Closed Solicitation · DEPT OF DEFENSE
AI Summary
The Department of Defense is soliciting proposals for commercial items under solicitation W91CRB26CGG-B-UEA. This RFP is a 100% Small Business Set-Aside for the procurement of Mini RABS, with a total quantity of 12. Proposals must meet technical requirements and will be evaluated based on price and technical capability.
CCAP-MDD 2 March 2026
SUBJECT: Solicitation No W91CRB26CGG-B-UEA; Request for Proposal (RFP)
This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS prepared in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. The solicitation document and incorporated provision to clauses are those in effect through Federal Acquisition Circular FAC 2005-93, effective 02 January 2017. The word Government in this document refers to the United States Government, its authorized Agencies, Departments, Representatives, Personnel and Assigns Only.
This solicitation is a Request for Proposal (RFP), Foreign Military Sales (FMS) case: GG-B-UEA, ARP Case: AE24096, Country: Georgia
The associated North American Industrial Classification Standard (NAICS) Code is 51781; the Federal Supply Classification (PSC) is 5810.
The Government, intends to procure the following Commercial items and/or services:
Item
Item Description
Quantity
Item Requirements Para
A
Mini RABS
12
3.1.1
The U.S. Government reserves the unilateral right to make no award. Offeror shall provide, as part of its proposal package, a technical proposal that is sufficiently detailed to prove that the commercial product it is offering meets all the salient characteristics in accordance with this solicitation. Offeror shall include adequate sales history for the product(s) it is offering.
Basis for Award:
The following factors will be used to evaluate offers in accordance with 52.212-2:
1) The Government will evaluate the technical proposal to ensure that it meets the Government’s requirements.
The Government reserves the right to ONLY evaluate the LOWEST PRICED OFFEROR for technical capability. Should the lowest price offeror be determined as unacceptable, the next lowest offeror will be evaluated for technical capability, and so forth.
The Government intends to award without discussions but reserves its right to hold discussions.
2) The contract type will be Firm Fixed Price. The Government shall evaluate the price for price reasonableness of the proposal and a price realism analysis shall not be conducted. Award will be made to the Lowest Price Technically Acceptable (LPTA) offer. Proposals must meet or exceed the characteristics list in paragraph 3.1.1 of the Statement of Work (SOW).
3) This will be a 100% Small Business Set-Aside. Only offers from Small Businesses will be accepted.
Shipping Instructions:
**NOTE: VENDORS SHALL NOT SHIP MATERIAL
1. Vendor will submit Shipping Instructions Request (SIR) to DCMA transportation for subsequent shipment instructions. The DCMA office requires 15 days notification prior to actual shipment pickup. Cognizant DCMA will be provided at time of award.
DCMA: Determined when Awarded
Phone: TBD
Email: TBD
3. No partial shipments are allowed
4. The vendor will mark the outside of each box in accordance with current commercial packaging MIL-STD-129P. Label with the contract number and FMS Case Designator.
Other Important information/Requirements:
It is the responsibility of the Offeror to ensure that their Offer is compliant with ALL provisions of the FAR and its supplements listed in this Combined Synopsis/Solicitation. The Government MAY, but is not obligated to, consider the offer of any Offeror that is non-compliant with any provision of the FAR and its supplements listed in this Combined Synopsis/Solicitation. Furthermore, the Government is NOT required to inform any Offeror that their Offer is non-compliant with the FAR or any of its supplements. Failure of an Offeror to comply with any provision of the FAR and its supplements listed in this Combined Synopsis/Solicitation can be deemed by the Government as unacceptable and non-responsive to the solicitation.
The parties hereto recognize that any technical data and computer software being purchased hereunder will be provided to a foreign government. The parties further recognize that the clauses in this contract dealing with rights in technical data, computer software and patent indemnity may be drafted in terms of rights flowing to the United States Government. Accordingly, the Offeror agrees to grant, and by incorporation of this clause in the contract document, does grant, that foreign government the same rights in technical data, computer software and patent indemnity as would be granted to the United States Government by operation of those clauses in the contract document dealing with rights in technical data, computer software and patent indemnity, except that no rights to computer software source code for the foreign government are provided in this contract. For purposes of contract administration, the parties agree that the clauses will be administered with the foreign government in such a manner as best approximates that set out with respect to the United States Government.
Accelerated delivery at no additional cost to the Government is accepted and encouraged. Partial shipments are Not Authorized.
Packaging requirements shall be in accordance with guidance outlined in Standard Practice for Commercial Packaging (ISPM15), American Society for Testing and Materials (ASTM) Designation: D3951-98, commercial packaging and preservation. “Level of Protection (LOP): Commercial, Level of Pack (LPK): Commercial, Quantity Unit Pack (QUP): 001. Marking shall be in accordance with MIL-STD-129P.
Inspection and Acceptance shall be at SOURCE/ORIGIN for Hardware.
Offeror shall comply with Security requirements in paragraph 3.4 of the Statement of Work.
Provisions and Clauses applicable to this acquisition are as follows:
FAR 52.212-1 Instructions to Offerors –Commercial Items
FAR.52.212-2 Evaluation – Commercial Items
FAR 52.212-3 Offeror Representations and Certifications
FAR 52.212-4 Contract Terms and Conditions – Commercial Items
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, for Paragraph (b) the following clauses apply:
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards;
FAR 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;
FAR 52.219-6 Notice of Total Small Business Set-Aside
FAR 52.219-8 Utilization of Small Business Concerns;
FAR 52.219-14 Limitations on Subcontracting
FAR 52.219-28 Post Award Small Business Program Representation (MAR 2009)
FAR 52.222-3 Convict Labor;
FAR 52.222-19 Child Labor;
FAR 52.222-26 Equal Opportunity;
FAR 52.222-36 Affirmative Action for Workers with Disabilities;
FAR 52.223-18- Encouraging contractor Policies to Ban Text Messaging While Driving;
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.225-13 Restriction on Certain Foreign Purchases
FAR 52.227-1 Authorization and Consent
FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement
FAR 52.232-39 Unenforceability of Unauthorized Obligations
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-3 Protest after Award
FAR 52.233-4 Applicable Law for Breach of Contract Claim
FAR 52.246-2 Inspection of Supplies-Fixed-Price
FAR 52.247-29 F.O.B. Origin
FAR 52.247-34 F.O.B. Destination
FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE
FAR 52.215-6 Place of Performance
The following DFARS clauses apply:
DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials
DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7003 Control of Government Personnel Work Product
DFARS 252.204-7004 Alternate A, System for Award Management
DFARS 252.204-7007 Alternate A, Annual Representations and Certifications
DFARS 252.204-7011 Alternative Line-item Structure
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.204-7021 Cybersecurity Maturity Model Certification
DFARS 252.204-7025 Notice of Cybersecurity Maturity Model Certification Level Requirements
DFARS 252.211-7003 Item Unique Identification and Valuation
DFARS 252.211-7006 Passive Radio Frequency Identification
DFARS 252.215-7007 Notice of Intent to Resolicit
DFARS 252.223-7008 Prohibition of Hexavalent
DFARS 252.225-7013 Duty-Free Entry
DFARS 252.225-7027 Restriction on Contingent Fees for Foreign Military Sales;
DFARS 252.225-7028 Exclusionary Policies and Practices of Foreign Governments;
DFARS 252.225-7048 Export-Controlled Items
DFARS 252.225-7979 Additional Access to Contractor and Subcontractor Records in the United States Central Command Theater of Operations (DEVIATION 2018-O00008)
DFARS 252.225-7995 Contractor Personnel Performing in the United States Central Command Area of Responsibility (DEVIATION 2017-O0004)
DFARS 252.227-7015 Technical Data- Commercial Items;
DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data;
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006 Wide Area Workflow Payment Instructions
DFARS 252.232.7010 Levies on Contract Payments
DFARS 252.243-7001 Pricing of Contract Modifications
DFARS 252.244-7000 Subcontracts for Commercial Items
DFARS 252.247-7023 Transportation of Supplies by Sea
Full text of these provisions and clauses, with noted exceptions regarding local clauses, may be obtained by accessing the following internet website:
http://www.acq.osd.mil/dpap/sitemap.html
Army Contract Writing System (ACWS) Transition Information for Contractors
Warranty
The Offeror’s offer shall include a standard 1-year warranty.
Requirements for No Cost Warranty. The contractor shall provide a warranty for this Foreign Military Sale (FMS) covering defective workmanship and material defects for all items furnished in accordance with this contract or any modification thereof. Coverage of the Warranty shall be for a minimum of one (1) year (twelve (12) months) in duration in time, and shall start at the time of pick up for shipment at point of origin. Terms of this warranty shall be amended to extend coverage to final FMS customer(s) Outside the Continental United States (OCONUS).
No Cost Warranty Manual. The contractor shall provide an operational manual and/or an instructional insert to accompany the items furnished in accordance with this contract or any modification thereof, describing the actions to be taken by the user in order to exercise the warranty to obtain repaired/replaced equipment. This warranty guidance/instruction shall be provided as a minimum in the English Language (and preferable additionally in the native language of the FMS customer if requested during negotiation). Warranty documents should include contact information (phone number(s) and/or address (es)) of warranty claim Point of Contacts (POCs) for FMS customer.
No Cost Warranty Procedures. Upon arrival at the contractor’s repair facility, both the contractor and Government representative will determine if failed item is covered under the warranty. The FMS customer shall be responsible for the established contractual cost for items tested and found to be a "False Pull" or "No Evidence of Failure (NEOF)", to include all incurred associated transportation costs. The contractor shall meet a 30 day turn-around time for repair. This time shall be from the date of receipt by the contractor, to shipment of repaired/ replaced equipment from the contractor's facility. An extended “No Cost” warranty covering repaired/replaced items against defective workmanship and material defects, shall be provided for a minimum of one (1) year (twelve (12) months) in duration in time, and shall start at the time of pick up for shipment. The contractor shall be responsible for transportation cost from the FMS customer to the contractor’s facility and return to the FMS customer. Due to the nature of FMS, if notification of defective item(s) was provided to the contractor before the expiration date of the “No Cost” warranty, the contractor shall not dismiss a warranty claim regardless if items to be repaired/replaced arrive to the contractor’s facilities after the expatriation date of the “No Cost” warranty.
No Cost Warranty Markings. Warranty markings shall be applied to Item/Equipment. Warranty markings should be applied to unit, intermediate and shipping containers, if possible. The markings shall be in a conspicuous location to give notice that the item(s) are subject to warranty coverage. These markings shall indicate the time period or condition of the warranty (e.g., days/months, hours of operation, etc.). The warranty markings shall be applied by labeling, tagging, or printing and shall be prefaced by the words “WARRANTY ITEM” in letters approximately two times larger than the letters for the remainder of the required information.
PROPOSAL SHALL INCLUDE:
(1) Solicitation Number and date on cover page with numbered pages; (2) Original letter signed by an individual authorized to bind the organization (include Federal Tax Identification Number, Cage Code and DUNS); (3) Business Size, if Small Business list subcategory, if applicable; (4) Schedule of offered items to include quantity, unit, unit price, total price and grand total columns; (5) Representation and Certifications compliant with FAR Clause 52.212-3; (6) Acknowledgement and agreement with amendments, if applicable. Offerors must have a current registration in the System for Award Management (SAM) prior to award. The Offeror may register in (SAM) at http://www.sam.gov. (7) Warranty terms and conditions in accordance with the Warranty provision, submitted in Microsoft Word or PDF format.
Requirements for Offerors
Offeror shall have a current registration in the Wide Area Workflow (WAWF) prior to award. The Offeror may register in WAWF at https://wawf.eb.mil.
SUBMISSION OF PROPOSAL:
Quotes and any applicable attachments shall be submitted NLT Noon EST on Thursday 2 April 2026, to Contract Specialist by email at: andrew.w.kelly.civ@army.mil
W91CRB26CGG-B-UEA is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.