Foreign Military Sales (FMS) Veeam Software and Warranties (4 additional years)

Key Dates
Due Date

-

Posted Date

-

Agency & Value
Agency

W6QK ACC-APG

Contract Value

Not provided

Codes & Classification
Solicitation Number

W91CRB-26-Q-VEEAM

NAICS

513210 - Software Publishers

Classification Code

7F20

Additional Details
Set Aside

SBA

Place of Performance

UNITED STATES

SourceSAM
Documents5
The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG), operating under the Department of Defense, has issued a Combined Synopsis/Solicitation (Solicitation No. W91CRB-26-Q-VEEAM) for the procurement of Veeam Data Platform Advanced Universal Subscription Licenses and optional extended software warranties, specifically in support of Foreign Military Sales (FMS) Case PL-B-UDV for the country of Poland. This procurement is classified under NAICS Code 513210 (Software Publishers), with a size standard of $41.5 million, and is set aside exclusively for small business concerns. Purpose and Scope: The primary objective of this procurement is to acquire thirty (30) Veeam Data Platform Advanced Universal Subscription Licenses (SKU# L-ADVVUL-0I-SU1YP-00), which include Enterprise Plus Edition features, a ten-instance pack, one year of upfront subscription billing, and 24/7 production support. Additionally, the solicitation provides for an optional purchase of thirty (30) Veeam Software Warranties, each covering four additional years beyond the initial subscription period. The requirement is brand name only, ensuring compatibility and standardization for the end user, Poland, under the designated FMS case. Key Requirements and Deliverables: Offerors are required to propose firm-fixed prices for both the base requirement (CLIN 0001) and the optional extended warranty (CLIN 0002), as detailed in the Statement of Work (SOW). Delivery locations for both CLINs are to be determined, with inspection and acceptance to occur at the destination. The procurement stipulates FOB Origin terms. Offerors must propose a single delivery date for each CLIN, emphasizing prompt fulfillment to meet the Government’s operational needs. Compliance and Submission Criteria: All responsible sources may submit a quote, provided they are registered in the System for Award Management (SAM) and include their Unique Entity Identification code. Offerors must submit completed representations and certifications per FAR 52.212-3, 52.204-24, and 52.204-26, and demonstrate compliance with Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self-Assessment) as cited in DFARS 252.204-25 and 252.204-21. CMMC unique identifiers (UIDs) issued by SPRS must be included for any contractor information system processing, storing, or transmitting Federal Contract Information (FCI) or Controlled Unclassified Information (CUI). Evaluation and Award: The Government anticipates awarding a commercial firm-fixed-price contract based on the Lowest Priced Technically Acceptable (LPTA) approach, in accordance with FAR 12.203 and FAR 52.212-2. Evaluation factors include cost/price, technical capability to meet specifications, and past performance (as assessed via CPARS and other sources). Technical and past performance factors are weighted approximately equal to cost/price. Option prices will be considered in the evaluation but do not obligate the Government to exercise them. The Government intends to make an award without discussions, so initial offers should reflect the best terms. Contracting Entity and Contact Information: The contracting entity is W6QK ACC-APG, a federal office under the Department of the Army. The primary point of contact is Charrissa Stancell, Contract Specialist ([email protected]), and the secondary contact is Aqua Jefferson, Contracting Officer ([email protected]). Questions must be submitted in writing by 10:00 AM EST on 16 April 2026, and quotes are due via email by 10:00 AM EST on 29 April 2026. Email confirmation from the contract specialist is required for submission to be considered. Additional Considerations: This solicitation is active and has been updated as of 10 April 2026, with Amendment 0001 addressing vendor questions and answers. The solicitation period has been extended to 29 April 2026. Offerors should ensure compliance with all FAR and DFARS provisions, as non-compliance may result in their offer being deemed non-responsive. The procurement is for commercial items and follows the procedures outlined in FAR 12.202(b)(1). Constant Elements: Throughout the contract lifecycle, the requirement for brand name Veeam software, the FMS case designation for Poland, the small business set-aside, and the firm-fixed-price contract structure will remain unchanged. Compliance with cybersecurity and federal acquisition regulations, as well as the requirement for SAM registration and proper certifications, will be consistently enforced. For further details and access to solicitation documents, interested parties may refer to the official notice on SAM.gov (Opportunity ID: dc58fa58923a499fb1ce9ea9a2afb8d9). This opportunity is well-suited for small businesses specializing in software publishing and distribution, with demonstrated experience in delivering commercial software solutions and extended warranties to federal customers, particularly in support of international defense requirements.