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.