Foreign Military Sales (FMS) Veeam Software and Warranties (4 additional years)
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 Foreign Military Sales (FMS) Veeam Software and Warranties for Poland (FMS Case PL-B-UDV). This is a Brand Name Only requirement for Veeam Backup and Replication Enterprise Plus Licenses and associated warranties. This opportunity is a 100% Small Business Set-Aside. Quotes are due by April 22, 2026, at 10:00 AM EST.
Scope of Work
The contractor shall provide:
- CLIN 0001: Thirty (30) Veeam Backup and Replication Enterprise Plus Licenses (Part number M-VBRPLS-PP000-00).
- CLIN 0002: Thirty (30) Veeam Software Warranties for four (4) additional years.
All hardware must be new production. Licenses and warranties are to be delivered as soon as possible, with offerors proposing specific delivery dates for each CLIN. Packaging must comply with ASTM D 3951-18, and Wood Packaging Material (WPM) must meet ISPM 15 standards. A no-cost warranty covering workmanship and materials is required, which must extend to Poland if not effective outside the continental U.S.
Contract & Timeline
- Type: Firm Fixed Price (FFP) contract.
- Anticipated Award Date: No later than June 02, 2026.
- Set-Aside: 100% Small Business Set-Aside under NAICS Code 513210 "Software Publishers" (size standard $41.5 Million).
- Questions Due: April 16, 2026, 10:00 AM EST.
- Quote Submission Deadline: April 22, 2026, 10:00 AM EST.
- Published: April 07, 2026.
Eligibility & Submission Requirements
Offerors must be registered in the System for Award Management (SAM) database. Submissions must include completed copies of FAR provisions 52.212-3 (Offeror Representations and Certifications -- Commercial Items), 52.204-24, and 52.204-26. Crucially, offerors must meet Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self-Assessment) and provide the CMMC unique identifier(s) (UIDs) issued by SPRS with their quote. Failure to provide the UID and CMMC Level 1 confirmation will result in ineligibility for award. Contractor employees may also be required to complete AT Level 1 Awareness, iWATCH, OPSEC, and PERSEC training.
Evaluation Criteria
Award will be made to the responsible offeror whose quote conforms to the solicitation requirements and is the Lowest Priced Technically Acceptable (LPTA). The Government intends to award without discussions, so initial offers should contain the best terms. Evaluation factors include:
- Factor 1: Cost/Price (based on total proposed price for CLINs 0001 and 0002).
- Factor 2: Technical (ability to meet specifications).
- Factor 3: Past Performance (reviewing CPARS and other sources).
Key Contacts
- Contract Specialist: Charrissa Stancell (charrissa.m.stancell.civ@army.mil)
- Contracting Officer: Aqua Jefferson (aqua.m.jefferson.civ@army.mil)
Quotes must be submitted via email to Charrissa Stancell, with an email confirmation required for submission to be considered.