Synopsis/Solicitation W91CRB25C5071

SOL #: SynopsisSolicitationW91CRB25C5071Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-APG
ABERDEEN PROVING GROU, MD, 21005-5001, United States

Place of Performance

Place of performance not available

NAICS

Other Computer Related Services (541519)

PSC

Communications Security Equipment And Components (5810)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 4, 2026
2
Last Updated
Feb 26, 2026
3
Submission Deadline
Mar 6, 2026, 5:00 PM

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 a 100% Small Business Set-Aside contract to procure IT and networking equipment for the Royal Hashemite Kingdom of Jordan's Armed Forces (JAF). This Firm Fixed Price (FFP) contract, under Foreign Military Sales (FMS) case JO-B-YDM, aims to enhance Jordan's Command, Control, Communications, Computers, and Intelligence, Surveillance, and Reconnaissance (JC4ISR) capability. Proposals are due by Noon EST on March 6, 2026.

Scope of Work

The contractor will provide comprehensive program management and procure new, unused Information Technology (IT) equipment. This includes specific quantities of:

  • Networking Equipment: C8300 Routers (8), C8200 Routers (100), C9200 Switches (100), Networking Modules (100).
  • End-User Devices: Desktop Computers (200), Monitors (200), Laptop Computers (100), External USB DVD ROMs (100).
  • Peripherals: Enterprise Laser Printers (150), Multifunction All-in-One Printers (50), ADF Scanners (50). The overall objective is to integrate design and equipment enhancements with existing capabilities and improve interoperability within Jordanian defense systems.

Key Requirements

All hardware must be Trade Agreements Act (TAA) compliant and compatible with Jordanian power standards (230V, 50Hz, BS 1363 plugs). Keyboards must include Arabic lettering, with dual Western/Arabic keyboards being acceptable. A three-year Original Equipment Manufacturer (OEM) warranty is required for all hardware, valid and serviceable at the end-user's location in Jordan. The contractor is responsible for transferring warranty ownership to the FMS end-user, and proof of coverage is a contract deliverable. Proposals must also address Contract Data Requirements Lists (CDRLs) and demonstrate CONUS-based warehouse capability.

Contract Details

This will be a single Firm Fixed Price (FFP) contract with a period of performance not exceeding eight (8) months from the award date. Inspection and acceptance will occur at the contractor's facility in CONUS by a delegated U.S. Government Representative. The delivery term is Free on Board (FOB) Origin, meaning the Government (DCMA) is responsible for pickup and transportation. Contractors are strictly prohibited from shipping the material. The contractor must consolidate and stage all items for a complete Contract Line Item Number (CLIN) and request Government pickup at least 15 business days in advance. Packaging and marking must comply with MIL-STD-129P.

Evaluation & Award

Award will be made using the Lowest Price Technically Acceptable (LPTA) method. Technical acceptability requires a detailed proposal defining the complete item list and demonstrating how PWS requirements will be met, including meeting or exceeding all salient characteristics (PWS paragraphs 3.3.1-3.3.11). Proposals must not merely restate PWS requirements or consist solely of OEM data sheets. Price will be evaluated for reasonableness, without a price realism analysis. The Government intends to award without discussions but reserves the right to hold them.

Submission Requirements

Proposals must be submitted via email to andrew.w.kelly.civ@army.mil by Noon EST on March 6, 2026. Submissions must include the solicitation number, a signed letter from an authorized individual (with Federal Tax ID, Cage Code, DUNS), business size (with subcategory if applicable), a schedule of offered items with pricing, FAR 52.212-3 Representations and Certifications, acknowledgement of amendments, warranty terms, and an affirmative statement of agreement to all solicitation terms without assumptions or exceptions. Offerors must have current registrations in SAM.gov and WAWF prior to award.

Important Notes

The Army is transitioning to a new Contract Writing System (ACWS). Contractors should be aware that subsequent documents may appear differently, but the Government does not intend to change contract terms. Any system-generated changes will be corrected via bilateral modification. A post-award conference will be convened within 20 days of award at a CONUS location near Aberdeen Proving Ground, MD.

People

Points of Contact

Andrew W. KellyPRIMARY
Lonny J. MateskySECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 8Viewing
Combined Synopsis/Solicitation
Posted: Feb 26, 2026
Version 7
Combined Synopsis/Solicitation
Posted: Feb 24, 2026
View
Version 6
Combined Synopsis/Solicitation
Posted: Feb 23, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Feb 23, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Feb 20, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Feb 19, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 18, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Feb 4, 2026
View
Synopsis/Solicitation W91CRB25C5071 | GovScope