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 IT equipment procurement to enhance the Royal Hashemite Kingdom of Jordan’s Armed Forces (JAF) JC4ISR capability. This is a Combined Synopsis/Solicitation (RFP) for commercial items, structured as a Firm Fixed Price (FFP) contract. This opportunity is a 100% Small Business Set-Aside. Proposals are due by Friday, February 28, 2026, at Noon EST.

Opportunity Overview

This procurement, under Foreign Military Sales (FMS) case JO-B-YDM, aims to increase operational effectiveness and interoperability for the JAF through equipment enhancements. The U.S. Army CECOM Security Assistance Management Directorate (SAMD) is managing this effort.

Scope of Work

The contractor shall procure and provide specific Information Technology (IT) equipment, including:

  • Networking: 8 C8300 Routers, 100 C8200 Routers, 100 C9200 Switches, 100 Networking Modules.
  • Computing: 200 Desktop Computers, 200 Monitors (24-inch), 100 Laptop Computers, 100 DVD ROMs.
  • Peripherals: 150 Enterprise Laser Printers, 50 Multifunctional All-in-One Printers, 50 Scanners. All hardware must be TAA compliant, compatible with Jordanian power standards (230V, 50Hz, BS 1363 plugs), and include dual Western/Arabic lettering on keyboards. The contractor is also responsible for program management and providing 3-year Original Equipment Manufacturer (OEM) warranties for all hardware, valid and serviceable in Jordan, and transferable to the FMS end-user. Proof of warranty coverage is a required deliverable.

Contract Details

  • Contract Type: Firm Fixed Price (FFP).
  • Period of Performance: Not to exceed eight (8) months from contract award.
  • Place of Performance: Procurement and inspection will occur in CONUS at the contractor's facility. Final delivery is to Jordan.
  • Inspection & Acceptance: At Origin (contractor's CONUS facility) by a delegated U.S. Government Representative (DCMA QAR).
  • Shipping: This is FOB Origin. The contractor shall NOT ship the material. The Government (DCMA) is responsible for pickup and transportation from the contractor's facility.
  • Logistics: Contractor must consolidate and stage all items for a complete Contract Line Item Number (CLIN); partial shipments are prohibited. A Shipping Instructions Request (SIR) must be submitted to DCMA at least 15 business days prior to desired pickup. Packaging must comply with MIL-STD-129P.
  • Security: No U.S. Government security requirements (DD 254 not required). A post-award conference will be convened within 20 days of award near Aberdeen Proving Ground, MD.

Evaluation & Award

  • Set-Aside: This is a 100% Small Business Set-Aside. Only offers from Small Businesses will be considered.
  • Method: Lowest Price Technically Acceptable (LPTA).
  • Technical Acceptability: Proposals must provide a detailed technical approach demonstrating how offered products meet or exceed all salient characteristics in the PWS (paragraphs 3.3.1-3.3.11), address CDRLs, and confirm CONUS-based warehouse capability. Proposals merely restating PWS requirements or relying solely on OEM data sheets are unacceptable. No assumptions, terms, conditions, caveats, or exceptions are permitted in the technical proposal, and hyperlinks are prohibited.
  • 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 if necessary.

Submission Requirements

  • Due Date: Friday, February 28, 2026, at Noon EST.
  • Submission: Proposals and attachments must be emailed to andrew.w.kelly.civ@army.mil.
  • Mandatory Registrations: Offerors must have current registrations in the System for Award Management (SAM) and Wide Area Workflow (WAWF) prior to award.
  • Proposal Content: Include solicitation number, an authorized letter, business size, a schedule of offered items, FAR 52.212-3 representations, amendment acknowledgements, warranty terms (Word or PDF), and an affirmative statement of full compliance without exceptions.

People

Points of Contact

Andrew W. KellyPRIMARY
Lonny J. MateskySECONDARY

Files

Files

Download
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 6Viewing
Combined Synopsis/Solicitation
Posted: Feb 23, 2026
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