Supply of MyDevices LoraWAN Sensors and Field Tester for U.S. Embassy Harare, Zimbabwe
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 U.S. Department of State, U.S. Embassy Harare, is soliciting quotations for the supply of MyDevices LoRaWAN Sensors and a Field Tester for its facilities in Harare, Zimbabwe. The U.S. Government intends to award a firm-fixed price purchase order/contract to the responsible company submitting the lowest priced, acceptable offer. Quotations are due by March 20, 2026, at 1700hrs.
Scope of Work
This opportunity requires the supply and delivery of LoRaWAN Sensors and a Field Tester. All prices must be in USD and include labor, materials, overhead, profit, and transportation, with Value Added Tax (VAT) priced as a separate line item. Delivery is expected within 14 days of order placement to the U.S. Embassy in Harare, Zimbabwe, or the U.S. Dispatch Agent at 2 Lorraine Drive, Bluffhill, Harare, Zimbabwe, during specified hours (0800-1600hrs).
Contract & Timeline
- Contract Type: Indefinite-quantity, indefinite-delivery purchase order/contract with firm-fixed price delivery orders.
- Set-Aside: None specified; however, various small business set-aside clauses are incorporated by reference, indicating potential eligibility requirements.
- Proposal Due: March 20, 2026, at 1700hrs (Harare time).
- Published: March 10, 2026.
- Delivery: Within 14 days of order placement.
Submission & Evaluation
Quotations must be submitted electronically in English to HarareGSOProcurement@state.gov. Accepted file formats include MS-Word, MS-Excel, or Adobe Acrobat (PDF), with a 30MB per email limit. Required documents include the SF-1449, Section I (Pricing), Section 5 (Representations and Certifications), and any additional information specified in Section 3 of the solicitation. Incomplete proposals will not be accepted. Award will be made to the lowest priced, acceptable, and responsible quoter. Acceptability will be determined by compliance with RFQ terms, while responsibility will be assessed based on FAR 9.1 requirements, including financial resources, ability to perform, integrity, and experience.
Eligibility
Offerors must be registered in the System for Award Management (SAM) database prior to submitting an offer.