ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

KEYper Systems Electronic Key Management System(s)

DEPT OF DEFENSE W912TF25QA019
Response Deadline
Aug 29, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

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.

Classification Codes

NAICS Code
332510
Hardware Manufacturing
PSC Code
7125
CABINETS, LOCKERS, BINS, AND SHELVING

Solicitation Documents

6 Files
Addendum to FAR 52.212-2.pdf
PDF79 KBJul 11, 2025
AI Summary
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.
W912TF25QA019_Provisions and Clauses.pdf
PDF232 KBJul 11, 2025
AI Summary
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.
JA 25-07_KeyPer System_Redacted.pdf
PDF326 KBJul 11, 2025
AI Summary
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.
W912TF25QA019_Provisions and Clauses.pdf
PDF232 KBAug 15, 2025
AI Summary
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.
Addendum to FAR 52.212-2.pdf
PDF79 KBAug 15, 2025
AI Summary
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.
JA 25-07_KeyPer System_Redacted.pdf
PDF326 KBAug 15, 2025
AI Summary
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.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 11, 2025
amendedLatest Amendment· Description UpdatedAug 15, 2025
deadlineResponse DeadlineAug 29, 2025
expiryArchive DateSep 13, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W7NN USPFO ACTIVITY NH ARNG

Point of Contact

Name
Joseph Jeddrey

Place of Performance

Portsmouth, New Hampshire, UNITED STATES

Official Sources