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 to enhance the Royal Hashemite Kingdom of Jordan’s Armed Forces (JAF) JC4ISR capability under Foreign Military Sales (FMS) case JO-B-YDM. This is a 100% Small Business Set-Aside for a single Firm Fixed Price (FFP) contract. Proposals are due by Noon EST on February 28, 2026.

Scope of Work

The contractor will procure and provide new, unused IT equipment, including:

  • Networking Gear: 8 C8300 Routers, 100 C8200 Routers, 100 C9200 Switches, and 100 Networking Modules (SFP transceivers).
  • End-User Devices: 200 Desktop Computers, 200 Monitors (24-inch), 100 Laptop Computers, 100 External USB DVD ROM drives.
  • Peripherals: 150 Enterprise Laser Printers, 50 Multifunction All-in-One Printers, and 50 ADF Scanners. All hardware must be TAA compliant, compatible with Jordanian power standards (230V, 50Hz, BS 1363 plugs), and keyboards must include Arabic lettering (dual Western/Arabic is acceptable).

Contract Details

  • Contract Type: Firm Fixed Price (FFP)
  • Set-Aside: 100% Small Business Set-Aside
  • Period of Performance: Not to exceed eight (8) months from contract award.
  • Place of Performance: Procurement and inspection at contractor's CONUS facilities, with final delivery to Jordan.
  • Shipping: Free on Board (FOB) Origin. The Government (DCMA) is responsible for pickup and transportation from the contractor's facility. Contractors shall NOT ship the material.
  • Warranty: A three (3) year Original Equipment Manufacturer (OEM) warranty is required for all hardware, valid and serviceable at the end-user's location in Jordan, and transferable to the FMS end-user. Proof of warranty coverage is a contract deliverable.

Submission & Evaluation

  • 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 PWS paragraphs 3.3.1-3.3.11. Proposals must also address Contract Data Requirements Lists (CDRLs) and CONUS-based warehouse capability. Proposals consisting solely of OEM data sheets or merely restating PWS requirements will be deemed unacceptable.
  • 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.

Key Requirements for Offerors

  • Proposal Content: Must include solicitation number, authorized signature, business size, schedule of offered items (with pricing), FAR 52.212-3 representations, acknowledgement of amendments, warranty terms, and an affirmative statement of agreement to all solicitation terms without assumptions or exceptions.
  • Registrations: Offerors must have current registrations in the System for Award Management (SAM) and Wide Area Workflow (WAWF) prior to award.
  • Pickup Request: Upon staging a complete Contract Line Item Number (CLIN), the contractor must contact DCMA to submit a Shipping Instructions Request (SIR) at least fifteen (15) business days prior to the desired pickup date. Packaging must comply with MIL-STD-129P.

Important Notes

The Army Contracting Enterprise is transitioning to the Army Contract Writing System (ACWS). Contractors should be prepared for potential formatting changes in future contractual documents and report any suspected inadvertent changes to the Contracting Officer.

People

Points of Contact

Andrew W. KellyPRIMARY
Lonny J. MateskySECONDARY

Files

Files

Download
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 5Viewing
Combined Synopsis/Solicitation
Posted: Feb 23, 2026
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