Synopsis/Solicitation W91CRB25C5071
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 100% Small Business Set-Aside contract to procure various commercial IT and networking equipment for the Royal Hashemite Kingdom of Jordan's Armed Forces (JAF) under Foreign Military Sales (FMS) case JO-B-YDM. This effort aims to enhance Jordan's Command, Control, Communications, Computers, and Intelligence, Surveillance, and Reconnaissance (JC4ISR) capability. Proposals are due by Noon EST on Friday, March 6, 2026.
Scope of Work
The contractor will provide new, unused commercial 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 External USB DVD ROM drives.
- Peripherals: 150 Enterprise Laser Printers, 50 Multifunction All-in-One Printers, 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). A three-year Original Equipment Manufacturer (OEM) warranty, valid and serviceable in Jordan, is required for all hardware and must be transferred to the end-user.
Contract & Timeline
- Contract Type: Single Firm Fixed Price (FFP).
- Period of Performance: Not to exceed eight (8) months from contract award.
- Set-Aside: 100% Small Business Set-Aside.
- Delivery Term: Free on Board (FOB) Origin. The Government (DCMA) is responsible for pickup and transportation from the contractor's CONUS facility. The contractor shall NOT ship the material.
- Inspection & Acceptance: At the contractor's CONUS facility by a DCMA Quality Assurance Representative (QAR).
- Proposal Due: Noon EST on Friday, March 6, 2026.
- Published: February 24, 2026.
Evaluation
Award will be made using the Lowest Price Technically Acceptable (LPTA) method. Technical acceptability requires a detailed proposal demonstrating compliance with all PWS salient characteristics (paragraphs 3.3.1-3.3.11), Contract Data Requirements Lists (CDRLs), and CONUS-based warehouse capability. Proposals must not merely restate PWS requirements or rely solely on OEM data sheets. Price reasonableness will be evaluated. The Government intends to award without discussions but reserves the right to hold them.
Submission Requirements
Offerors must submit a technical proposal, a schedule of offered items, FAR 52.212-3 Representations and Certifications, warranty terms, and an affirmative statement of agreement to all solicitation terms without assumptions. Current registrations in SAM and WAWF are required prior to award. The Contract Performance Report (CDRL A002) will be a monthly deliverable, forming the basis for semi-annual Program Management Reviews.
Proposals and attachments must be emailed to andrew.w.kelly.civ@army.mil.