Foreign Military Sales (FMS) Brand Name Only PacStar Networking Equipment
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. Army Contracting Command-Aberdeen Proving Ground (ACC-APG) is soliciting quotes for Brand Name PacStar Networking Equipment under a Combined Synopsis/Solicitation (RFQ). This procurement supports Foreign Military Sales (FMS) Case BU-B-UCL for military operations in Bulgaria. This is a 100% Small Business Set-Aside. Quotes are due by April 3, 2026, 10:00 AM EST.
Scope of Work
The requirement is for Commercial-Off-The-Shelf (COTS) PacStar networking hardware, specifically:
- 38 units of PacStar 447 with Cisco Blackheart ESR
- 38 units of PacStar Small Form Factor Gig-E Switches
- 19 units of Core Xeon E Processors
- 19 units of KG250XS Sleds
- 19 units of 50W Chassis, 5 Slot No services are required. The equipment is brand-name only due to critical operational compatibility, security, and cost/delay risks associated with alternative systems, as detailed in the Justification and Approval document.
Contract Details & Requirements
- Contract Type: Firm Fixed-Price (FFP)
- Set-Aside: 100% Small Business Set-Aside
- NAICS Code: 334290 "Other Communications Equipment Manufacturing" (Size Standard: 800 employees)
- Place of Delivery: Sterling, VA (FOB Origin, Inspection and Acceptance at Offeror's Facility)
- Delivery: Offerors must propose a delivery date for all CLINs, with the government requiring delivery as soon as possible.
- Compliance: Offerors must be registered in SAM, provide completed FAR provisions 52.212-3, 52.204-24, and 52.204-26. A Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) is mandatory, and CMMC Unique Identifiers (UIDs) from SPRS must be provided with the quote. Additional requirements include compliance with MIL-STD for IUID, packaging (ASTM D 3951-18, MIL-STD-129R, ISPM 15 for WPM), safety engineering (MIL-STD-882E), and security/OPSEC protocols. DFARS 252.225-7043 applies for foreign country performance.
Evaluation & Award
Award will be made to the responsible offeror whose quote conforms to the solicitation requirements, based on a Lowest Priced Technically Acceptable (LPTA) approach. Evaluation factors include:
- Cost/Price: Based on the total proposed price for CLINs 0001-0005.
- Technical: Ability to meet specifications in the solicitation and Statement of Work (SOW).
- Past Performance: Reviewed via CPARS and other sources. Technical and Past Performance, when combined, are approximately equal to Cost/Price. The Government intends to award without discussions, so initial offers should contain the best terms.
Key Dates
- Questions Due: March 27, 2026, 10:00 AM EST
- Quotes Due: April 3, 2026, 10:00 AM EST
- Anticipated Award: No later than July 8, 2026
Contact Information
Naomi Cross, Contract Specialist, naomi.cross2.civ@army.mil