KEYper Systems Electronic Key Management System(s)
ID: W912TF25QA019Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NN USPFO ACTIVITY NH ARNGCONCORD, NH, 03301-5607, USA

NAICS

Hardware Manufacturing (332510)

PSC

CABINETS, LOCKERS, BINS, AND SHELVING (7125)

Set Aside

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

    The Department of Defense, specifically the Army National Guard, is seeking proposals for the procurement of Keyper Systems Electronic Key Management Systems through a combined synopsis/solicitation. The requirement includes two electronic key control systems capable of managing 64 and 224 key assets, respectively, along with associated accessories and installation services, all of which must meet specific salient characteristics outlined in the solicitation. These systems are critical for secure key management and access control, ensuring the safety and accountability of key assets within military operations. Interested vendors must submit their quotes by August 29, 2025, and ensure they are registered with the System for Award Management (SAM) prior to award; for further inquiries, contact Joseph Jeddrey at joseph.w.jeddrey.civ@army.mil or Richard Trafton at richard.c.trafton.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the evaluation criteria for awarding a Purchase Order under Simplified Acquisition procedures (FAR 13). Awards will prioritize the most advantageous quote based on price and technical factors. Price evaluation ensures all line items are priced according to the solicitation and are deemed reasonable and balanced. Technical evaluation assesses a quoter's ability to detail how they meet the Salient Characteristics of each item. A quote is 'Acceptable' if it clearly responds to all line items, provides pricing for brand name items as per the solicitation, and includes delivery requirements. A quote is 'Unacceptable' if it fails to clearly explain how the product meets or exceeds line items or if it does not provide pricing for brand name requirement items.
    The document outlines the evaluation criteria for responses to a government solicitation under the Federal Acquisition Regulation (FAR) 13 for commercial products and services. It states that the government will award a Purchase Order based on the quote that is most advantageous, considering both price and technical factors. Key evaluation components include pricing, which must be in accordance with the solicitation and appear reasonable and balanced. The technical evaluation assesses the quoter’s ability to meet the Salient Characteristics specified in the solicitation, using a binary rating of Acceptable or Unacceptable. Acceptable responses must clearly address each line item, include quotes for brand-name items, and outline delivery requirements. Conversely, Unacceptable responses fail to adequately explain compliance with the solicitation or to provide quotes for the specified items. This evaluation framework emphasizes the importance of clarity and compliance in submissions, ensuring that the selected vendor can deliver products that meet government standards and requirements effectively.
    The document serves as a placeholder message for a PDF file that could not be displayed. It advises the user that their PDF viewer might not be able to render the document's content and recommends upgrading to the latest version of Adobe Reader. It also provides links for downloading Adobe Reader and for seeking further assistance. The message clarifies that Windows, Mac, and Linux are trademarks of their respective owners. This document is a technical note on troubleshooting PDF viewing, rather than a government RFP, federal grant, or state/local RFP itself.
    The government file appears to be a placeholder message related to accessing a PDF document, indicating that the necessary content is not available for display. It suggests upgrading Adobe Reader for optimal viewing and provides website links for assistance with the software. The message doesn't contain substantive information about federal grant programs, RFPs, or any specific initiatives. Therefore, it lacks the main topic and detailed insights typically found in government documents regarding funding or proposals. Without direct content to analyze, no key ideas or structure can be identified. The message's purpose seems to guide users in resolving issues related to document accessibility rather than providing relevant information on government RFPs or grants.
    This government file, document number W912TF25QA019, outlines various clauses incorporated into federal acquisition contracts, primarily focusing on compliance, ethical conduct, and supply chain security. Key sections address requirements for contractors concerning former DoD officials' compensation, whistleblower rights, and prohibitions on certain telecommunications equipment and business operations with restricted regimes like the Maduro Regime and the Xinjiang Uyghur Autonomous Region. The document also details regulations related to the Buy American Act, electronic submission of payment requests via Wide Area WorkFlow (WAWF), and item unique identification and valuation for delivered items. It emphasizes the Federal Acquisition Supply Chain Security Act (FASCSA) orders, outlining prohibitions on covered articles and sources, disclosure requirements for non-compliance, and reporting procedures for supply chain impacts. Contractors are mandated to conduct reasonable inquiries into their supply chains and report any non-compliant items, with a focus on defense information safeguarding and cyber incident reporting. The file underscores strict adherence to these regulations for all offerors and subcontractors.
    The document outlines various clauses and regulations incorporated by reference in federal government proposals and contracts, particularly concerning compensation, procurement regulations, and compliance requirements. Key clauses include stipulations related to the compensation of former Department of Defense (DoD) officials, whistleblower rights, and the prohibition of certain telecommunications and equipment pertaining to national security. The document details requirements regarding the acquisition of items made in compliance with the Buy American Act and restrictions on suppliers associated with the Maduro regime or entities in the Xinjiang Uyghur Autonomous Region. It emphasizes the need for electronic submission of payment requests and receiving reports through the Wide Area Workflow (WAWF) system. Additionally, the clauses highlight the necessity of unique item identification for contract items, specific reporting requirements regarding federal acquisition supply chain security orders, and protective measures against human trafficking. The summary conveys the importance of adhering to federal regulations to ensure fair trade practices, safety, and compliance during contract execution. This document is vital for contractors engaging with government contracts, illustrating the importance of compliance with federal acquisition regulations and policies.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    58--KEYER GROUP
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of three units of the KEYER GROUP, identified by NSN 5895010843692. This solicitation is a Total Small Business Set-Aside, aimed at sourcing equipment essential for communication and detection systems, which play a critical role in military operations. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all submissions should be directed to the buyer listed in the solicitation document. For inquiries, potential bidders can reach out via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's DIBBS website.
    10--KIT,M240 EGRESS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of the M240 Egress Kit, identified by NSN 1005016460342. The solicitation includes a requirement for three units to be delivered within 270 days after order, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000. This procurement is crucial for maintaining the operational readiness of military units, as the M240 Egress Kit is essential for weapon systems. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    COMPUTER SYSTEM,DIG
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of a digital computer system. This contract involves the manufacture and supply of a specific computer system, with a recent amendment updating the quantity from nine units to two and extending the solicitation due date to December 22, 2025. The goods are critical for various military applications, emphasizing the importance of compliance with stringent quality and inspection standards, including ISO 9001 and MIL-STD specifications. Interested vendors should direct inquiries to Jeremy Crow via email at JEREMY.CROW@DLA.MIL and ensure their proposals are submitted by the revised deadline.
    10--BIN SYSTEM
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 25 units of the BIN SYSTEM, identified by NSN 1095015507911. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum of three units. The BIN SYSTEM is crucial for military logistics and operations, as it supports the organization and storage of weapons and related materials. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation details can be accessed through the DLA's website, and hard copies will not be provided.
    25--INSTALLATION KIT,VE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for the procurement of an Installation Kit, VE, under the presolicitation notice. This requirement includes a total quantity of 123 kits, with a delivery timeline of 325 days, and is set aside for small businesses, emphasizing the importance of timely and quality delivery in the evaluation process. The goods are specifically manufactured for military use, highlighting their critical role in defense operations. Interested suppliers should submit their proposals via the DLA Internet Bid Board Site (DIBBS) or email Emily Castle at emily.mcknight@dla.mil, with the solicitation expected to be available on or about December 17, 2025.
    25--SHAFT,DRIVE KEY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 27 units of the SHAFT, DRIVE KEY (NSN 2520003467596). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and is set aside for small businesses under the SBA guidelines. The items will be delivered to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their critical role in vehicular equipment components. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS website.
    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.
    CONTROL ASSEMBLY,AC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of CONTROL ASSEMBLY,AC, a critical component in the manufacturing of small arms and ordnance accessories. This solicitation emphasizes the need for compliance with specific inspection and acceptance criteria, as well as adherence to quality assurance standards, ensuring that all supplied items meet rigorous military specifications. The procurement is vital for maintaining operational readiness and supporting national defense initiatives, with the solicitation closing on February 20, 2025. Interested vendors should direct inquiries to Amy Smith at 385-591-3484 or via email at AMY.SMITH@DLA.MIL for further details.
    Solicitation, Service Repair, Paladin Digital Fire Control System
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal, is soliciting proposals for the repair of the Paladin Digital Fire Control System (PDFCS) under solicitation number W912CH-24-R-0041. This procurement involves a sole source contract with Sechan Electronics for component-level repair, teardown, and inspection of various units, including the Keypad Unit, Paladin Digital Computer Unit, Power Conditioning Unit-2, and Digital Computer, with estimated quantities specified for each item over a five-year period. The contract will be structured as a mix of Firm Fixed Price for teardown and inspection services, and Cost Plus Fixed Fee for repairs, emphasizing the critical nature of these components for military operations. Interested contractors must be registered in the System for Award Management (SAM) and hold a current DD 2345 certification to access the Technical Data Package (TDP). Proposals must be submitted electronically to the designated contact, Kelli Kavanagh, at kelli.a.kavanagh2.civ@army.mil, by the specified deadline.
    Accumulator, Replenisher System
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Rock Island (ACC-RI), is seeking quotes for the procurement of Accumulator Replenisher Systems, with a firm-fixed-price contract to be awarded to the lowest-priced, responsive, and responsible vendor. This solicitation is a brand name buy restricted to Parker Hannifin and requires compliance with various federal regulations, including electronic invoicing via Wide Area Workflow (WAWF) and a Certificate of Conformance. The Accumulator Replenisher Systems are critical components for military operations, ensuring the efficient replenishment of accumulators used in various applications. Quotes are due by 6 PM CST on December 9, 2025, and interested vendors should contact Andrew Owens at andrew.m.owens16.civ@army.mil or John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL for further information.