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
Feb 28, 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 Firm Fixed-Price contract to procure various commercial IT hardware items for the Royal Hashemite Kingdom of Jordan's Armed Forces (JAF) under a Foreign Military Sales (FMS) case. This 100% Small Business Set-Aside opportunity aims to enhance Jordan's Command, Control, Communications, Computers, and Intelligence, Surveillance, and Reconnaissance (JC4ISR) capabilities. Proposals will be evaluated using the Lowest Price Technically Acceptable (LPTA) method and are due by Noon EST on February 28, 2026.

Opportunity Overview

This combined synopsis/solicitation (RFP W91CRB25C5071) is issued in accordance with FAR Subpart 12.6 for commercial items. It supports FMS case JO-B-YDM, ARP Case CE25030, for Jordan. The associated PSC is 5810 (Communications Security Equipment And Components). The contract will be a single Firm Fixed Price award.

Scope of Work & Key Requirements

The contractor shall procure and provide a range of IT equipment, including:

  • Networking Gear: 8 C8300 Routers, 100 C8200 Routers, 100 C9200 Switches, 100 Networking Modules.
  • Computers: 200 Desktop Computers, 200 Monitors, 100 Laptop Computers, 100 DVD ROM drives.
  • Printers & Scanners: 150 Enterprise Laser Printers, 50 Multifunctional All-in-One Printers, 50 Scanners.

All hardware must be new, unused, and TAA compliant where specified. Equipment must be compatible with Jordanian power standards (230V, 50Hz, BS 1363 plugs) and include Arabic lettering on keyboards. A three (3) year Original Equipment Manufacturer (OEM) warranty is required for all hardware, valid and fully 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. The period of performance will not exceed eight (8) months from the date of contract award.

Contract Details & Logistics

This is a 100% Small Business Set-Aside. The delivery term is FOB Origin, meaning the U.S. Government, through the Defense Contract Management Agency (DCMA), is responsible for pickup and transportation from the contractor's facility. The contractor shall not ship the material. The contractor must consolidate and stage all items for a complete Contract Line Item Number (CLIN) and request Government pickup at least fifteen (15) business days in advance. Packaging must comply with MIL-STD-129P. Inspection and acceptance will occur at the contractor's CONUS facility by a U.S. Government Representative.

Submission & Evaluation

Proposals will be evaluated using the Lowest Price Technically Acceptable (LPTA) method.

  • Technical Acceptability: Offerors must submit a detailed technical proposal defining the complete item list and demonstrating how they will meet all salient characteristics in PWS paragraphs 3.3.1-3.3.11. Proposals must also address Contract Data Requirements Lists (CDRLs) and CONUS-based warehouse capability. Proposals merely restating PWS requirements or consisting solely of OEM data sheets without narrative will be deemed unacceptable. Assumptions, caveats, or exceptions are prohibited.
  • Price: The total price for all line items will be evaluated for reasonableness. The Government intends to award without discussions but reserves the right to hold them if necessary.

Important Notes

Offerors must have current registrations in the System for Award Management (SAM) and Wide Area Workflow (WAWF) prior to award. The solicitation includes provisions and clauses from FAR and DFARS, including those related to small business utilization and cybersecurity (e.g., DFARS 252.204-7012, 252.204-7020, 252.204-7021). The Army Contract Writing System (ACWS) transition information is also provided, advising contractors on potential document formatting changes.

People

Points of Contact

Andrew W. KellyPRIMARY
Lonny J. MateskySECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 8
Combined Synopsis/Solicitation
Posted: Feb 26, 2026
View
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 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 4, 2026