Apple Wireless Accessories BPA
ID: N0016725Q0020Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - MOBILE DEVICE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7E21)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Nov 6, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 14, 2024, 12:00 AM UTC
  3. 3
    Due Nov 22, 2024, 3:00 PM UTC
Description

The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking qualified small businesses to provide wireless accessories under a Blanket Purchase Agreement (BPA) focused on Apple products. The procurement aims to acquire commercial items such as screen protectors, charging cables, power adapters, and cases that meet military durability standards, with a contract duration of five years or until the total ceiling price is reached. This opportunity emphasizes compliance with federal regulations and is set aside for small businesses, with evaluations based on a Lowest Price Technically Acceptable (LPTA) basis. Interested vendors must submit their quotes by November 22, 2024, at 10:00 AM EST, to Brittany Tavassoli at brittany.b.tavassoli.civ@us.navy.mil, ensuring all submissions adhere to the specified requirements and formats.

Point(s) of Contact
Files
Title
Posted
Nov 14, 2024, 7:37 PM UTC
This document is an amendment to a government solicitation related to a Blanket Purchase Agreement (BPA) for Apple Wireless Accessories issued by the Naval Surface Warfare Center Carderock Division. The amendment serves to correct the North American Industry Classification System (NAICS) code, extend the submission due date from November 15, 2024, to November 22, 2024, and maintain all other terms and conditions previously established. The new NAICS code is 334111, changing from 541519. Key details include obligations of the government for purchases under the BPA and the requirement for delivery tickets to include specific information such as supplier name, BPA number, and quantity details, among others. The BPA will last for five years or until the total ceiling price is reached, and it allows for approximately 3 to 5 awards, although there is discretion to award to a single vendor or none at all if acceptable proposals are lacking. This amendment exemplifies the structured process within government procurement, ensuring compliance and clarity in vendor engagement.
Nov 14, 2024, 7:37 PM UTC
The document outlines a combined synopsis and solicitation (N0016725Q0020) by the Naval Surface Warfare Center Carderock Division (NSWCCD) for a Blanket Purchase Agreement (BPA) intended to acquire commercial wireless accessories, with a focus on Apple products. This procurement is set aside for small businesses, aiming to fulfill specific requirements outlined in the performance work statement (PWS). Evaluations will employ a Lowest Price Technically Acceptable (LPTA) approach, prioritizing quotes conforming to specified terms and criteria. The BPA aims for a five-year contract, with authorized purchasing limited to NSWCCD contracting officers. The accessories include device-specific screen protectors, charging cables, power adapters, and cases exceeding military durability standards. Vendors must demonstrate the ability to meet technical specifications and provide pricing for listed items. Quotes are due by 15 November 2024, with all submissions required in specific formats via email to the project's contact, Brittany Tavassoli. This solicitation emphasizes compliance with federal regulations, as it incorporates various FAR clauses and mandates electronic invoicing. Overall, the document underscores the government’s commitment to securing quality commercial items while encouraging participation from small business entities.
Nov 14, 2024, 7:37 PM UTC
The document outlines a justification for soliciting procurement using limited competition, as permitted under the Federal Acquisition Regulation (FAR) guidelines. It identifies key reasons for this approach, including proprietary rights, exclusive licensing agreements from Original Equipment Manufacturers (OEM), and other mandatory sources. The justification process involves certifications and approvals from the customer, first line supervisor, and contracting officer, confirming the accuracy of the claims presented. Specifically, FAR 8.405-6 details the limited source authority, emphasizing that situations may require services or items exclusively available from specific providers due to legal or proprietary constraints. The document establishes an official framework for securing necessary procurement while adhering to federal regulations, reflecting the objective of efficient and lawful government contracting processes.
Nov 7, 2024, 4:04 PM UTC
The memorandum outlines a justification for a sole-source acquisition of specific Apple wireless accessories required by the Naval Surface Warfare Center Carderock Division (NSWCCD) to support government-issued iPads and iPhones. It references the Federal Acquisition Regulation (FAR) regarding simplified acquisition thresholds and brand-name specifications. The requested items, including various models of Apple Pencils, keyboards, and protective cases, are deemed essential due to unique features essential for operational efficiency and compatibility with government devices. The total estimated cost for these items is $249,000, anticipating both current and future needs. The memorandum asserts that no comparable alternatives meet the specified requirements, thereby validating the absence of competition and the necessity to procure these brand-name items from Apple Inc. The document concludes with necessary certifications and approvals from involved officials, emphasizing compliance with regulations for non-competitive procurement.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
NAWCAD WOLF - PePlink Routers and Wifi Access Point
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking quotations for PePlink International Limited's WiFi access points and ruggedized routers on a firm fixed-price basis. This procurement is a total small business set-aside and emphasizes a brand-name requirement, with no substitutions accepted for the specified items. The goods are essential for enhancing network capabilities within military operations, ensuring reliable communication and data transfer. Interested vendors must submit their quotes via email to Maria A. Sproul by 5:00 PM Eastern Time on April 28, 2025, and ensure compliance with the Trade Agreements Act, with delivery expected by May 23, 2025.
Total Small Business Set Aside for Various Brands and Quantities of Spare & Repair Parts for the Clandestine Delivered Mine (CDM) Project, As Requested. See All Attachments.
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals from qualified small businesses for a total small business set-aside contract to supply various brands and quantities of spare and repair parts for the Clandestine Delivered Mine (CDM) project. The procurement involves a firm fixed-price purchase order for specific electronic components from authorized resellers of brands such as Molex, Texas Instruments, and Amphenol, among others, as detailed in the attached documentation. This acquisition is critical for maintaining the operational readiness of the CDM system, with a total of 22,805 items required, emphasizing the importance of brand compliance to meet stringent technical specifications. Interested vendors must submit their quotes by April 24, 2025, to Jessica Clark at jessica.d.clark27.civ@us.navy.mil, ensuring all submissions include the required price list and comply with federal procurement standards.
SMALL BUSINESS SET-ASIDE - Ruggedized laptops and all accessories and applicable equipment
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals from qualified small businesses for the procurement of ruggedized laptops and associated equipment as part of the Electronic Maintenance Support System (EMSS) kit for the U.S. Marine Corps. The requirement includes high-performance laptops with specifications such as a minimum of 32 GB RAM, robust GPU, and 1 TB solid-state drive, along with various accessories to ensure operational effectiveness in field conditions. This procurement is critical for enhancing the Marine Corps' maintenance capabilities and will be conducted as a total small business set-aside, with an anticipated contract value of up to $30.4 million over a three-year ordering period. Interested vendors must submit proposals by May 2, 2025, and can direct inquiries to Angie Cooperider at angela.w.cooperider.civ@us.navy.mil or by phone at 812-381-2567.
CABLE ASSEMBLY
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Pearl Harbor), is soliciting offers for the procurement of cable assemblies, specifically mold cable assemblies, with a focus on compliance with Federal Acquisition Regulations (FAR). Offerors must adhere to strict submission guidelines, including the requirement to submit their proposals via email by April 25, 2025, at 11:00 AM HST, and ensure registration in the System for Award Management (SAM). This procurement is set aside for small businesses, particularly those that are service-disabled veteran-owned or women-owned, emphasizing the government's commitment to supporting small business participation in federal contracts. Interested parties can direct inquiries to Wongduean Guajardo at wongduean.a.guajardo.civ@us.navy.mil, and the anticipated delivery date for the products is May 11, 2025.
Milcortex Brick Computer
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division, is soliciting proposals for the procurement of 67 MilCortex 4000 Standalone Ruggedized Computers, aimed at upgrading legacy Operator Station Units on LHD/A ships. This acquisition is critical for the Machinery Control Systems Tech Refresh project, ensuring compatibility with Windows 11 and adherence to specific operational and environmental standards. The procurement is a Total Small Business Set-Aside, with a firm-fixed-price purchase order estimated at approximately $443,205, emphasizing the unique specifications of the Rugged Science brand hardware. Interested vendors must submit their quotes by May 7, 2025, and can direct inquiries to Shawn M. Waters at shawn.m.waters@navy.mil or Jillian Randazzo at jillian.randazzo.civ@us.navy.mil.
BPA - IT and Telecom PSC 7E20
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for IT and Telecom services, particularly in the areas of help desk support, workspace solutions, and productivity tools. Interested vendors must demonstrate their capabilities and provide a price list, along with at least three past performance references that will be evaluated based on customer satisfaction, timeliness, technical success, program management, and quality. This procurement is crucial for ensuring reliable support services within the Navy, and vendors are encouraged to submit their documentation by April 30 for June awards or by October 31 for December awards. For further inquiries, interested parties can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or Brandi L. Sorzano at brandi.l.sorzano.civ@us.navy.mil.
22 AS - iPad Tech Refresh and Accessories - Travis AFB
Buyer not available
The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking quotations for a Firm Fixed Price contract to procure Apple iPads and accessories for the 22nd Airlift Squadron. The procurement includes 120 Apple iPad mini (7th generation) and 85 Apple 11-inch iPad Air (M2) units, along with protective cases, to replace outdated electronic flight bags and ensure compliance with security standards. This initiative is critical for maintaining operational effectiveness and mitigating technology refresh costs, with a focus on timely delivery due to the approaching fiscal year-end. Interested vendors must be authorized Apple resellers and submit their proposals by April 23, 2025, with inquiries directed to SrA Estrada Dighiera at amelia.estradadighiera@us.af.mil or Ms. Maekyla Rosendo at maekylajane.rosendo.3@us.af.mil.
25-SIMACQ-D20-0006 Cables
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, California, is conducting a Sources Sought Notice to identify potential suppliers for various commercial items, including UPS power charging cables and ground cable assemblies. The procurement aims to assess market capabilities for providing these items under Full and Open Competition, adhering to NAICS code 334419, which encompasses Other Electronic Component Manufacturing. Interested companies are required to submit their capabilities, business size, and cost estimates by May 6, 2025, and must be registered in the System for Award Management (SAM) and complete a DD Form 2345 for access to export-controlled technical data. For further inquiries, interested parties can contact Jorge Ortiz at jorge.u.ortiz.civ@us.navy.mil or Brian A. Carpenter at brian.a.carpenter14.civ@us.navy.mil.
MK38 MOD 4 Cables
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking quotes for the procurement of MK38 MOD 4 Cables under a firm fixed price contract. This solicitation, identified as RFQ N0017425Q1005, is open to all vendors and aims to acquire commercial items, specifically various types of cables including power and fiber optic cables, adhering to specified commercial part numbers and quantities. The procurement is crucial for supporting military communications and operational capabilities, with a focus on compliance with regulatory standards and quality assurance. Interested vendors must submit their quotes by April 25, 2025, and can request technical drawings via email to Mackenzie Martin at mackenzie.f.martin.civ@us.navy.mil by April 16, 2025, to facilitate their proposals.
FCC BPA
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for a Blanket Purchase Agreement (BPA) primarily with Fischer Custom Communications, Inc. for the procurement of commercial items related to instrument manufacturing for measuring and testing electricity and electrical signals. This BPA will facilitate the acquisition of supplies and services on an as-needed basis, with a maximum expenditure of $500,000 over a five-year period, emphasizing compliance with the Trade Agreements Act (TAA) and the inclusion of past performance references in the evaluation process. Interested vendors must submit their proposals by April 25, 2025, with an anticipated award date by May 28, 2025; for inquiries, contact Heather Hostinsky at heather.g.hostinsky.civ@us.navy.mil or Amanda Marcella at amanda.marcella@navy.mil.