST BE MADE OF COPPER WITH A MINIMUM OF 8 PERFORATIONS TO CONNECT THE EDGES OF THE TOWER, EQUIPMENT BARRACKS AND SPAT TOWER AND SPAT EQUIPMENT, ITS DIMENSIONS MUST BE AT LEAST: 5CM HIGH, 5MM THICK AND 30CM LONG. THE CORRESPONDING MEASUREMENTS MUST BE MADE IN ORDER TO CALCULATE THE CAPACITANCE OF THE WELL ACCORDING TO THE PROCESS ESTABLISHED BY THE MANUFACTURER. SPAT EQUIPMENT: THE INTERNAL EQUIPMENT AND EXTERNAL LINE BUSBARS WILL BE CONNECTED TO THE BUS IN THE INSPECTION BOX OF THE TOWER AND EQUIPMENT SPATS USING NO. 2/0 COPPER CABLE LINED UNIFYING THE TWO SPATS AT THIS POINT. WELL STRUCTURE: ACCORDING TO THE CHARACTERISTICS OF THE TERRAIN (ROCKY), THE EARTH WELL (RC CIRCUIT) CAN BE MADE HORIZONTALLY WITH THE SAME AMOUNT OF MATERIALS AND CHARACTERISTICS OF THE WELL IN VERTICAL FORM.

1.00

SATELLITE TERMINAL AND INTEGRATION TO THE HUB MILITARY FORCES

SATELLITE MODEM ACCESS IDU 1.00 ANTENNA KU 1.8 METERS 1.00 KU-BAND LNB - INPUT 10,70 - 12,75 GHZ - LOCAL 9,75/10,6GHZ 1.00 BUC DUAL BAND FUL KU 4W - LOW 13,75-14,25 GHZ / HIG 14,00-14,50GHZ 1.00 POWER SUPPLY IDU MA1760 1.00 SERVICES OF INSTALLATION, ADAPTATION, AND CONFIGURATION ON SITE. DELIVER SYSTEM FULLY OPERATIONAL

1.00

SITIO GUAPI

Communication System Colombian Navy

10

18 REPETIDOR GTR-8000 RANGO DE FRECUENCIA : 806-824MHZ / 851-870MHZ CAPACIDAD DE TRABAJO : DIGITAL ALIMENTACIÓN : 43.2-60 VDC Y AC: 90-264 VAC, 47-63 Hz TRANSMISOR ATENUACIÓN DE EMISIÓN DE ESPURIAS Y ARMÓNICAS: 90DBM FIDELIDAD DE MODULACIÓN : 5 % RECEPTOR SENSIBILIDAD : –123 DBM @ 5% DE VER RECHAZO DE INTERMODULACIÓN : 80DB IMPEDANCIA ANTENA : 50 OHMIOS ESTABILIDAD DE FRECUENCIA : 100 PPB/2 YR - KIT JUMPERS CONVERSION QUANTAR A GTR.

2.00

NO SERVICES OF INSTALLATION, ADAPTATION, OR CONFIGURATION ARE REQUIRED FOR THIS SITE.

EL CHARCO SITE COORDINATES LAT. 02 ° 28'26 "N LONG 078 ° 06'57" W - CHARCO NARIÑO

19 REPEATER GTR-8000 FREQUENCY RANGE: 806-824MHZ / 851-870MHZ WORKING CAPACITY: DIGITAL POWER SUPPLY: 43.2-60 VDC AND AC: 90-264 VAC, 47-63 Hz TRANSMITTER ATTENUATION OF SPURS AND HARMONIC EMISSIONS: 90DBM FIDELITY OF MODULATION: 5% RECEIVER SENSITIVITY: -123 DBM @ 5% OF SEEING REJECTION OF INTERMODULATION: 80DB IMPEDANCE ANTENNA: 50 OHMS FREQUENCY STABILITY: 100 PPB / 2 YR, SUSPENSION TOOLS FOR REDUCED TOWER, EARTH ACCESSORIES. AND POWER SUPPLY, OMNI TX AND RX ANTENNA, RECEPTION LINES SYSTEM 7/8 "AND ACCESSORIES - 1/2" TEST LINES SYSTEM AND ACCESSORIES, 1 ¼ "TRANSMISSION LINES SYSTEM AND ACCESSORIES, 800 MHZ DUPLEXER, MULTI-COUPLER, POLYPHASER, COMBINER 10 CH, POLYPHASER DSTSXDFMBF (TX), POLYPHASER DSTSXDFMBF (TX) REPLACEMENT FOR REPLACEMENT FAULTS, POLYPHASER 109-0501W-A (RX AND TEST), POLYPHASER 109-0501W-A (RX AND TEST) REPLACEMENT FOR REPLACEMENT FAULTS, POLYPHASER DSISB50LNC2MA (APX), POLYPHASER DSISB50LNC2MA (APX) REPLACEMENT FOR FAULT REPLACEMENT, MULTI-COUPLER (2), TTA (2), STUBBY ANTENNA FOR LOCAL APX.

2.00

SHELTER THE DIMENSIONS OF THE SHELTER WILL BE 2.5 M BY 2.5 M AND A HEIGHT OF 2.8 M, THE STRUCTURE OF THE SHELTER WILL BE A METAL MAIN FRAME WITH RECTANGULAR STRUCTURAL TYPE TUBULAR PROFILES WITH A FY = 3500 KG. / CM2, JOINED WITH GALVANIZED WA 6013 ARC WELDING HOT PROFILES E = 4.0MM FOR BEAMS AND E = 2.0MM FOR JOISTS, COLD BENT AND HOT GALVANIZED. THE SECONDARY STRUCTURAL ELEMENTS WILL BE THE SUPPORTS OF THE FINISHES, PEINAZO AND DOOR FRAMES, A / C WINDOWS, LAMPS AND OTHER ELEMENTS IN GALVANIZED AND ELECTROSTATICALLY PAINTED PROFILES CR C. 22. THE STRUCTURE OF THE FLOOR WILL BE A COMBINATION OF STRUCTURAL TUBES WITH FY = 3500 KG. / CM2 AND TRAPEZOIDAL GALVANIZED SHEETS CR C: 22 WITH PLYCEM SHEETS THE SHELTERS ARE DELIVERED WITH ACCESS LADDERS OF 2 STEPS OF 100X20CM. THE SHELTERS WILL BE SUPPORTED ON 6 HIGH DENSITY POLYETHYLENE SKINS OF 30X30CM AND 70CM HIGH. CERTIFIED LOAD CAPACITY: 12,000 KG OF EACH POLIN. EACH POLE RESTS ON 20CM OF SELECTED COMPACTED MATERIAL. COVER WITH PANELS OF GALVANIZED SHEETS TYPE SANDWICH WHOSE CORE IS MADE OF

1.00

Communication System Colombian Navy

11

POLYURETHANE WITH SEALED JOINTS OF POLYMERIZING POLYURETHANE, THE EXTERIOR WALLS AND CEILINGS AND POLYURETHANE SHEET GALVANIZED CR C.26 OF 6 CM THICKNESS PAINTED WITH BAKED ELECTROSTATIC PAINT FOR EXTERIORS. LOAD CAPACITY OF THE PANELS: Q = 200KG / M². WITH THERMAL ACOUSTIC INSULATION DC OUTDOOR LIGHTING, THERMAL INSULATION: IN THE MIDDLE OF THE WALLS AND ROOF OF THE SHELTER THERMAL INSULATION MUST BE INSTALLED IN INJECTED POLYURETHANE. WALLS AND CEILING OF MINIMUM 4 CM. OF THICKNESS. WATERPROOF: RESISTANT TO WATER, HEAT, EXTREME COLD, MOOR, VANDALISM, PERMANENT HUMIDITY, PAINT EXTERIOR TEXTURE OF ZERO LONG-TERM MAINTENANCE. ALL EXTERIOR SURFACES MUST BE COVERED WITH IMPERMEABLE EPOXY TAR TO PREVENT WATER SEEPAG

ELECTRICAL PLANT: EDO-GCE35-I POWER EMERGENCY USE: 28KW / 35KVA * POWER CONTINUOUS USE: 25KW / 31KVA STANDARD VOLTAGE: 208 / 120V MAXIMUM CURRENT BY PHASE: 97 A FREQUENCY: 60HZ NUMBER OF PHASES: 3 + NEUTRAL MOTOR MODEL: 4B3 .9-G1 MOTOR FEATURES: DIESEL, 4T, 1800RPM MAXIMUM POWER: 30KW SUCTION TYPE: NATURAL NUMBER OF CYLINDERS: 4 ONLINE COOLING SYSTEM: RADIATOR COMBUSTION: DIRECT INJECTION GOVERNOR: MECHANICAL STARTING SYSTEM: ELECTRIC FUEL CONSUMPTION AL 100 %: 7,6 L / H MARKER ALTERNATOR: EDO REGULATION SYSTEM: AVR MODEL AVR: SX460 ISOLATION CLASS: H MECHANICAL PROTECTION: IP21 POWER FACTOR: 0.8 DIMENSIONS AND WEIGHT OF THE UNIT DIMENSIONS (LX AN X AL) MM: 2300X1100X1290 DRY WEIGHT: 1280KG DAILY TANK: 130L

1.00

RECTIFIER 48V 65A CONFIGURATION 3 + 1 AMP 4 + 1 300A, HIGH FREQUENCY TECHNOLOGY, NOMINAL INPUT VOLTAGE 208 TO 277VAC, INPUT VOLTAGE IN OPERATION 176 TO 300 VAC, EXTENDED INPUT VOLTAGE 176 TO 90 VAC, FREQUENCY 45 TO 66 HZ, POWER FACTOR> 0.99 (FROM 50 TO 100% LOAD), EFFICIENCY> 92%, NOMINAL VOLTAGE 48 VDC, CURRENT OUTPUT 37 A OR GREATER @ 48 VDC, OPERATING RANGE DC 42-58 VDC, FLOAT VOLTAGE 48 - 58 VDC, EQUALIZATION VOLTAGE 48 - 58 VDC, LOAD REGULATION MAXIMUM 0.5%, LINE REGULATION MAXIMUM 0.1%, TYPE OF INSTALLATION IN A 19 "RACK, OPERATING TEMPERATURE FROM 0 TO 65 ° C, ALARMS WITH SIGNALING LEDS AND ALARMS FOR STATUS ON OR OFF, GENERAL FAULT ALARM, STANDARDS CSA C22.2 NO 60950-1 - 03-UL 60950-1 1ST EDITION - IEC / EN 60950-1.

1.00

BANK OF SEALED BATTERIES 48 VDC 300 AH, THE BATTERY BANK SEALED MAINTENANCE-FREE - 200AH, NOMINAL SYSTEM VOLTAGE: 48 VDC (4 CELLS OF 12 VDC EACH), CHARACTERISTICS OF THE CELLS CAPACITY IN AMPERES 200 AH, RATED VOLTAGE 12 V, MINIMUM OPERATING TEMPERATURE RANGE AT DISCHARGE -20 ° C TO +60 ° C, MINIMUM OPERATING TEMPERATURE RANGE ON LOAD - 10 ° C TO + 60 °

1.00

Communication System Colombian Navy

12

C, INTERNAL RESISTANCE LESS THAN OR EQUAL TO 3.5 MOHMS AT 25 ° C, TECHNOLOGY AGM (ABSORBENT GLASS MAT).

TBAC ELECTRICAL BOARD WITH INSPECTION BOX WITH COPPER TERMINALS

1.00

AIR CONDITIONING 24000 BTU TYPE MINISPLIT, OPERATING VOLTAGE RANGE: 208-230 VAC, OPERATING FREQUENCY: 60 HZ, CIRCULATION OF AIR: 12.3 CMM OR GREATER, NOISE LEVEL MAXIMUM INTERIOR: 55 DB, REMOVAL OF MOISTURE: 2.5 LITERS / HOUR OR MORE, PROTECTION FOR AC OVER-PEAKS, ICONTEC NATIONAL ELECTRIC CODE, STANDARD NTC 2050.

1.00

EARTH SYSTEM: IT MUST ALLOW THE LANDING OF PHENOMENA SUCH AS ELECTRIC DISCHARGES CAUSED BY LIGHTNING, EARTH FAULTS, STATIC ELECTRICITY OR SYSTEM FAILURES, PARARRAYO: FOR EACH SITE, THE EARTHING SYSTEM FOR THE LIGHTNING ROD MUST BE SUPPLIED AND INSTALLED, WHICH MUST BE COMPLETELY INDEPENDENT, ELECTRICALLY INSULATED FROM THE STRUCTURE OF THE TOWER. IT SHOULD BE INSULATED FROM THE TOWER AND WITH COPPER WIRE NO. 2/0 (TWO ZEROS) TOWER: AN INSPECTION BOX MUST BE BUILT, IN WHICH A BUSBAR OF LAND MUST BE INSTALLED WHERE EACH OF THE EDGES OF THE TOWER IS UNIFIED BY CABLE NO. 2/0. THE BARGE MUST BE MADE OF COPPER WITH A MINIMUM OF 8 PERFORATIONS TO CONNECT THE EDGES OF THE TOWER, EQUIPMENT BARRACKS AND SPAT TOWER AND SPAT EQUIPMENT, ITS DIMENSIONS MUST BE AT LEAST: 5CM HIGH, 5MM THICK AND 30CM LONG. THE CORRESPONDING MEASUREMENTS MUST BE MADE IN ORDER TO CALCULATE THE CAPACITANCE OF THE WELL ACCORDING TO THE PROCESS ESTABLISHED BY THE MANUFACTURER. SPAT EQUIPMENT: THE INTERNAL EQUIPMENT AND EXTERNAL LINE BUSBARS WILL BE CONNECTED TO THE BUS IN THE INSPECTION BOX OF THE TOWER AND EQUIPMENT SPATS USING NO. 2/0 COPPER CABLE LINED UNIFYING THE TWO SPATS AT THIS POINT. WELL STRUCTURE: ACCORDING TO THE CHARACTERISTICS OF THE TERRAIN (ROCKY), THE EARTH WELL (RC CIRCUIT) CAN BE MADE HORIZONTALLY WITH THE SAME AMOUNT OF MATERIALS AND CHARACTERISTICS OF THE WELL IN VERTICAL FORM.

1.00

SATELLITE TERMINAL AND INTEGRATION TO THE HUB MILITARY FORCES

SATELLITE MODEM ACCESS IDU 1.00 ANTENNA KU 1.8 METERS 1.00 KU-BAND LNB - INPUT 10,70 - 12,75 GHZ - LOCAL 9,75/10,6GHZ 1.00 BUC DUAL BAND FUL KU 4W - LOW 13,75-14,25 GHZ / HIG 14,00-14,50GHZ 1.00 POWER SUPPLY IDU MA1760 1.00

SERVICES OF INSTALLATION, ADAPTATION, AND CONFIGURATION ON SITE. DELIVER SYSTEM FULLY OPERATIONAL

TRAINING

Communication System Colombian Navy

13

20 TRNG-PLT-LEVEL1&2: TRAINING 3 WEEKS IN COUNTRY (COLOMBIA), 15 STUDENTS, RF-7800M-MP, RF-7850-HH, RF-7800B-BGAN, RF-7400E-VP, MOTOROLA REPEATERS: MAINTENANCE, REPAIR OF REPETITION SITES, DIAGNOSIS, FAULT DETECTION , KNOWLEDGE OF SOFTWARE, HARDWARE, PROGRAMMING, PARTS AND COMPONENTS, ANALYSIS OF DIAGRAMS BY BLOCKS AND CHANGES OF SPARE PARTS.

1.00

3 SERVICE Given the critical operational tasks carried out by Colombian Navy, and the necessity for proper and reliable functioning integrated communications system, the supplier shall provide all necessary technical support in Colombia. Additionally directly or indirectly the contractor shall be available and shall provide, the necessary training to the Colombian Navy communications personnel (Telematica first line technicians). The training provided shall prepare the technicians to adequately trouble shoot and resolve any situation or technical failure requiring trained technical personnel. 4. APPLICABLE DOCUMENTS The contractor shall deliver individual Spanish language operations, preventive maintenance, maintenance, and handling manuals for all the equipment and each of its integrating components. 5. TRAINING The contractor shall provide a theoretical and practical application training course in Spanish for fifteen (15) students from the Colombian Navy. This training shall take place in Bogota, Colombia: Training 3 weeks in the country, RF-7800m-mp, RF-7850-hh, RF-7800b-BGAN, RF-7400e-vp, motorola repeaters: maintenance, repair of repetition sites, diagnosis, fault detection , knowledge of software, hardware, programming, parts and components, analysis of diagrams by blocks and changes of spare parts. General description and functionality of the equipment Setting Programming Optimization Preventive maintenance Corrective maintenance The training shall be at a minimum (120) hours work. Instructors shall be experienced and capable to teach the course in Spanish, and shall be duly accredited prior to the course start date. If a translator is required the contractor shall provide such service and ensure the translator (s) is/are capable of simultaneous translation at a technical level. The contractor shall provide course attendees with Spanish language course documents, with an additional copy to be kept at the Colombian Navy records archive. Likewise, the contractor shall present each student who successfully completes the course with a certificate of attendance / training. Instructor personnel’s traveling and reasonable per diem expenses shall be covered by the contractor.

Communication System Colombian Navy

14

The contractor shall provide the necessary technical training so as to ensure that the technicians receive the training necessary to install, administer, and maintain the system solution provided. The contractor shall provide a Spanish language users manual for each course module. The contractor shall deliver a Spanish language operations, preventive maintenace and technical maintenance manual for the delivered system. The contractor shall deliver via magnetic means (CD) in Spanish all course material, manuals, handouts, etc. required by the contract. 6. KNOWLEDGE TRANSFER The contractor shall transfer all aspects of the solution to Colombian Navy engineers and technicians responsible for the implementation, to ensure Navy oversight of usage and support of the platform once fully donated to the Colombian Navy. This requirement shall comply at least with the following: Offer the transfer of knowledge regarding operation, security and administration of the solution provided (list of courses together with their content). Specify the content, hour intensity and training location for each course, together with participants' pre-requisites. The Navy shall fix course dates according to participants' and contractor’s availability. The contractor shall transfer knowledge to the officers appointed by the Navy Telematica section regarding design, installation, administration and functioning of the system. Disseminate knowledge, in Spanish language, providing Spanish language materials to each user and Navy archives, and delivering an attendance/satisfactory completion certificate to each of the participants. The course syllabus presented by contractor to operational and technical personnel shall be executed within the term of the contract in order to grant transfer of knowledge which ensures full and adequate knowledge to properly operate and maintain the system provided. The instruction provided to the operations and maintenance personnel on the system offered shall include, at a minimum, the following: installation and configuration, operations procedures, setting parameters, a detailed explanation of system's manual, and other requirements as deemed necessary to ensure proper operations and maintenance of the system. 7. DELIVERY (SHIPPING AND HANDLING INSTRUCTIONS) The vendor is responsible for the delivery of all items listed above under Appendix 2, Technical Specifications of Items. All items shall be delivered to INL Freight Forwarder in Doral, FL. – USA. Below you can find shipping delivery address, and marking and packing guidelines. The Contractor shall properly pack and consolidate the entire shipment to prevent damage, loss and/or misdirection. The contractor upon notification shall replace any lost or damaged items during shipment. The items being acquired will be donated to the government of the ultimate destination, Colombia. The contractor shall ensure that all items are prepared for safe shipment and include all necessary export

Communication System Colombian Navy

15

approvals, required material data safety sheet, licenses, and paperwork. One copy of the packing list and commercial invoice must accompany the shipment, attached to the outside of the “lead” or number one box/carton/package, or individually attached to the outside of each box/carton/package. All items established on this SOW shall be delivered to INL freight forwarder headquarters in Doral, Florida. Freight Forwarder Information and POC: • SHIPPING ADDRESS

Goldbelt Security, LLC 2115 NW 115th Ave Miami, FL 33172 Tel: (786)348-3852 Atn. Richard Issa [email protected]

• MARKING AND PACKING

All boxes shall be mark with clear visibility as follows (please see below). United States Embassy Bogota Colombia - INL C/O Goldbelt Securiy Warehouse Bogota, Colombia Order No. (insert) Box #__ of __ (if applicable) ATTN: INL/Colombia (Improperly marked shipments may be rejected by the Government) PLEASE NOTE: All orders are ultimately intended for an overseas destination. If the shipment is to involve wood packaging material, the packing and palletizing must conform to the standards in the International Standards for Phytosanitary Measures Publication No. 15: “Guidelines for Regulating Wood Packaging Material in International Trade” (ISPM 15) and have the appropriate markings indicating that the materials meet this standard. Any deliveries arriving at our indicated domestic delivery address that do not meet these standards will be rejected and shall be corrected at the contractor’s expense. 8. SOLICITATION CONSIDERATIONS This is lowest price technically acceptable, the seller certifies that it is an authorized distributer of the product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). In addition to providing pricing for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation (see Section 1 for due dates information).

Communication System Colombian Navy

16

All Quotes must be valid for 90 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer’s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Quote from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer’s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of contract award. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been, substantially transformed, in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). The Contractor and its employees shall exercise the utmost discretion concerning all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the assigned Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use of and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do not cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. 9. TYPE OF CONTRACT The contract must be Firm Fixed Price. 10. WARRANTY Warranty shall be effective in Colombia. Re-exporting procedures during the warranty period, if requested, shall be covered by the contractor during the term of the same. The full warranty coverage shall be no less

Communication System Colombian Navy

17

than one (1) year for each system component. The supply of spare parts and parts for system components shall also be warranted for a minimum of a 5-year term. For middle and low priority system requirements, the contractor shall render technical support for System regarding products delivered, for a three-year period from the delivery and starting-up date. Time to answer shall not exceed forty-eight (48) hours. High priority system requirements shall be supported either by phone, email or visiting the spot for a two-year period from the delivery and starting-up date. Time to answer shall not exceed two (2) days support and yearly maintenance. The contractor shall carry out maintenance and/ or upgrading with new versions launched to the market, in reference to the product delivered for a one-year period from the delivery and starting-up date. Including: • Upgrading programs. • Maintenance Versions (“release”). • Technical assistance regarding problems and inquiries about the products, 5X8 during the execution

of the contract. • Support (Monday thru Sunday) via email, answer within 24 hrs. from receipt of the notification. • Access to information regarding the product and supply of technical material. • The contractor shall have trained technical personnel on hand to solve potential problems regarding

system’s functioning during the fielding phase of the project. • The contractor shall specify in the offer, the system in place to assist with addressing and

successfully resolving any system failure and to provide timely and proper technical consultation for the solution provided to the Colombian Navy.

11. CUSTOMS CLEARANCE AND TAX EXEMPTIONS If applicable, the U.S. Government will assist the Contractor in obtaining customs clearance and tax exemption certificates from the Government of Colombia accordance with Section 7, marking and Submission of Documents, of this contract. 12. EXPORT LICENSE The Contractor shall comply with license requirements of the Commerce Control List and any Export Administrative Regulations (EAR), which may apply. Language description of Technical Specifications AND current pictures of offred items are required with the submission of quote. 13. INSPECTION AND ACCEPTANCE The equipment will be delivered to INL warehouse in Bogota, Colombia. Only after the equipment is inventoried at this location, and if in compliance with the contract, the equipment will be considered accepted by the U.S. Government. The packing list of all equipment shall include at a minimum: description, brand name, serial number (if any), and quantities.

Communication System Colombian Navy

18

The INL logistics team shall assign and inventory sticker on all non-expendable items and serialized items, with an assigned INL serial number that facilitates End Use Monitoring. 14. PERIOD OF PERFORMANCE (POP) Performance period for this contract will be no more than 240 days from the date of award. The Contractor shall interpret any reference made to days, as calendar days. 15. EVALUATION FACTORS The following information should be carefully reviewed by any vendor contemplating an offer for this contract: INL reserves the right to reject a quotation that is technically unacceptable, unreasonably high in price, or missing required information. To be considered for award, the contractor must be determined by the Contracting Officer to be responsible in accordance with the standards described in FAR 9.104-1. To be considered for award, the contractor must be registered in SAM (www.sam.gov). Exceptions to this requirement are enumerated in FAR 4.1102. INL will award the contract to the vendor whose offer is lowest price technically acceptable and whose offer or is in compliance with the terms of the RFP to include the technical information required by Section 2. The following factors shall be used to evaluate proposals for technical acceptability: The offer conforms to the requirements found within the solicitation and its attachments and provides the necessary information required within its contents. Responses to requirements include an approach that meets or exceeds minimum requirements. Submissions must include sufficient detail for effective evaluation and substantiation of stated claims. Submissions must provide convincing rationale for how requirements will be met. Responses to requirement do not rephrase or restate the Government’s requirements. Proposed Work Plan: The Contractor’s proposal should include detailed information about the following: Experience of personnel: INL will review how the proposed team members meet or exceed the minimum qualifications listed in the solicitation. The Contractor must provide evidence of past work successes directly resulting from the individual’s efforts, how this experience compares to this solicitation, and how this individual’s experience will affect the overall outcome. Technical aspects: The Contractor must provide a detailed summary of what steps will be used to perform the assessment and evaluation of the Colombian Navy existing system. The Contractor should address each factor listed under the Contractor requirements and deliverables section of this solicitation.

Communication System Colombian Navy

19

Logistical aspects: Detail any additional costs that shall result due to logistics. At a minimum, the Contractor should explain in detail the following: Proposed timeline including time for the drafting of the final report; Proposed travel of team members. Performance measures: The plan should provide a detailed explanation of methods to be used to ensure that all requirements are met: timeline, costs, objectives, and resources. Experience: In addition to reviewing individual team member experience, INL will review past performance and experience of the proposed contractor. Please provide at least three examples of previous projects similar to this solicitation. The examples can focus on one or more aspects of this solicitation; however, at a minimum, examples should provide relevant experience for each of the criterion listed within the contractor requirements and deliverables. Please also explain how or provide evidence that your team has sufficient experience and capability in each of the following:

a. Working in international markets and travel abroad to remote site; b. Experience working in Latin American countries; c. Implementing of telecommunications platforms in new or existing environments; d. Analyzing the capability and needs to run telecommunications platforms efficiently.

16.. CONFIDENTIALITY CLAUSE The Contractor and its employees shall exercise the utmost discretion concerning all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract, which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the Colombian Navy. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do not cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. Likewise, the CONTRACTOR shall be committed under a confidentiality agreement signed with the Colombian Navy, that the information provided may not be partially or totally disclosed to third parties, nor used for purposes other than the development of the contract. Likewise, the CONTRACTOR shall ensure the care, confidentiality and correct use of the information delivered and generated during the execution of the contract, as well as of the elements that the Colombian Navy makes available for its execution. END OF SOW