GENERAL SECRETARIAT OF THE ORGANIZATION OF AMERICAN STATES

("GS/OAS")

REQUEST FOR PROPOSAL

BID No. 06/06

FOR

COURIER SERVICES

PRINTING, DISTRIBUTION, AND INFORMATION SERVICES SECTION

OFFICE OF CONFERENCES AND MEETINGS

May 19, 2006

1

GENERAL SECRETARIAT OF THE ORGANIZATION OF AMERICAN STATES

("GS/OAS")

REQUEST FOR PROPOSAL

BID No. 06/06

COURIER SERVICES

PRINTING, DISTRIBUTION, AND INFORMATION SERVICES SECTION

OFFICE OF CONFERENCES AND MEETINGS

SPECIFICATIONS AND GENERAL TERMS AND CONDITIONS

I.OVERVIEW

1.1The Organization of American States (“OAS”) is a public international organization comprised of thirty four(34)MemberStates and sixty (60)PermanentObserverStates. The OAS has its headquarters, the General Secretariat of the OAS (“GS/OAS”) in Washington, D.C.,United States of America (“USA”). The flow of information between the GS/OAS and the OASMemberStatesand Permanent Observer States Missions(“the Missions”) is critical for its political debates. For the Organization to accomplish its purposes it has to rely on a courier service that is responsible, dependable, and affordable.

1.2.The courier service must be aware of the importance the GS/OAS ascribes to the official business mail from the Missions. The GS/OAS has the competence to run those documents and printed matters in a timely and reliable fashion.

1.3.The Office of Procurement Services (“OPS”) of the GS/OAS is soliciting price proposals from qualified contractors to provide courier services between the GS/OAS and the various missions, located in the Washington, D.C. area.

II.SELECTION PROCESS

2.1.The specifications and requirements contained in this document constitute a Request for Proposal (“RFP”) from the GS/OAS. This RFP does not in any manner whatsoever constitute a commitment or obligation on the part of GS/OAS to accept any proposal, in whole or in part, received in response to this RFP, nor does it constitute any obligation by GS/OAS to acquire any services or goods.

2.2Interested firms are invited to submit their bid proposal for review and consideration. The written proposal from each firm will be evaluated by the Contract Awards Committee (“CAC”) of the GS/OAS. As a result, certain firms may be asked to present and discuss their qualifications and their proposal with the CAC.

2.3The GS/OAS reserves the right to reject any or all bid proposals, to award partial bids, and to make an award of contract to other than the lowest bidder. The GS/OAS further reserves the right to accept the lowest bid proposal without additional written or oral negotiations with other bidders.

2.4The GS/OAS may choose one of the firms responding to this request for bids or GS/OAS may decide that none of the responses are suitable. The GS/OAS may choose to negotiate the terms, conditions and deliverables of the Contract with the firm that, in the opinion of GS/OAS, can most effectively do so.

III.SPECIFICATIONS

3.1The winning bidder (hereinafter referred to as the “Contractor”) shall comply with the following specifications:

3.1.1.Daily pick-up of documents, after 1:30PM, from the GS/OAS Distribution Office, located at 17thSt.and Constitution Ave.,NW, Washington, D.C., and delivery to all GS/OAS Member States Missions (“short run”). On Wednesdays and Fridays, documents shall be delivered to all Missions (GS/OAS Member States and Permanent Observer States Mission) (“long run”). (See Attachment I, attached hereto)

3.1.2.Daily pick-up of any official mail from the various Missions addressed to the GS/OAS, and deliver it along with reportsto the GS/OAS Messenger Center, located at1889 F Street; NW, Washington, D.C.

3.1.3.If the GS/OAS has no items to be delivered on any specific day: (i) the GS/OAS will officially cancel the delivery; and,(ii) the Contractor will provide GS/OAS proper credit forthedays on which there were no items to be delivered. The time frame for cancellation of delivery will be decided upon contract award.

3.1.4.Contractor will provide services for any emergency delivery only when requested by a duly authorized staff member of the GS/OAS’ Office of Conferences and Meetings.

3.1.5.The GS/OAS Distribution Office will packagedocuments in manila envelopes measuring 8x12 or 8x16 inches, and will sortthe documents by pre-arranged routes “A” and “B”. (See Attachment I, hereto). The GS/OAS will place the containers with the package documents in thelocation designatedby the GS/OAS for pick-up by the Contractor.

3.1.6.The weight of each envelopewill vary according to the number and the size of the documents contained therein.

3.1.7.There will be no pick-up or delivery services on GS/OAS official holidays. (SeeAttachment II, attached hereto.)

3.1.8.The Contractor is not required to have security clearance, be bilingual, or wear uniforms, but it is highly recommended that persons working for the Contractor who must interact with the diplomatic communitycomport themselves accordingly. The OAS Missions with such requirements have instituted their own delivery and pick-up system.

IV.PROPOSAL INSTRUCTIONS

4.1Bidders shall bear any and all costs or expenses associated with or incurred in the formulation or development of a proposal in response to this RFP.

4.2.GS/OAS' CAC shall review, evaluate, and compare all Bid Proposals according to, but not necessarily limited to, the following criteria:

  1. Bidder's Technical Proposal meets or exceeds the RFP requirements.
  2. Bidder's approach, thoroughness, and completeness of the Proposal.
  3. Bidder’s financial stability.
  4. Bidder’s references.
  5. Price.

V.DOCUMENTS TO BE PRESENTED BY BIDDERS

Bidders should present the following documents with their proposal:

5.1A copy of the company’s Business License and/or Certificate of Incorporation.

5.2A copy of the company’s last two (2) audited financial statements. These financial documents should be signed by the Chief Financial Officer of the company.

5.3A minimum of five (5) references from entities to which similar services were provided during the last five (5) years. These references should include: the name of the company, contact person, telephone and fax numbers, and e-mail address.

5.4Complete Bid Price Proposal based on the specifications listed in Section III, above, and Attachments I and II.

5.5Bid Price Proposals must be valid for at least ninety (90) calendar days as of the closing date of this RFP. This must be stated on the Bid Price Proposal.

5.6Bidders must submit detailed specifications of the items and services offered.

5.7The GS/OAS may submit, in writing, any questions or requests to the Bidders for more information regarding the company or the bidding documents anytime throughout the bidding and selection process

VI.BIDDERS’ QUESTIONS

6.1Bidders may submit any questions or requests for more information regarding the specifications and/or the proposal submittal in a written format to Ms. Pamela A. Mumuni by e-mail: with a copy to Ms. Marcella Haugaard at and to Mr. Raul Plata at , or via fax at (202) 458-6401. These questions should be submitted no later than 3 days prior to the Bid closing date. All answers will be released in writing to all Bidders.

VII.REQUEST FOR PROPOSAL – CLOSING DATE AND TIME

7.1Proposals may be submitted in hard copy [one (1) original and seven (7) copies]. The envelope containing Bidder’s Proposal shall be labeled "GS/OAS, BID No. 06/06 – COURIER SERVICES - DO NOT OPEN”, along with the bidding company’s name for identification purposes.

7.2The Proposal shall be delivered to:

The General Secretariat of the Organization of American States

Office of Procurement Services

GeneralSecretariatBuilding,

1889 F Street, N.W., 4th Floor,

Washington, D.C.20006

7.3Bid Proposals submitted in sealed envelopes must be received by the GS/OAS, no later than June 2,2006. Late responses shall not be accepted.

7.4Bid Proposals submitted by e-mail or by facsimile (fax # 202-458-6401) must be received at: ,, and no later than June 2, 2006. Late responses shall not be accepted. Bid Proposals submitted by e-mail should be sent in PDF format.

7.5Bid Proposals submitted without the required information shall be considered incomplete and are subject to disqualification.

VIII.INSURANCE

8.1.For the duration of this Contract, Contractor shall purchase and maintain in a company or companies, to which the GS/OAS has no reasonable objection, such insurance as will protect the Contractor, the GS/OAS, the OAS, from claims set forth below, which may arise from operations under this Contract by the Contractor or by a subcontractor of the Contractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts they may be liable. The Contractor is required to carry insurance with limits equal to or greater than those set forth in the Table below:

Commercial General Liability / $1,000,000 Personal/Bodily Injury
$1,000,000 Each Occurrence
$2,000,000 Products/Completed Operations Aggregate
$2,000,000 General Aggregate, per premises aggregate
Business Automobile / $1,000,000 Each Accident
Worker's Compensation / Statutory Limits or $500,000, whichever is greater, based on the benefits levels of the deemed state of hire
Employer's Liability / $1,000,000 Bodily Injury by Accident Per Employee
$1,000,000 Bodily Injury by Disease Per Employee
$1,000,000 Bodily Injury by Disease Policy Limit
Umbrella/Excess Liability / $10,000,000 Each Occurrence
$10,000,000 Aggregate, per Project

8.2.Contractor shall name the GS/OAS as an additional insured under such policies, and shall provide the GS/OAS with a certificate evidencing the above insurance coverage. Contractor shall require all subcontractors to have insurance having the same or similar coverage as that specified above.

Contractor’s liability insurance shall include contractual liability insurance sufficient to cover Contractor’s obligations under Subparagraph 4.1., above.

IX.METHOD OF PAYMENT

9.1Payment shall be made on a monthly basis upon presentation of actual invoices

X.DUE DILIGENCE AND INFORMATION ON THE CONTRACT

10.1By submitting a Bid Proposal, the Bidder represents and warrants that s/he has studied and is thoroughly familiar with the requirements and specifications of this Contract in their entirety. This includes the Contract Documents attached to the Bid Invitation, with all current equipment, labor, material market conditions, and applicable laws, such that the Bidder accepts responsibility for and is prepared to execute and shall completely fulfill any obligations under this Contract. The Bidder also accepts that s/he will not make any claim for or have any right to damages because of any misinterpretation or misunderstanding of the Contract, or because of any information which is known or should have been known to the Bidder.

XI.SETTLEMENT OF DISPUTES

11.1.If any controversy, claim or dispute arises between the Contractor and the GS/OAS which is related in any way to the performance or interpretation of the Contract, or any breach thereof, or concerns any other matter in connection with the Contract which cannot be settled by amicable agreement, then upon either Party giving written notice of the difference or dispute to the other, the matter shall be resolved by submitting the matter to the American Arbitration Association for final and binding arbitration in accordance with the rules and procedures of the Inter-American Commercial Arbitration Commission and the law applicable to the substance of the dispute which shall be the law of the District of Columbia, USA. The language of the arbitral proceedings shall be English, and the place of arbitration shall be Washington, D.C., USA. The award rendered by the arbitration shall be final and binding upon the parties. Provided, however, that the Parties will first attempt to settle disputes by mediation before resorting to arbitration. When a dispute is taken to mediation, both Parties shall make a good faith effort to settle the dispute.

XII.DATA INFORMATION USAGE

12.1The Contractor shall be held liable for improper or incorrect use of the data collected or information contained as a result of this bid proposal. The data and related information are legal documents and are intended to be used as such. The Contractor shall give an express warranty, express as to the accuracy, reliability, utility or completeness of the information collected.

XIII.PRIVILEGES AND IMMUNITES

13.1Nothing in the Contract shall constitute an agreement or waiver by the OAS, the GS/OAS, or their personnel of their Privileges and Immunities under the OAS Charter, the laws of the United States of America, or international law.

13.2Contractor is not entitled to any of the exemptions, privileges or immunities, which the GS/OAS may enjoy arising from GS/OAS’ status as a public international organization.

XIV.TAX EXEMPTION

14.1The GS/OAS, as a public international organization, is exempt from all sales and use taxes imposed by the United States Federal Government, the District of Columbia, the Commonwealth of Virginia, and the State of Maryland.

XV.PERFORMANCE CONTRACT (“CPR”)

15.1Attached is a sample of the GS/OAS Performance Contract (“CPR”). (See Attachment III, attached hereto). Please read all of the provisions in the sample Contract prior to submitting your Bid Proposal. The GS/OAS shall assume that your company fully accepts all of the contract provisions, unless otherwise specifically stated to the contrary in your Bid Proposal.

ATTACHMENT I

LIST OF PERMANENT MISSION

OAS MEMBER STATES

PERMANENT MISSION OF
ARGENTINA TO THE OAS
1816 CORCORAN ST NW
WASHINGTON DC20009 B / PERMANENT MISSION OF
BOLIVIA TO THE OAS
1620 I ST NW S-703
WASHINGTON DC 20006B
PERMANENT MISSION OF
BRAZIL TO THE OAS
2600 VIRGINIA AVE NW S-412
WASHINGTON DC 20037 A / PERMANENT MISSION OF
CHILE TO THE OAS
2000 L STREET NW S-720
WASHINGTONDC 20036A
PERMANENT MISSION OF
COLOMBIA TO THE OAS
1609-22ND STREET NW
WASHINGTON DC 20008B / PERMANENT MISSION OF
COSTA RICA TO THE OAS
2112 S STREET NW 3RD FL
WASHINGTON DC 20008B
PERMANENT MISSION OF
THE DOMINICAN REPUBLIC
TO THE OAS
1715-22ND STREET NW
WASHINGTON DC 20008B / PERMANENT MISSION OF
ECUADOR TO THE OAS
2535-15TH STREET NW
WASHINGTON DC 20009B
PERMANENT MISSION OF
EL SALVADOR TO THE OAS
1211 CONNECTICUT AVE NW SUITE 401
WASHINGTON DC 20036 B / PERMANENT MISSION OF
GUATEMALA TO THE OAS
1507-22ND STREET NW
WASHINGTON DC 20036A
PERMANENT MISSION OF
HAITI TO THE OAS
2311 MASSACHUSETTS AVE NW
WASHINGTONDC 20008A / PERMANENT MISSION OF
HONDURAS TO THE OAS
5100 WISCONSIN AVE NW S-403
WASHINGTON DC 20016A
PERMANENT MISSION OF
MEXICO TO THE OAS
2440 MASSACHUSETTS AVE NW
WASHINGTON DC 20008A / PERMANENT MISSION OF
NICARAGUA TO THE OAS
1627 NEW HAMPSHIRE AVE NW
WASHINGTON DC 20009 B
PERMANENT MISSION OF
PANAMA TO THE OAS
2201 WISCONSIN AVE NW S-240
WASHINGTON DC 20007 A / PERMANENT MISSION OF
PARAGUAY TO THE OAS
2022 CONNECTICUT AVE NW
WASHINGTON DC 20008B
PERMANENT MISSION OF
PERU TO THE OAS
1901 PENNSYLVANIA AVE NW S-402
WASHINGTON DC 20006A / PERMANENT MISSION OF
URUGUAY TO THE OAS
2801 NEW MEXICO AVE NW S-1210
WASHINGTON DC 20007A
PERMANENT MISSION OF
VENEZUELA TO THE OAS
1099-30TH STREET NW 2ND FL
WASHINGTON DC 20007 A / PERMANENT MISSION OF
ANTIGUA AND BARBUDA TO THE OAS
3216 NEW MEXICO AVE NW
WASHINGTON DC 20016 A
PERMANENT MISSION OF
THE BAHAMAS TO THE OAS
2220 MASSACHUSETTS AVE NW
WASHINGTON DC 20008 A / PERMANENT MISSION OF
BARBADOS TO THE OAS
2144 WYOMING AVE NW
WASHINGTON DC 20008B
PERMANENT MISSION OF
BELIZE TO THE OAS
2535 MASSACHUSETTS AVE NW
WASHINGTON DC 20008A / PERMANENT MISSION OF
CANADA TO THE OAS
501 PENNSYLVANIA AVE NW
WASHINGTON DC 20001 B
PERMANENT MISSION OF
DOMINICA TO THE OAS
3216 NEW MEXICO AVE NW
WASHINGTON DC 20016 A / PERMANENT MISSION OF
GRENADA TO THE OAS
1701 NEW HAMPSHIRE AVE NW
WASHINGTON DC 20009 B
PERMANENT MISSION OF
GUYANA TO THE OAS
2490 TRACY PLACE NW
WASHINGTON DC 20008 B / PERMANENT MISSION OF
JAMAICA TO THE OAS
1520 NEW HAMPSHIRE AVE NW
WASHINGTON DC 20036B
PERMANENT MISSION OF
SAINT KITTS AND NEVIS TO THE OAS
3216 NEW MEXICO AVE NW
WASHINGTON DC 20016A / PERMANENT MISSION OF
SAINT LUCIA TO THE OAS
3216 NEW MEXICO AVE NW
WASHINGTON DC 20016 A
PERMANENT MISSION OF
ST VINCENT AND THE GRENADINES
3216 NEW MEXICO AVE NW
WASHINGTON DC 20016A / PERMANENT MISSION OF
SURINAME TO THE OAS
4301 CONNECTICUT AVE NW S-462
WASHINGTON DC 20008 B
PERMANENT MISSION OF
TRINIDAD AND TOBAGO TO THE OAS
1708 MASSACHUSETTS AVE NW
WASHINGTONDC 20036 B

LIST OF OAS PERMANENT OBSERVER MISSIONS

PERMANENT OBSERVER MISSION OF
ALGERIA TO THE OAS
2118 KALORAMA RD NW
WASHINGTON DC 20008 B / PERMANENT OBSERVER MISSION OF
ANGOLA TO THE OAS
2108-16TH STREET NW
WASHINGTON DC 20009 B
PERMANENT OBSERVER MISSION OF
AUSTRIA TO THE OAS
3524 INTERNATIONAL CT NW
WASHINGTON DC 20008 B / PERMANENT OBSERVER MISSION OF
BELGIUM TO THE OAS
3330 GARFIELD ST NW
WASHINGTON DC 20008A B
PERMANENT OBSERVER MISSION OFBOSNIA AND HERZEGOVINA
TO THE OAS
2109 E STREET NW
WASHINGTON DC 20037A / PERMANENT OBSERVER MISSION OFBULGARIA TO THE OAS
1621 22ND STREET NW
WASHINGTON DC 20008 B
PERMANENT OBSERVER MISSION OF
CROATIA TO THE OAS
2343 MASSACHUSETTS AVE NW
WASHINGTON DC 20008 A / PERMANENT OBSERVER MISSION OFCYPRUS TO THE OAS
2211 R STREET NW
WASHINGTON DC 20008 B
PERMANENT OBSERVER MISSION OF
THE CZECH REPUBLIC TO THE OAS
3900 SPRING OF FREEDOM ST NW
WASHINGTON DC 20008B / PERMANENT OBSERVER MISSION OF
DENMARK TO THE OAS
3200 WHITEHAVEN ST NW
WASHINGTON DC 20008A
PERMANENT OBSERVER MISSION OF
EGYPT TO THE OAS
3521 INTERNATIONAL COURT NW
WASHINGTON DC 20008 B / PERMANENT OBSERVER MISSION OF EQUATORIAL GUINEA TO THE OAS
2020-16TH STREET NW
WASHINGTON DC 20009 B
PERMANENT OBSERVER MISSION OF
THE EUROPEAN UNION TO THE OAS
2300 M STREET NW SUITE 300
WASHINGTON DC 20037A / PERMANENT OBSERVER MISSION OFFINLAND TO THE OAS
3301 MASSACHUSETTS AVE NW
WASHINGTON DC 20008A
PERMANENT OBSERVER MISSION OF
FRANCE TO THE OAS
4911 LOUGHBORO RD NW
WASHINGTON DC 20016A / PERMANENT OBSERVER MISSION OF
GERMANY TO THE OAS
4645 RESERVOIR RD NW
WASHINGTON DC 20007A
PERMANENT OBSERVER MISSION OF
GHANA TO THE OAS
3512 INTERNATIONAL DR NW
WASHINGTON DC 20008 B / PERMANENT OBSERVER MISSION OF
GREECE TO THE OAS
2221 MASSACHUSETTS AVE NW
WASHINGTON DC 20008A
PERMANENT OBSERVER MISSION OF
THE HOLY SEE TO THE OAS
3339 MASSACHUSETTS AVE NW
WASHINGTON DC 20008 A / PERMANENT OBSERVER MISSION OF
HUNGARY TO THE OAS
3910 SHOEMAKER ST NW
WASHINGTON DC 20008B
PERMANENT OBSERVER MISSION OF
INDIA TO THE OAS
2107 MASSACHUSETTS AVE NW
WASHINGTON DC 20008 A / PERMANENT OBSERVER MISSION OF IRELAND TO THE OAS
2234 MASSACHUSETTS AVE NW
WASHINGTON DC 20008A
PERMANENT OBSERVER MISSION OFITALY TO THE OAS
3000 WHITEHAVEN ST NW
WASHINGTON DC 20008 A / PERMANENT OBSERVER MISSION OFJAPAN TO THE OAS
2520 MASSACHUSETTS AVE NW
WASHINGTON DC 20008 A
PERMANENT OBSERVER MISSION OF
KAZAKHSTAN TO THE OAS
1401-16TH STREET NW
WASHINGTON DC 20036 B / PERMANENT OBSERVER MISSION OF
THE REPUBLIC OF KOREA TO THE OAS
2450 MASSACHUSETTS AVE NW
WASHINGTON DC 20008 A
PERMANENT OBSERVER MISSION OF THELATVIA TO THE OAS
2306 MASSACHUSETTS .AVE. NW
WASHINGTONDC 20011 A / PERMANENT OBSERVER MISSION OF
LEBANON TO THE OAS
2560-28TH STREET NW
WASHINGTON DC 20008 B
PERMANENT OBSERVER MISSION OF
THE KINGDOM OF MOROCCO
TO THE OAS
1601-21ST STREET NW
WASHINGTON DC 20009 A / PERMANENT OBSERVER MISSION OF
THE NETHERLANDS TO THE OAS
4200 LINNEAN AVE NW
WASHINGTON DC 20008 B
PERMANENT OBSERVER MISSION OF
NORWAY TO THE OAS
2720-34TH STREET NW
WASHINGTON DC 20008 A / PERMANENT OBSERVER MISSION OF
PAKISTAN TO THE OAS
3517 INTERNATIONAL COURT NW
WASHINGTON DC 20008B
PERMANENT OBSERVER MISSION OF
THE PHILIPPINES TO THE OAS
1600 MASSACHUSETTS AVE NW
WASHINGTON DC 20036 B / PERMANENT OBSERVER MISSION OF
POLAND TO THE OAS
2640-16TH STREET NW
WASHINGTON DC 20009B
PERMANENT OBSERVER MISSION OF
PORTUGAL TO THE OAS
2012 MASSACHUSETTS.NW
WASHINGTON DC 2008 A / PERMANENT OBSERVER MISSION OF
ROMANIA TO THE OAS
1607-23RD STREET NW
WASHINGTON DC 20008 A
PERMANENT OBSERVER MISSION OF
THE KINGDOM OF SAUDI ARABIA TO THE OAS
601 NEW HAMPSHIRE AVE NW
WASHINGTON DC 20037A / PERMANENT OBSERVER MISSION OF
SRI LANKA TO THE OAS
2148 WYOMING AVE NW
WASHINGTON DC 20008B
PERMANENT OBSERVER MISSION OF
SWEDEN TO THE OAS
1501 M Street NW
WASHINGTON DC 20005 B / PERMANENT OBSERVER MISSION OF
SWITZERLAND TO THE OAS
2900 CATHEDRAL AVE NW
WASHINGTON DC 20008 B
PERMANENT OBSERVER MISSION OF
THE KINGDOM OF THAILAND TO THE OAS
1024 WISCONSIN AVE NW
WASHINGTON DC 20007 A / PERMANENT OBSERVER MISSION OF
TUNISIA TO THE OAS
1515 MASSACHUSETTS AVE NW
WASHINGTON DC 20005 B
PERMANENT OBSERVER MISSION OF
TURKEY TO THE OAS
2525 MASSACHUSETTS AVE NW
WASHINGTON DC 20008A / PERMANENT OBSERVER MISSION OF
THE UKRAINE TO THE OAS
3350 M STREET NW
WASHINGTON DC 20007A
PERMANENT OBSERVER MISSION OF
THE UNITED KINGDOM TO THE OAS
3100 MASSACHUSETTS AVE NW
WASHINGTON DC 20008A / PERMANENT OBSERVER MISSION OF
YEMEN TO THE OAS
2319 WYOMING AVE NW
WASHINGTON DC 20008 B
PERMANENT OBSERVER MISSION OF
AZERBAIJAN TO THE OAS
2741-34th STREET NW
WASHINGTON DC 20008A / PERMANENT OBSERVER MISSION OF ARMENIA TO THE OAS
2225 R STREET NW
WASHINGTON DC 20008 B
PERMANENT OBSERVER MISSION OF
ESTONIA TO THE OAS
2131 MASSACHUSETTS AVENUE NW
WASHINGTON DC 20008B / PERMANENT OBSERVER MISSION
OF THE SLOVAKREPUBLICTO THE OAS
3523 INTERNATIONAL COURT, NW
WASHINGTON, DC20008 B
PERMANENT OBSERVER MISSION
OF GEORGIA TO THE OAS
1101 15 TH ST, NW SUITE 602
WASHINGTON, DC20005B / PERMANENT OBSERVER MISSION OF
SERBIA AND MONTENEGRO
TO THE OAS
2134 KALORAMA ROAD,NW
WASHINGTON,DC20008- B
PERMANENT OBSERVER MISSION
STATE OF QATAR TO THE OAS
4200 WISCONSIN AVE,SUITE 200
WASHINGTON, D.C.20016 A / PERMANENT OBSERVER MISSION OF
REPUBLIC OF SLOVENIATO THE OAS
1525 NEW HAMPSHIRE AVE. N.W.
WASHINGTON, D.C.20036 B
PERMANENT OBSERVER MISSION OF REPUBLIC OF NIGERIA TO THE OAS
3519 INTERNATIONAL COURT N.W.
WASHINGTON, D.C.20008B / PERMANENT OBSERVER MISSION OF
LUXEMBOURG
2200 MASSACHUSETTS AVE., N.W.
WASHINGTON, D.C.
PERMANENT OBSERVER MISSION OF
THE PEOPLE’S REPUBLIC OF CHINA
TO THE OAS
2300 CONNECTICUT AVE NW
WASHINGTON DC 20008 B / PERMANENT OBSERVER MISSION OFISRAEL TO THE OAS
3514 INTERNATIONAL DR NW
WASHINGTON DC 20008

ATTACHMENT II