W91CRB26CGG-B-UEA

SOL #: SIEMCombined 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

All Other Telecommunications (51781)

PSC

Communications Security Equipment And Components (5810)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 2, 2026
2
Submission Deadline
Apr 2, 2026, 4:00 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 12 Mini RABS (Communications Equipment) under a Foreign Military Sales (FMS) case (GG-B-UEA, AE24096) for the country of Georgia. This is a 100% Small Business Set-Aside. Proposals are due by Noon EST on Thursday, April 2, 2026.

Scope of Work

This Request for Proposal (RFP) seeks to procure twelve (12) Mini RABS, which include TX140 Control Units, RX140 Remote Firing Units, CX140 Control Unit Chargers, and COTS Carry Cases. The equipment is intended for the country of Georgia as part of a Foreign Military Sales program. Offerors must provide a detailed technical proposal demonstrating that their commercial product meets all salient characteristics outlined in paragraph 3.1.1 of the Statement of Work (SOW).

Contract Details

  • Contract Type: Firm Fixed Price
  • Set-Aside: 100% Small Business Set-Aside. Only offers from Small Businesses will be accepted.
  • NAICS Code: 51781 (Telecommunications Resellers)
  • PSC Code: 5810 (Communications Security Equipment And Components)
  • FMS Specifics: Technical data and computer software rights will be granted to the foreign government (Georgia), mirroring those granted to the U.S. Government, with the exception of computer software source code.
  • Warranty: A standard 1-year, no-cost warranty is required, covering defective workmanship and materials. This warranty must extend to the final FMS customer (Georgia) and commence at the time of pickup for shipment at the point of origin. The contractor is responsible for transportation costs for warranty repairs, with a required 30-day turnaround time. An operational manual or instructional insert for warranty claims must be provided in English.

Evaluation & Award

Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. The Government reserves the right to evaluate only the lowest-priced offeror for technical capability. If deemed unacceptable, the next lowest offeror will be evaluated. The Government intends to award without discussions but reserves the right to hold them. Proposals must meet or exceed the characteristics listed in paragraph 3.1.1 of the SOW.

Submission Requirements

Proposals must include:

  • Solicitation Number and date on the cover page.
  • Original letter signed by an authorized individual, including Federal Tax ID, CAGE Code, and DUNS.
  • Business size (and subcategory if Small Business).
  • Schedule of offered items (quantity, unit, unit price, total price, grand total).
  • Representations and Certifications compliant with FAR Clause 52.212-3.
  • Acknowledgment and agreement with amendments.
  • Warranty terms and conditions in Microsoft Word or PDF format. Offerors must have current registrations in the System for Award Management (SAM) and Wide Area Workflow (WAWF) prior to award.

Special Conditions

  • Shipping: Vendors must submit a Shipping Instructions Request (SIR) to DCMA transportation for instructions, requiring 15 days' notice prior to actual shipment pickup. No partial shipments are allowed. Packaging must comply with MIL-STD-129P.
  • Packaging: Packaging must adhere to ASTM D3951-15 (Commercial Packaging) and ISPM 15 for Wood Packaging Material. Markings must follow MIL-STD-129P.
  • Inspection & Acceptance: At SOURCE/ORIGIN for Hardware.
  • Security: Offerors must comply with security requirements in paragraph 3.4 of the SOW.
  • ACWS Transition: Contractors should be aware of the Army Contract Writing System (ACWS) transition, which may result in different document formatting. Any perceived changes to terms should be reported to the Contracting Officer.

People

Points of Contact

Andrew W. KellyPRIMARY
Lonny J. MateskySECONDARY

Files

Files

Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 2, 2026
W91CRB26CGG-B-UEA | GovScope