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
    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
    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.
    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.
    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.
    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
    Miscellaneous Aircraft Accessories
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, is seeking qualified small businesses to participate in a Blanket Purchase Agreement (BPA) for miscellaneous aircraft accessories and components. This procurement aims to streamline the acquisition of commercial items necessary for supporting various naval operations, particularly in Aircraft Launch and Recovery Equipment (ALRE) and Common Support Equipment (CSE). The BPA will facilitate efficient procurement processes, allowing for multiple awards to small businesses, with individual orders not exceeding $250,000 and a total master dollar limit of $4,999,999 over five years. Interested vendors must submit their capabilities statements and relevant documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including their Cage Code and Unique Entity Identifier (UEID) for verification.
    IT and Telecom
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for IT and telecom services, including help desk support and productivity tools. This procurement aims to streamline the acquisition process for various commodities essential to naval operations, facilitating quicker responses to operational needs through multiple BPAs awarded to qualified vendors. The selected vendors will be required to submit a capabilities statement and must be registered in the System for Award Management (SAM) with a valid CAGE Code, with responses due by March 11, 2026. Interested parties can direct inquiries to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, and must include the synopsis number N6833525Q0321 in their correspondence.
    I/O Cables
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of fully assembled Input/Output (I/O) cables. This procurement aims to replace obsolete components in the Landing Helicopter Dock and Landing Helicopter Assault (LHD/A) Machinery Control Systems (MCS) Land Based Test Environment, requiring the delivery of 1,075 I/O cable assemblies that meet stringent specifications and security requirements. The contract emphasizes the importance of preventing counterfeit materials and adhering to various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, with deliveries due by October 15, 2026. Interested parties should direct inquiries to Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil, with the solicitation closing on December 22, 2025.
    59--ADAPTER SET,CABLE B
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of an Adapter Set, Cable B, identified by NSN 5935016899048. The contract will involve an Indefinite Delivery Contract (IDC) with an estimated quantity of three units to be delivered within 76 days after order placement, with a total order cap of $350,000 over one year. This procurement is crucial for maintaining electrical and electronic equipment components, and all responsible sources are encouraged to submit their quotes electronically. Interested parties should direct inquiries to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    59--CABLE ASSEMBLY,SPEC
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking proposals for the procurement of 10 units of a specialized cable assembly, identified by NSN 1R-5995-016914056-BL and part number 327419-8. This procurement is a Total Small Business Set-Aside, aimed at acquiring essential communication equipment components, which are critical for various defense applications. The government intends to award the contract based on a limited source basis to ACE Electronics Defense Systems LLC and Cristek Interconnects Inc., with the expectation that interested parties will submit their capability statements within 45 days of this notice. For further inquiries, interested organizations can contact Anna M. Kiessling at anna.m.kiessling.civ@us.navy.mil, with the anticipated award date set for September 2025.
    RDT&E Tech Refresh
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting bids for the procurement of laptops, workstations, and portable hard drives, specifically aimed at supporting CODE 60 Logistics for scanning hardware and IT equipment. This opportunity, valued at $34,000,000, is set aside for Women-Owned Small Businesses (WOSB) and includes requirements for high-performance computing equipment, such as gaming laptops and robust workstations with advanced specifications. The procurement emphasizes compliance with federal acquisition regulations, including software security and accessibility standards, with deliveries expected by December 19, 2025. Interested vendors should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil and submit their proposals by December 17, 2025.
    BPA - IT and Telecom PSC 7E20
    Dept Of Defense
    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.
    Electrical and Electronic Components
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for electrical and electronic components. This procurement aims to streamline the acquisition of various commodities to support Naval operations, particularly in Aircraft Launch and Recovery Equipment (ALRE) and Common Support Equipment (CSE). The BPAs will facilitate efficient procurement processes, allowing for as-needed supply and service acquisitions, with individual call orders not exceeding $250,000 and a total master dollar limit of $4,999,999 over five years. Interested vendors must submit their capabilities statements and relevant documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including their Cage Code and Unique Entity Identifier (UEID) for verification.
    Welding and Soldering Supplies
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to provide welding and soldering supplies through a Blanket Purchase Agreement (BPA). This procurement aims to support various programs related to Aircraft Launch and Recovery Equipment, Common Support Equipment, and Peculiar Support Equipment, which are critical for naval operations. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    Commercial Hardware
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to participate in a Blanket Purchase Agreement (BPA) for commercial hardware items. This procurement aims to streamline the acquisition of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE), and Peculiar Support Equipment (PSE) to support various naval operations. The BPAs will facilitate efficient procurement processes, allowing for as-needed acquisitions while ensuring compliance with federal regulations. Interested vendors must submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, referencing the synopsis number N6833525Q0321.