The Sources Sought number is FA489719S0113 and shall be used to reference any written responses to this source sought.
Mountain Home Air Force Base, ID anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 511210. The size standard for NAICS is $38,500,000.00.
The requirement is to provide: Brand Name or equal - Brazos eCitation
Salient Characteristics:
QTY - 2 - SAC-TC7X-4BTYPP / Zebra EVM, TC7X, 4 Slot Battery Charger
QTY - 1 - CRD-TC7X-SE5EU1-01 / Zebra EVM, TC7X, 5 Bay Ethernet Cradle
QTY - 1 - CBL-DC-382A1-01 / Zebra EVM, TC7X, MC67, US DC Line Cord, Multi-Slot CRD
QTY - 2 - PWR-BGA12V50W0WW / Zebra EVM, TC7X, Power Supply for Battery Charger
QTY - 1 - PWR-BGA12V108W0WW / Zebra EVM, TC7X, Power Supply, Multi-Slot CRD
QTY - 2 - CBL-DC-375A1-01 / Zebra EVM, US DC Line Cord for Battery Charger
QTY - 2 - AC18177-5 / Zebra, ZQ500/RW QUAD Battery Charger
QTY - 5 - P1031365-059 / Zebra, ZQ520, Battery
QTY - 2 - LD-R4KN5B / Zebra, ZQ520/RW420, Paper, 36 rolls per case
QTY - 5 - ZQ52-AUE0000-00 / Zebra, Printer, ZQ520
QTY - 3 - 23844-00-00R / Zebra EVM, US AC Line Cord, grounded
QTY - 5 - BTRY-TC7X-46MAH / Zebra EVM, TC7X Battery
QTY - 5 - Z1AE-TC75XX-5C00 / Zebra EVM, Warranty, TC75, 5 year
QTY - 5 - TC75EK-2MB22AB-US / Zebra EVM, TC75X, w/GMS
Performance Work Statement (PWS) is attached.
Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, and any related specifications/drawings.
We are interested in any size business that is capable of meeting this requirement.
Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.
All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort.
NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER!
Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.
Responses may be submitted electronically to the following e-mail address: [email protected]. Telephone responses will not be accepted.
RESPONSES ARE DUE NO LATER THAN WEDNESDAY 24 APRIL 2019 @ 2 PM MST.
Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through FedBizOpps. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.