Information Technology Equipment
ID: W91CRB25C5071Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21005-5001, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS (5810)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of Information Technology equipment under a Foreign Military Sales case for the Jordan Armed Forces. The objective is to enhance the Jordan Command, Control, Communications, Computers, and Intelligence, Surveillance, and Reconnaissance (JC4ISR) capabilities by providing various IT equipment, including routers, switches, desktop computers, laptops, and printers, within an eight-month firm-fixed-price contract. This procurement is crucial for improving operational effectiveness and interoperability with existing Jordanian defense systems. Proposals are due by Noon EST on October 27, 2025, and must comply with specific requirements, including a three-year OEM warranty and TAA compliance for certain items. Interested parties can contact Andrew W. Kelly at andrew.w.kelly.civ@army.mil or Lonny J. Matesky at lonny.j.matesky.civ@army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Jordan Command, Control, Communications, Computers, and Intelligence, Surveillance, and Reconnaissance (JC4ISR) Performance Work Statement outlines the requirements for improving the Jordan Armed Forces' C4ISR capability. Prepared by the United States Army CECOM, this Firm Fixed Price contract, not exceeding eight months, focuses on procuring and delivering IT equipment, including routers, switches, desktop and laptop computers, monitors, DVD ROMs, and various printers and scanners. All equipment must be new, TAA compliant (where applicable), and compatible with Jordanian power standards. The contractor is responsible for program management, material procurement, logistics, and providing extended OEM commercial warranties valid for at least 36 months, with in-country service. Coordination with the US Government for all interactions with the Jordanian End User is mandatory, including managing personnel security passes.
    This Performance Work Statement (PWS) outlines the requirements for the US Army Communications Electronics Command (CECOM) Security Assistance Management Directorate (SAMD) to assist the Jordan Armed Forces (JAF) in improving their Jordan Command, Control, Communications, Computers, and Intelligence, Surveillance, and Reconnaissance (JC4ISR) capability. The project, titled "JC4ISR-IT: Jordan Armed Forces Information Technology Equipment," focuses on procuring and delivering various IT equipment, including routers, switches, desktop computers, monitors, laptops, DVD ROMs, and printers, within an eight-month firm-fixed-price contract. The contractor will be responsible for program management, material procurement, and logistics, including providing new, unused, TAA-compliant equipment with transferable OEM commercial warranties valid for at least 36 months and serviceable in Jordan. The document also details specific technical requirements for each IT item, emphasizing compatibility with Jordanian power standards and Arabic keyboards. The contractor must coordinate all interactions with the Jordanian End User through the US Government, including obtaining necessary permissions and managing security passes for personnel.
    The Jordan Command, Control, Communications, Computers, and Intelligence, Surveillance, and Reconnaissance (JC4ISR) Performance Work Statement (PWS) outlines the requirements for the United States Army Communications Electronics Command (CECOM) to assist the Jordan Armed Forces (JAF) in enhancing their JC4ISR capabilities. This firm-fixed-price contract, with an eight-month period of performance, focuses on providing and integrating IT equipment to improve operational effectiveness and interoperability with existing Jordanian defense systems. The contractor is responsible for program management, material procurement, and logistics, including providing new, TAA-compliant IT equipment such as Cisco routers and switches, Dell desktop and laptop computers, monitors, external DVD ROMs, HP printers (laser and multifunction), and ADF scanners. The PWS details specific technical requirements for each item, including subcomponents, quantities, and compatibility with Jordanian power standards and Arabic keyboards. The contractor must also secure transferable OEM commercial warranties for a minimum of 36 months and coordinate all interactions and security requirements with the host nation (Jordan).
    The Department of the Army is issuing a combined synopsis/solicitation (RFP W91CRB25C5071) for commercial items under a Foreign Military Sales case (JO-B-YDM) for JORDAN. This is a 100% Small Business Set-Aside for procuring various IT equipment, including routers, switches, computers, printers, and scanners. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) method, with technical proposals reviewed to ensure compliance with salient characteristics. Award will be a Firm Fixed Price contract. Offerors must provide a three-year OEM warranty serviceable in Jordan and have current registrations in SAM and WAWF. Proposals are due by Noon EST on October 27, 2025.
    This government file outlines an RFP for IT computer and networking hardware, primarily for deployment in Jordan. The document addresses numerous questions and comments from potential bidders regarding technical requirements, logistics, and contractual terms. Key aspects include the NAICS code update to 541519 and a Federal Supply Classification (PSC) update to 7021, a confirmed three-year OEM warranty, and the removal of the 30-day manufacturing date requirement for equipment. All equipment must be factory-new and TAA compliant only for Cisco items. Inspection and acceptance will occur at the vendor's CONUS facility by a US Government Representative, with the government responsible for shipping to Jordan. The US Government will own the equipment, which will be transferred to Jordan upon receipt. There are no US Government security requirements, but the contractor must safeguard Jordanian sensitive materials. The government will consider progress/milestone payments and has extended the RFQ deadline to October 27th. This is a hardware-only procurement; no OCONUS work or installation is required.
    This government file, likely an addendum or Q&A for an RFP, addresses various questions and provides updates regarding a hardware procurement for a Foreign Military Sales (FMS) case in Jordan. Key clarifications include the updated NAICS code to 541519 and Federal Supply Classification to 7021, specifying that the contract is a Total Small Business Set-Aside. The document confirms a 3-year OEM warranty is required, and only Cisco items need to be Trade Agreements Act (TAA) compliant. Equipment inspection and acceptance will occur at the vendor's CONUS facility by a US Government Representative, with the government handling subsequent shipment to Jordan. The US Government will own the equipment, which will be transferred to Jordan. The requirement for equipment to be manufactured no more than 30 days prior to contract award has been removed. The government will consider progress or milestone payments for small businesses and prefers Arabic keyboard stickers over integrated Arabic keyboards for laptops. The project is a hardware-only buy, with no OCONUS installation work.
    This government file, related to federal RFPs, addresses questions and provides responses regarding a solicitation for IT computer and networking hardware, specifically Cisco C8300, C8200 Routers, and C9200 Switches, intended for installation in Jordan. Key points clarified include the removal of the 30-calendar-day manufacturing requirement for new equipment, confirmation of a 3-year OEM warranty, and the updated NAICS code to 541519 (Information Technology Value Added Resellers) and PSC to 7021. The inspection and acceptance will occur at the vendor's CONUS facility, with the US Government responsible for shipping to Jordan. Only Cisco items must be Trade Agreements Act (TAA) compliant. There are no US Government security requirements, but the contractor is responsible for safeguarding Jordanian sensitive materials. The solicitation deadline has been extended to October 27th, and no partial shipments or financing plans are permitted. The US Government will own the equipment.
    This government file details a Request for Proposal (RFP) for IT computer and networking hardware, specifically Cisco C8300 and C8200 Routers, and C9200 Switches, intended for use in Jordan. The document addresses various questions and comments from potential bidders regarding the PWS (Performance Work Statement) and SAM.gov solicitation. Key clarifications include the update of the NAICS code to 541519 and the Federal Supply Classification (PSC) to 7021, confirming that only Cisco items must be TAA compliant, and specifying that the government is not expecting vendors to bid shipping costs. The requirement for equipment manufacture within 30 days of contract award has been removed. Inspection and acceptance will occur at the contractor's CONUS facility, with the US Government owning the equipment and handling shipment to Jordan. The warranty period is confirmed as three years of OEM warranty, handled in Jordan. The solicitation deadline has been extended to October 27th, and the government confirmed that it is not expecting the bidders to quote transportation at this time.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    W56KGY-18-D-0003/W56KGY-23-F-0023 Capabilities Drop 1 (CD-1) Justification and Approval FAR 16.505(b)(2)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is issuing a delivery order under the base IDIQ contract W56KGY-18-D-0003 for the continued sustainment of annual software maintenance licenses for Capabilities Drop 1 (CD-1) systems. This procurement is crucial for ensuring the ongoing functionality and support of IT and telecom hardware and software, particularly in the area of servers. Interested vendors can reach out to the primary contact, Scott D. Butterfield, at scott.d.butterfield2.civ@army.mil or by phone at 520-538-9143, or the secondary contact, Rachel L. Moresi, at rachel.l.moresi.civ@army.mil for further details regarding this opportunity.
    Juniper Switches
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking procurement of Juniper switching equipment to facilitate the Joint Regional Security Stack (JRSS) migration capabilities at Fort Carson, Colorado. This equipment is critical for the United States Army Human Resources Command (USAREC) as it supports the Integrated Personnel and Pay System (IPERMS), which is essential for managing soldiers' pay and human resources actions. The procurement is aimed at enhancing operational efficiency and ensuring the effective management of soldier-related actions. Interested vendors can reach out to Deborah Davis-Maxwell at deborah.r.davis-maxwell.civ@army.mil or Timothy D. Pike at timothy.d.pike.civ@army.mil for further inquiries.
    MIFI Service for USAHRC & SFLTAP
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking services related to the MIFI (Mobile Internet for Families Initiative) for the U.S. Army Human Resources Command (USAHRC) and the Soldier for Life Transition Assistance Program (SFLTAP). The procurement aims to provide IT and telecom network services, as detailed in the attached Justification for Exception to Fair Opportunity (JEFO). These services are crucial for enhancing connectivity and support for transitioning soldiers and their families. Interested vendors can reach out to Tonia Jackson at tonia.k.jackson.civ@army.mil or JoDeen M. Cuffe, the Contracting Officer, at jodeen.m.cuffe.civ@army.mil for further information regarding this opportunity.
    JTE Computer System, Dig
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting offers for the acquisition of five units of the "JTE Computer System, Dig" (NSN: 7010-01-705-5751). This procurement includes specific requirements such as a Counterfeit Prevention Plan and adherence to military standards for packaging and marking, including MIL-STD-129 and MIL-STD-2073-1E. The goods are critical for ensuring reliable and secure computing capabilities within defense operations. Interested vendors, specifically Northrop Grumman, must submit their offers by January 5, 2026, at 11:59 PM, and can direct inquiries to April Blakeley at april.blakeley@us.af.mil.
    Foreign Military Sales (FMS) Requirement for Qty 100 Smart Thor HD 384 Thermal Sights
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command-Aberdeen Proving Ground, is seeking proposals for the procurement of 100 Smart Thor HD 384 Thermal Sights as part of a Foreign Military Sales initiative for Tunisia. This requirement includes specific technical specifications such as a Focal Point Array size not larger than 640x512, a 384x288 sensor, and a magnification range of 4.5-18x, with a human detection range of up to 1500 meters. The contract is a total small business set-aside under NAICS Code 334511, emphasizing the importance of these thermal sights for military operations. Interested contractors must submit their quotes by 10:00 AM EST on December 18, 2025, and are encouraged to direct any inquiries to Charrissa Stancell at charrissa.m.stancell.civ@army.mil before the deadline for questions on December 11, 2025.
    Sole Source award of Jordanian Analytical Laboratory System Equipment Sustainment Contractor Logistics Support (CLS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for the Sole Source award of the Jordanian Analytical Laboratory System Equipment Sustainment Contractor Logistics Support (CLS). The procurement involves comprehensive services including maintenance and sustainment of laboratory equipment, calibration, software updates, and repair, alongside the provision of a Logistics Information System (LIS) that ensures total supply, service, and maintenance support. This initiative is crucial for maintaining the operational readiness and reliability of laboratory equipment in Jordan, ensuring effective performance in various analytical tasks. Interested parties can reach out to Brian Lauterbach-Hagan at brian.j.lauterbachhagan.civ@mail.mil or Linda S. Ensminger at linda.s.ensminger.civ@army.mil for further details regarding this opportunity.
    Purchase of 4 MFPs (Multi-Functional Printers) for Korea
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking quotations for the procurement of four Multi-Functional Printers (MFPs) to be delivered to South Korea. The printers must meet specific technical requirements, including TAA compliance, high-resolution printing and scanning capabilities, robust security features, and a three-year warranty with 24/7 support. These MFPs are essential for supporting various operational needs within military facilities, ensuring efficient document handling and security compliance. Interested contractors must submit their proposals via email to Lauren Valentine by December 15, 2025, at 10:00 AM Eastern, with all submissions evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria.
    10--HOUSING,MECHANICAL,
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of mechanical housing (NSN 1005010563046) intended for the Jordanian Air Force. The requirement includes a quantity of two units, with delivery expected within 20 days after order (ADO). This procurement is crucial for maintaining the operational capabilities of military equipment, specifically in the area of small arms and ordnance accessories. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    FA821225Q0341 PROGRAMMABLE CARTRIDGE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a sole-source contract to procure 47 programmable cartridges (NSN: 7045016174668WF) under solicitation FA821225R0471. The cartridges are essential for Foreign Military Sales (FMS) and are required to be delivered by May 28, 2027, with the total contract value estimated at $819,637.70. This procurement is critical as the government does not own the technical data for these parts, which are proprietary to GE Aviation Systems LLC, the only responsible source identified for this requirement. Interested parties must submit their capability statements or proposals by the extended deadline of December 12, 2025, and can direct inquiries to Richard Maynard at richard.maynard.5@us.af.mil or Jo Blakley at jo.blakley@us.af.mil.
    70--DISK DRIVE UNIT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 80 Disk Drive Units through NAVSUP Weapon Systems Support Mechanicsburg. This solicitation requires compliance with various quality and inspection standards, including MIL-STD-129 and ISO 9001, and emphasizes the importance of providing detailed procurement quotes, including CAGE codes and pricing, as well as adherence to specific packaging and marking requirements. The Disk Drive Units are critical components for military applications, and the contract is set to be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors must submit their proposals by December 17, 2025, and can direct inquiries to Rachel Snyder at RACHEL.E.SNYDER@NAVY.MIL.