Maintenance Laptops
ID: N68335-25-R-0280Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAIR WARFARE CTR AIRCRAFT DIVJOINT BASE MDL, NJ, 08733, 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 Naval Air Warfare Center Aircraft Division (NAWCAD) in Lakehurst, NJ, is preparing to procure maintenance laptops, including Panasonic Toughbooks and retrofit services for legacy systems. The procurement includes one First Article Test Unit and a total of 218 Panasonic Toughbooks, along with the retrofit of 104 legacy P-8 Maintenance Laptop Sets to updated specifications. These laptops are critical for maintaining operational readiness and support for naval aircraft systems. The solicitation is expected to be released on or about November 17, 2025, with the contract awarded based on a Lowest Price / Technically Acceptable basis. Interested parties should direct inquiries to Michael Miller at michael.t.miller248.civ@us.navy.mil, and responses to this presolicitation notice must be submitted within 15 days of publication.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Navy Program Office PMA 290 seeks proposals for manufacturing P-8 Maintenance Laptop Sets, designated as a 100% Small Business set-aside. This five-year, Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract will be awarded to the lowest-priced, technically acceptable offeror. Key requirements include providing a First Article Test Unit, 118 Panasonic Toughbooks, retrofitting 104 Legacy P-8 Maintenance Laptop Sets, and supplying 21 P-8 Maintenance Laptop Sets (Part Number 4091AS1000-2). Offerors must have a certified DD Form 2345 to access export-controlled technical drawings. The contract specifies detailed packaging, marking, and inspection requirements, with all deliveries to Lakehurst, NJ. Contractors must have an ISO 9001:2015 or better quality assurance system and adhere to strict identification protocols for personnel and materials.
    This document outlines instructions for offerors responding to a government request for proposal (RFP), specifically focusing on the completion of the Company Information and Pricing tabs. Offerors must fill in all green-colored cells on the Company Information tab with their organizational details. For the Pricing tab, fixed-price unit prices are required for each applicable Contract Line Item (CLIN) in the designated green cells of column D. These proposed unit prices will become the contractual amounts if awarded. The document explicitly states that Contract Data Requirements Lists (CDRLs) are not to be priced separately. It also provides examples of the required format for a populated pricing tab, including CLINs for Panasonic Toughbooks and P-8 Maintenance Laptops.
    The Past Performance Questionnaire (Attachment L-1) is a critical document used in government contracting, likely for federal, state, or local RFPs and grants. It evaluates a contractor's past performance across key areas: Quality of Product and Processes, Timeliness of Performance, and Customer Satisfaction. For each area, the contractor receives a rating (Unsatisfactory to Outstanding) and detailed comments. The form also captures contractual details like the contract number, period of performance, and type (e.g., Fixed Price, Cost Reimbursement). A crucial component is the question of whether the customer would select the firm again, requiring an explanation. Interviewee and interviewer information, including names, signatures, and contact details, are also recorded. This document serves as a standardized tool for assessing a contractor's reliability and effectiveness for future contract awards.
    The document, "SECTION L ATTACHMENT (L-2) Table PP-1 Past Performance Contract Data," is a template for offerors to provide detailed past performance contract information in response to government RFPs. It outlines 21 specific data points required for each contract, including entity and offeror names, contract reference, title, number, type, and relevant delivery/task order numbers. It also requests subcontract/PO numbers, procuring agency, product/service description, period of performance, CAGE Code, and total/annualized dollar values. Offerors must provide a brief work description, dates for CPARs and past performance questionnaires, and contact information for government and commercial personnel who can validate performance, such as PCOs, ACOs, PMs, and other relevant points of contact. The template also includes sections for general remarks and a detailed contract work description.
    Lifecycle
    Title
    Type
    Maintenance Laptops
    Currently viewing
    Presolicitation
    Similar Opportunities
    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.
    LTC RFP N0038326R0016
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the repair and renewal of aircraft fuel tanks under solicitation number N0038326R0016. The procurement involves detailed requirements for configuration management, engineering changes, and adherence to military and commercial standards for preservation, packaging, and marking of the fuel tanks. These components are critical for maintaining the operational readiness of military aircraft, ensuring safety and efficiency in fuel management. Interested parties should note that the response deadline has been extended to December 17, 2025, and can contact John A. Maier at (215) 697-2782 or via email at JOHN.A.MAIER11.CIV@US.NAVY.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.
    16--TIP,ASSEMBLY,LH, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a left-hand assembly tip for the P-8 aircraft, specifically identified by NSN 7R-1680-016600068-P8. The procurement will be conducted on a sole source basis with The Boeing Company, the Original Equipment Manufacturer (OEM), as they are the only known source capable of providing the necessary repair support for this component. This opportunity is critical for maintaining the operational readiness of the P-8 aircraft, and interested parties are encouraged to submit their capability statements to the contracting officer, Taylor M. Weidman, at taylor.m.weidman2.civ@us.navy.mil, within 15 days of this notice. The solicitation is expected to be issued on December 17, 2025, with proposals due by January 15, 2025, and the anticipated award date is January 30, 2025.
    16--TIP ASSEMBLY,LEFT, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the Left Tip Assembly of the P-8 aircraft, specifically under the NSN 7R-1680-016938648-P8. The procurement is intended to be conducted on a sole source basis with The Boeing Company, the Original Equipment Manufacturer (OEM), as they are the only known source capable of providing the necessary repair support due to the lack of available drawings or data for this part. Interested parties are invited to submit capability statements or proposals within 45 days of the notice, with the solicitation expected to be issued on December 17, 2025, and a closing date of January 15, 2026. For further inquiries, interested organizations may contact Taylor M. Weidman at taylor.m.weidman2.civ@us.navy.mil.
    16--CHASSIS,CONTROL PAN, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair of two units of the Chassis, Control Pan (NSN: 1680 016907317). The procurement requires contractors to adhere to strict quality control measures and repair procedures, ensuring that all items are restored to a Ready for Issue (RFI) condition within a required turnaround time of 30 days after receipt. This equipment is critical for operational readiness in military applications, emphasizing the importance of timely and compliant repairs. Interested contractors should contact Tara Kupperstein at 215-697-3608 or via email at tara.b.kupperstein.civ@us.navy.mil for further details, with the expectation that all contractual documents will be issued electronically upon acceptance of proposals.
    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.
    FMS REPAIR OF COMPUTER, FLIGHT CONTROL
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to award a sole source contract for the repair of a flight control computer specifically for H-1 aircraft. The procurement involves the repair of one unit of the flight control computer (NIIN: 015825365, Part Number: 449-005-100-105), with PUI being the Original Equipment Manufacturer and the only known source for this service, as the Government lacks the necessary data for competitive procurement. This contract is crucial for maintaining the operational capabilities of the H-1 aircraft, and the solicitation is expected to follow FAR Part 15, with an anticipated award date in March 2026. Interested parties may submit capability statements within 45 days of the presolicitation notice, and inquiries can be directed to Shannon Menickella at shannon.r.menickella.civ@us.navy.mil.
    LAU PAGS FIELD REPA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of parts for AV-8B and F402 aircrafts, specifically NSN: 1620-00-890-3202, under the presolicitation titled "LAU PAGS FIELD REPA." The contract will be an Indefinite Quantity Contract with an estimated annual quantity of 80 units over a term of 60 months, requiring delivery within 560 days after receipt of order. This procurement is critical for maintaining aircraft operational readiness, and it is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should prepare their proposals in accordance with the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040.
    DATA PACK ASSEMBLY
    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 DATA PACK ASSEMBLY units. The procurement aims to ensure timely and efficient repair turnaround, with a required Repair Turnaround Time (RTAT) of 276 days, emphasizing the importance of maintaining operational readiness for naval systems. This contract is set as a total small business set-aside, encouraging participation from small businesses in the Bare Printed Circuit Board Manufacturing industry, with the solicitation due date extended to November 3, 2026. Interested contractors should direct inquiries to Kailyn M. Muro at 717-605-1350 or via email at kailyn.m.muro.civ@us.navy.mil for further details.