F5 VELOS SYSTEM & ASSOCIATED SERVICES FOREIGN MILITARY SALES CASE
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 Department of the Army is soliciting proposals for F5 VELOS Systems and Associated Services under a Foreign Military Sales (FMS) case (CO-B-VHH) for Colombia. This Total Small Business Set-Aside opportunity seeks commercial items and services, including VELOS hardware, FIPS licenses, OCONUS consulting, and extended service agreements. The contract will be a single Firm Fixed Price (FFP) award, evaluated using the Lowest Price Technically Acceptable (LPTA) method. Proposals are due by Noon EST on February 28, 2026.
Scope of Work
The requirement includes both commercial items and services:
- Hardware: Two (2) F5 VELOS Chassis (Part Number: F5-VEL-LTM-CX410-AC), four (4) F5 VELOS Blades (Part Number: F5-VEL-LTM-BX110), and four (4) Velos FIPS Licenses. All hardware must be new production and the latest configuration.
- Services:
- Up to 80 hours of OCONUS Consulting Support for the F5 VELOS environment, including operational assistance, configuration, troubleshooting, design, and advanced feature guidance, to be performed in or near Bogota, Colombia. Travel and Living Expenses are included.
- Three-year extended service agreements for the VELOS Chassis, Blades, and Add-on components, providing 24-hour availability, remote assistance, proactive support, advance RMA replacement, and iRules script assistance.
Contract Details
- Contract Type: Single Firm Fixed Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 52.219-6)
- NAICS Code: 561439 (Other Business Service Centers)
- PSC Code: R499 (Other Professional Services)
- Delivery Term: Free on Board (FOB) Origin. The Government (DCMA) is responsible for pickup and transportation from the contractor's facility. Contractors shall NOT ship the material.
- Warranty: A no-cost warranty covering workmanship and materials for a minimum of one (1) year following hardware acceptance by the U.S. Government is required. This warranty must extend to the customer country if it's a commercial warranty not typically effective outside CONUS. A 60-day turn-around time for repairs is mandated.
Evaluation and Submission
- Evaluation Method: Lowest Price Technically Acceptable (LPTA).
- Technical Acceptability: Offerors must submit a detailed technical proposal demonstrating how their commercial products meet all salient characteristics defined in the Performance Work Statement (PWS) paragraphs 3.1.1, 3.1.2, 3.1.3, 3.2.1, 3.2.2, 3.2.3, and 3.2.4. Proposals must include adequate sales history, address all Contract Data Requirements Lists (CDRLs), and confirm CONUS-based warehouse capability. Proposals merely restating PWS requirements or consisting solely of OEM data sheets without narrative will be deemed unacceptable. No assumptions, terms, conditions, caveats, or exceptions are permitted.
- Price: Total price for all line items will be evaluated for reasonableness.
- Proposal Requirements: Include solicitation number, authorized letter (with FEIN, CAGE, DUNS), business size, schedule of offered items (with pricing), FAR 52.212-3 Representations and Certifications, acknowledgement of amendments, proof of current SAM and WAWF registration, warranty terms, and an affirmative statement of agreement to all solicitation terms.
- Submission Deadline: Noon EST on Friday, February 28, 2026.
- Submission Method: Email proposals and attachments to andrew.w.kelly.civ@army.mil.
Additional Notes
The Government intends to award without discussions but reserves the right to hold them. Offerors are responsible for full compliance with all terms and provisions. The document also provides information regarding the Army Contract Writing System (ACWS) transition.