Travel Kit Enclosures
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The United States Transportation Command (USTRANSCOM) is soliciting quotes for Travel Kit Enclosures, specifically for Shield Enclosure Air Frame TFBS-System and its supporting components. This is a Firm Fixed Price (FFP) contract, with quotes due by March 20, 2026, at 13:00:00Z. The requirement is restricted to Original Equipment Manufacturers (OEMs) and their Authorized Resellers.
Scope of Work
This procurement, under PSC 5810 (Communications Security Equipment and Components) and NAICS 334310 (Audio and Video Equipment Manufacturing), includes:
- Intelligent Devices: MS99-MX-6C Maxwell six Talker Compact System w/ Travel Case (2 units)
- TFBS-091207-S-00-SYS Shield Enclosure AIR Frame TFBS-4-System (2 units)
- SECAIR-08-02 SECAIR Environmental System 8000 BTU with Travel Case (4 units)
- MX-T8-VS1 Maxine third generation travel eight Speech Masking System (2 units)
- Shipping and Insurance to Scott AFB Base, IL 62225-5357
Delivery is required within 90 calendar days from the date of award, FOB Destination to Scott AFB, IL.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: Unrestricted, but restricted to OEM or Authorized Resellers
- PSC: 5810 – Communications Security Equipment and Components
- NAICS: 334310 – Audio and Video Equipment Manufacturing
- Administered By: USTRANSCOM-AQ
Submission & Evaluation
Quotes must be submitted via email to Meggan DeBrobander (meggan.a.debrobander.civ@mail.mil) and Jordan Gerdes (jordan.m.gerdes.civ@mail.mil). Evaluation will follow a Lowest Price Technically Acceptable (LPTA) source selection process. Offerors must meet all technical requirements and provide pricing for all Contract Line Item Numbers (CLINs). Quotes must remain valid for at least 60 days.
Key Updates & Requirements
- Due Date Extension: The quote due date was extended to March 20, 2026.
- Brand Name Restriction: This requirement is restricted to the Original Equipment Manufacturer (OEM) and their Authorized Resellers. Documentation certifying authorized reseller status must be provided with the quote.
- Buy American Act: FAR 52.225-1 (Buy American-Supplies Deviation) and FAR 52.225-2 (Buy American Certificate) have been added.
- SAM Registration: Offerors must have a current and accurate SAM registration.
- NIST SP 800-171: The requirement for a NIST SP 800-171 assessment has been removed.
- HUBZone Preference: A 10% price evaluation preference for HUBZone Small Business Concerns is included, unless waived.
Point of Contact
- Meggan DeBrobander, Contracting Officer: meggan.a.debrobander.civ@mail.mil
- Jordan Gerdes, Contract Specialist: jordan.m.gerdes.civ@mail.mil