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, W6QK ACC-APG, is soliciting proposals for commercial IT equipment under Solicitation W91CRB25C5071. This 100% Small Business Set-Aside opportunity aims to procure equipment for the Royal Hashemite Kingdom of Jordan's Armed Forces (JAF) to enhance their Jordan Command, Control, Communications, Computers, and Intelligence, Surveillance, and Reconnaissance (JC4ISR) capability, as part of Foreign Military Sales (FMS) case JO-B-YDM. The Government intends to award a single Firm Fixed Price contract based on the Lowest Price Technically Acceptable (LPTA) method. Proposals are due Friday, February 28, 2026, at Noon EST.

Scope of Work

This acquisition requires the procurement and provision of new, unused commercial IT equipment, including:

  • 8 C8300 Routers
  • 100 C8200 Routers
  • 100 C9200 Switches
  • 100 Networking Modules
  • 200 Desktop Computers
  • 200 Monitors
  • 100 Laptop Computers
  • 100 DVD ROMs
  • 150 Enterprise Laser Printers
  • 50 Multifunctional All-in-One Printers
  • 50 Scanners

Additionally, the contractor must provide Program Management services, including developing an Integrated Master Schedule and submitting monthly performance reports. A three (3) year Original Equipment Manufacturer (OEM) warranty is required for all hardware, which must be valid and serviceable at the end-user's location in Jordan. All hardware must be Trade Agreements Act (TAA) compliant, feature Arabic lettering on keyboards, and be compatible with Jordanian power standards (230V, 50Hz, BS 1363 plugs).

Contract Details

  • Contract Type: Single Firm Fixed Price (FFP).
  • 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, with final delivery to Jordan.
  • Delivery Term: Free on Board (FOB) Origin. The Government (DCMA) is responsible for pickup and transportation from the contractor's facility. The contractor shall NOT ship the material.
  • Inspection & Acceptance: Will take place at the contractor's CONUS facility by a delegated U.S. Government Representative (DCMA QAR).
  • Security: No U.S. Government security requirements (DD 254 not required).

Submission & Evaluation

  • Evaluation Method: Lowest Price Technically Acceptable (LPTA).
  • Technical Acceptability: Proposals must define the complete item list, detail how all Performance Work Statement (PWS) requirements (paragraphs 3.3.1-3.3.11) will be met, and address Contract Data Requirements Lists (CDRLs) and CONUS-based warehouse capability. Proposals that merely restate PWS requirements or consist solely of OEM data sheets without a substantive narrative will be deemed unacceptable.
  • Price: The total price for all line items will be evaluated for reasonableness; no price realism analysis will be conducted.
  • Discussions: The Government intends to award without discussions but reserves the right to hold them if necessary.
  • Proposal Requirements: Offerors must include the solicitation number, an original letter signed by an authorized individual, business size (with subcategory if applicable), a schedule of offered items, FAR 52.212-3 representations, acknowledgement of amendments, warranty terms, and an affirmative statement of agreement to all terms without assumptions or exceptions. Current registrations in SAM and WAWF are required prior to award.

Key Dates

  • Proposal Due Date: Friday, February 28, 2026, Noon EST.
  • Opportunity Published: February 19, 2026.

Additional Notes

Contractors must consolidate and stage all items for a complete Contract Line Item Number (CLIN) at their facility before requesting Government pickup. A Shipping Instructions Request (SIR) must be submitted to DCMA at least fifteen (15) business days prior to the desired pickup date. Packaging and marking must comply with MIL-STD-129P.

People

Points of Contact

Andrew W. KellyPRIMARY
Lonny J. MateskySECONDARY

Files

Files

Download
Download
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 3Viewing
Combined Synopsis/Solicitation
Posted: Feb 19, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Feb 18, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Feb 4, 2026
View