Foreign Military Sales (FMS) Brand Name Only PacStar Networking Equipment
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG) is soliciting quotes for Brand Name Only PacStar Networking Equipment to support Foreign Military Sales (FMS) Case BU-B-UCL for Bulgaria. This is a 100% Small Business Set-Aside for a Firm Fixed-Price (FFP) contract. Quotes are due by April 3, 2026, at 10:00 AM EST.
Scope of Work
This combined synopsis/solicitation seeks Commercial-Off-The-Shelf (COTS) PacStar networking equipment. The required hardware includes:
- 38 units of PacStar 447 with Cisco Blackheart ESR (PS447-01)
- 38 units of PacStar Small Form Factor Gig-E Switches (PS444-02)
- 19 units of Core Xeon E Processors (PS451-2276ME-96-25D-06)
- 19 units of KG250XS Sleds (PS400-KG250XS-01)
- 19 units of 50W Chassis, 5 Slot (PS400-250-CHAS-5-004)
The Statement of Work (SOW) specifies compliance with various Military Standards (MIL-STD) for marking, safety, security, packaging, and information assurance, including Item Unique Identification (IUID) for items over $5,000. Services are not required.
Contract & Timeline
- Contract Type: Firm Fixed-Price (FFP)
- Set-Aside: 100% Small Business Set-Aside
- NAICS Code: 334290 "Other Communications Equipment Manufacturing" (Size Standard: 800 employees)
- Anticipated Award: No later than July 8, 2026
- Delivery: Sterling, VA (FOB Origin, Inspection and Acceptance at Offeror's Facility)
- Delivery Requirement: Offerors must propose a delivery date for all CLINs, with hardware delivered as soon as possible.
Evaluation & Submission Requirements
Award will be based on a Lowest Priced Technically Acceptable (LPTA) approach, evaluating quotes in accordance with FAR 52.212-2. Evaluation factors are:
- Cost/Price: Based on the total proposed price for all CLINs.
- Technical: Ability to meet SOW specifications.
- Past Performance: Reviewed via CPARS and other sources. Technical and Past Performance, when combined, are approximately equal to Cost/Price. The Government intends to award without discussions.
Offerors must be registered in SAM.gov and include their Unique Entity Identification (UEI) code. Required submissions include completed FAR provisions 52.212-3, 52.204-24, and 52.204-26. Additionally, offerors must meet Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) and provide CMMC unique identifier(s) (CMMC UIDs) from SPRS. Failure to provide CMMC UID and confirmation will result in ineligibility.
Key Dates
- Questions Due: March 27, 2026, by 10:00 AM EST
- Quotes Due: April 3, 2026, by 10:00 AM EST
Contact Information
All questions and quotes must be submitted via email to Naomi Cross, Contract Specialist, at naomi.cross2.civ@army.mil. An email confirmation from the contract specialist is required for quote submission.
Additional Notes
This is a new contract, not a continuation of an existing one. The brand-name justification is due to operational setbacks, incompatibility, and security risks associated with alternative equipment, as well as significant delays and costs for qualifying alternatives.