A16 iPads
ID: FA446025Q0045Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4460 19 CONS PKALITTLE ROCK AFB, AR, 72099-4971, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of Apple iPads (A16 model) with specific technical specifications. The requirement includes 11-inch iPads with 256GB storage, featuring an A16 chip, Liquid Retina display, Wi-Fi 6 connectivity, and advanced camera capabilities, among other characteristics outlined in the solicitation documents. These devices are intended to enhance productivity and support various governmental applications, making them essential for operational efficiency. Interested vendors should direct inquiries to Jeremy Olson at jeremy.olson.8@us.af.mil or 501-987-8112, and must adhere to the submission guidelines detailed in the solicitation documents, with proposals due by the specified deadline.

    Files
    Title
    Posted
    This addendum outlines the instructions for offerors submitting proposals for commercial products and services to the government. It details the requirements for proposal submission, emphasizing that offers must conform to solicitation requirements and be advantageous to the government, considering price and other factors. Key submission elements include the solicitation number, offeror contact information, technical descriptions, warranty terms, a price breakdown, SAM.gov registration details (including Cage Code and optionally DUNS), acknowledgment of amendments, and past performance information. Failure to meet these requirements or rejection of terms may lead to exclusion. Offerors must hold their prices firm for at least 27 calendar days from the receipt date, with an option to extend this period, and clearly state the offer's expiration date.
    This addendum outlines the government's evaluation process for awarding contracts for commercial products and services. The evaluation prioritizes the most advantageous offer, considering price and technical factors. Offers must conform to all solicitation terms; non-conforming or incomplete submissions may be excluded. Past performance is not a factor. The process begins with ranking all responsive offers by price, ensuring no unreasonable or unbalanced pricing. A technical evaluation then assesses offers, starting with the lowest-priced, as “Acceptable” or “Unacceptable” based on meeting specifications. This continues until at least three technically acceptable offers are identified, or all offers are evaluated if fewer than three exist. If no offers are acceptable, no award is made. The government reserves the right to communicate with offerors and to not select a contractor. A written notice of award creates a binding contract.
    This government file, FA446025Q0045, outlines mandatory clauses for federal contracts, focusing on supply chain security, item unique identification, and payment procedures. It includes the Federal Acquisition Supply Chain Security Act (FASCSA) Orders, prohibiting contractors from using specific covered articles or sources, and requires offerors to disclose any non-compliance. The document details Item Unique Identification and Valuation (IUID) requirements, specifying when items need unique identifiers (e.g., over $5,000 unit cost) and the data elements and marking standards to be used. It also mandates the use of Wide Area WorkFlow (WAWF) for electronic payment requests and receiving reports, outlining submission methods, routing data, and points of contact. Additionally, the file covers offeror representations and certifications, including small business status, Buy American Act compliance, and prohibitions on business with certain foreign entities or those involved in child labor. The purpose is to ensure secure, transparent, and compliant procurement processes within federal contracting.
    The provided government file indicates a technical issue preventing its display, rather than containing substantive content related to RFPs, grants, or other government solicitations. The document is a placeholder message from a PDF viewer, instructing the user to upgrade Adobe Reader or seek assistance if the content does not load. Therefore, the file's purpose is to troubleshoot a display problem, not to convey government program details or requirements.
    The document "Sole Source (Including Brand Name) Justification - Simplified Procedures for Certain Commercial Items" is a government file, likely part of federal or state/local RFPs, that outlines the justification process for acquiring commercial items from a single source, potentially including specific brand names. The repeated page numbers (2 of 3 and 3 of 3) and controlled unclassified information designation suggest a formal, regulated document. This type of justification is critical in government procurement when competition is limited, ensuring transparency and compliance with federal acquisition regulations.
    This document clarifies requirements for a federal government solicitation, addressing common vendor questions. It specifies that schedules, separate representations and certifications, seller status certifications, and warranty compliance documentation are not required. Data sheets are only necessary if the quote doesn't meet salient characteristics. A tax-exempt certificate is generally not provided as the purchase is for the federal government, though exceptions can be made. Finally, the required A16 memory capacity is confirmed to be 256 GB.
    The document details the specifications and features of the Apple iPad 11-inch model, likely for a government RFP, grant, or state/local procurement. Key features include the A16 chip, an 11-inch Liquid Retina display with 2360x1640 resolution, 256GB storage (with options from 128GB to 512GB), Wi-Fi 6 connectivity, and all-day battery life. It boasts advanced 12MP front and back cameras, Touch ID for security, and a USB-C connector. The iPad supports Apple Pencil (USB-C and 1st generation) and the Magic Keyboard Folio, enhancing its functionality for productivity and creative tasks. iPadOS enables multitasking and access to a vast app ecosystem, making it a versatile device for various governmental or educational applications.
    The document details the specifications of an Apple iPad 11-inch model, likely for a government RFP or grant application. Key features include an A16 chip for performance, an 11-inch Liquid Retina display, 128GB to 512GB storage options, and Wi-Fi 6 connectivity. It highlights advanced cameras (12MP front and back), Touch ID for security, and all-day battery life. The iPadOS enhances productivity with multi-app functionality and Apple Pencil compatibility (USB-C and 1st generation). The device also supports Magic Keyboard Folio, making it suitable for a range of tasks from creative work to secure payments. This summary provides essential information for procurement or grant evaluations.
    Lifecycle
    Title
    Type
    A16 iPads
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Request for Information - Data at Rest
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is issuing a Request for Information (RFI) to identify sources capable of providing Commercial Solutions for Classified (CSfC) Dual Data at Rest (DAR) capabilities for Tactical Air Control Party Modernization (TACP-M) Core Computers. The objective is to enhance operational security by ensuring that classified data is properly sanitized when computers are powered off or logged out, thereby allowing them to be considered unclassified and mitigating logistical and operational security concerns during travel and field operations. The proposed solution requires a minimum hardware update to NVMe SSD hard drives (M.2 2280, TCG Opal compliant, 1 TB minimum) and a software update for full disk encryption, with compliance to NSA certification for Full Drive Encryption (FDE) and NIAP-approved collaborative protection profiles. Interested parties must submit their responses, including company data, product capabilities, rough cost estimates, and potential risks, by January 5, 2026. For further inquiries, contact Edwin Hernandez Mendez at edwin.hernandezmendez.2@us.af.mil or Denis Grenier at denis.grenier@us.af.mil.
    RDT&E Tech Refresh
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA) Philadelphia Division, is seeking proposals for the procurement of laptops, workstations, and portable hard drives as part of the RDT&E Tech Refresh initiative. This procurement aims to support CODE 60 Logistics in scanning hardware, software, and IT equipment, with specific requirements for high-performance computing devices, including robust specifications for processors, memory, graphics, and security features. The total acquisition is valued at approximately $34 million and is set aside for Women-Owned Small Businesses (WOSB), with deliveries requested by December 19, 2025. Interested vendors should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil for further details and to ensure compliance with federal regulations throughout the procurement process.
    ForeFlight Military Flight Bag Pro
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to procure the ForeFlight Military Flight Bag Pro, a mobile device product that includes both hardware and perpetual license software. This procurement aims to enhance operational capabilities for military aviation by providing advanced flight planning and navigation tools tailored for military use. The contract will be executed in California, with the primary contacts for this opportunity being Terrance Sandifer and Tasha Arestizabal, who can be reached via email or phone for further inquiries. Interested vendors should prepare to engage with the procurement process as details unfold.
    (Q0179) F16 Bulkhead Assmbly (P/N 16B6216-19)
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of an F16 Bulkhead Assembly (Part Number 16B6216-19) with a total quantity of one unit. This procurement is critical due to its association with flight and safety deficiency hazards, and the delivery is required on or before May 1, 2026, to Hill Air Force Base in Utah. The opportunity is set aside for small businesses under NAICS code 336413, and interested vendors must adhere to strict packaging, marking, and quality assurance standards as outlined in the solicitation documents. Quotes are due by December 30, 2025, and potential bidders should contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil for further information.
    PSCU COMPUT TABLET
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the PSCU COMPUT TABLET. This procurement involves the repair and quality assurance of electronic computer manufacturing items, with a focus on ensuring compliance with military standards and specifications. The repaired items are critical for operational readiness in naval applications, emphasizing the importance of timely and quality repairs. Interested contractors must submit their proposals, including a detailed breakdown of repair costs and turnaround times, to the primary contact, Catherine H. Tran, at uyencatherine.h.tran.civ@us.navy.mil or by phone at 717-605-6805, with a required delivery timeframe of 88 days post-acceptance.
    COMPUTER,LAPTOP
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of laptops and computers. The contract will involve the refurbishment and repair of critical components designated as Fly-By-Wire Submarine Flight Critical Components, which are essential for shipboard systems. This procurement is crucial for maintaining operational readiness and ensuring the reliability of submarine systems, with a desired delivery timeline of 180 days. Interested vendors must have a valid U.S. security clearance of CONFIDENTIAL or higher and are encouraged to contact Robert H. Langel at 717-605-3353 or via email at robert.h.langel.civ@us.navy.mil for further details.
    70--PROCESSOR,DISPLAY A
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting offers for the procurement of a processor display unit. This opportunity requires suppliers to provide new, unused stock from original equipment manufacturers (OEMs) or FAA-certified parts, ensuring compliance with specific quality and inspection standards. The goods are critical for military operations, emphasizing the importance of reliability and adherence to government-approved sources of supply. Interested vendors should direct inquiries to Mary Lindsay at 215-737-3832 or via email at Mary.Lindsay@DLA.mil, with proposals due by the specified deadline.
    FA821225Q0341 PROGRAMMABLE CARTRIDGE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a sole-source contract to procure 47 programmable cartridges (NSN: 7045016174668WF) under solicitation FA821225R0471. The cartridges are essential for Foreign Military Sales (FMS) and are required to be delivered by May 28, 2027, with the total contract value estimated at $819,637.70. This procurement is critical as the government does not own the technical data for these parts, which are proprietary to GE Aviation Systems LLC, the only responsible source identified for this requirement. Interested parties must submit their capability statements or proposals by the extended deadline of December 12, 2025, and can direct inquiries to Richard Maynard at richard.maynard.5@us.af.mil or Jo Blakley at jo.blakley@us.af.mil.
    Synopsis, SMART DISPLAY UNIT, NSN: 7025-01-670-4971
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal, is seeking proposals for a three-year Firm Fixed Price service repair contract for Smart Display Units (NSN: 7025-01-670-4971, Part Number: 12581798). The contract will require a minimum production quantity of 14 units and a maximum of 55 units, emphasizing the importance of these devices in military operations. The solicitation, W912CH-24-R-0050, is anticipated to be released within two to four weeks and will include a technical data package (TDP) that is Distribution D; interested parties must be certified under the United States/Canada Joint Certification Program (JCP) to access this data. For inquiries, contractors can contact Christina Smith at christina.d.smith49.civ@army.mil, and they must ensure registration in the System for Award Management (SAM) to participate in the procurement process.
    ACTUATOR, ELECTRO-MECHANICAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of electro-mechanical actuators specifically designed for F-16 A/B canopies. This Request for Proposal (RFP), identified as SPRTA1-26-R-0033, seeks to acquire between 4 to 24 units of new manufactured material under firm-fixed-price terms, with a delivery deadline set for February 11, 2027. The procurement is critical for maintaining operational readiness of the F-16 aircraft, emphasizing compliance with federal acquisition regulations, including cybersecurity standards and restrictions on foreign purchases. Interested vendors must submit their proposals by December 8, 2025, at 3:00 PM, and can direct inquiries to James Maynard at james.maynard.6@us.af.mil or by phone at 730-321-2262.