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 commercial IT equipment and associated services to enhance the Jordan Armed Forces' (JAF) JC4ISR capability under Foreign Military Sales (FMS) case JO-B-YDM. This is a 100% Small Business Set-Aside procurement for a single Firm Fixed Price contract. Proposals are due by Noon EST on February 28, 2026.

Scope of Work

The contractor will provide program management and procure specific IT equipment, including:

  • Networking Gear: Cisco C8300 Routers (8), C8200 Routers (100), C9200 Switches (100), and Networking Modules (100).
  • End-User Devices: Desktop Computers (200), Monitors (200), Laptop Computers (100), and External USB DVD ROM drives (100).
  • Printers & Scanners: Enterprise Laser Printers (150), Multifunction All-in-One Printers (50), and ADF Scanners (50). All hardware must be TAA compliant, compatible with Jordanian power standards (230V, 50Hz, BS 1363 plugs), and keyboards must include Arabic lettering.

Contract Details

  • Contract Type: Firm Fixed Price (FFP).
  • Set-Aside: 100% Small Business.
  • Period of Performance: Not to exceed eight (8) months from contract award.
  • Place of Performance: Procurement and inspection will occur within CONUS at the contractor's facility. Final delivery is to Jordan.
  • Warranty: A three (3) year Original Equipment Manufacturer (OEM) warranty, valid and serviceable in Jordan, is required for all hardware. The contractor is responsible for transferring and registering the warranty to the FMS end-user and providing proof of coverage.
  • Shipping: The contract is FOB Origin. The contractor shall not ship the material. The Government (DCMA) will be responsible for pickup and transportation from the contractor's CONUS facility after inspection and acceptance. Contractors must consolidate and stage complete Contract Line Item Numbers (CLINs) and request Government pickup at least 15 business days in advance.

Evaluation & Submission

  • Evaluation Method: Lowest Price Technically Acceptable (LPTA).
  • Technical Acceptability: Offerors must submit a detailed technical proposal defining the complete item list and demonstrating how proposed commercial products meet or exceed all salient characteristics in the 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 datasheets 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.
  • Discussions: The Government intends to award without discussions but reserves the right to hold them.
  • Proposal Requirements: Include solicitation number, authorized signature, business size, schedule of offered items (quantity, unit, unit price, total price), FAR 52.212-3 representations, acknowledgement of amendments, warranty terms, and an affirmative statement of agreement to all solicitation terms.
  • Registration: Offerors must be registered in SAM and WAWF prior to award.

Key Dates & Contacts

People

Points of Contact

Andrew W. KellyPRIMARY
Lonny J. MateskySECONDARY

Files

Files

Download
Download

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 2Viewing
Combined Synopsis/Solicitation
Posted: Feb 18, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Feb 4, 2026
View