SMALL BUSINESS SET-ASIDE - Ruggedized laptops and all accessories and applicable equipment
ID: N0016425RJW85Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - STORAGE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7K20)

Set Aside

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

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting proposals from qualified Women-Owned Small Businesses (WOSB) for the procurement of ruggedized laptops and associated equipment as part of the Electronic Maintenance Support System (EMSS) Kit. The contract, structured as a firm-fixed-price indefinite delivery/indefinite quantity (IDIQ) agreement, aims to acquire a total of 6,500 Electronic Maintenance Devices (EMDs) and related accessories, which are critical for supporting Marine Corps systems and enhancing operational capabilities in the field. Interested vendors must ensure that all products meet stringent technical specifications, including TAA compliance, and adhere to delivery timelines of 90 days post-order placement. The total contract value ranges from a minimum of $500 to a maximum of $30,400,900 over a three-year period, with proposals due by October 24, 2025. For further inquiries, potential bidders can contact Angie Cooperider at angela.w.cooperider.civ@us.navy.mil or by phone at 812-381-2567.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses questions from Solicitation 25RJW85, focusing on technical specifications and contract terms for a 3-year IDIQ contract. Key points include the application of the Berry Amendment to backpacks and the use of Getac Rugged EMD (B360-Gen2) laptops as a reference, though specific brands are not solicited. The earliest rollout is Q3 2026, with a 90-day delivery schedule. The government intends to award a 3-year IDIQ contract in Q3. Minimum CPU specifications require 16 threads, which will not be reduced. Both a technical capability narrative and an optional spreadsheet (Attachment 2) are desired. All items must be TAA compliant. The SBA class waiver applies to NAICS 334111 for laptops/tablets, including ruggedized versions. Subcontractor past performance will not be evaluated. The memory must be expandable to 64GB, and the GPU specification in Attachment 1 has been updated. The weight of the laptop/tablet will not be increased beyond the 37 lbs kit limit. HDMI ports can be on detachable keyboards or utilize USB-C to HDMI adapters. Proposed laptops/tablets must be commercially available in the specified configuration prior to award, with no post-award modifications allowed. The NAICS code is confirmed as 334111, and bidders must bid on all items.
    Amendment 0001 to Solicitation N0016425RJW85 addresses questions, corrects the NAICS code from 334511 to 334111, updates Attachment 1 EMSS Kit Specifications, and extends the proposal deadline to October 14, 2025. It also modifies clauses 52.204-8 and 52.212-5, updating several FAR clauses to their March 2025 versions and incorporating new deviations. Key changes include revised limits for contractor obligations, and the addition of Attachment 5 with Q&A. The amendment updates various FAR clauses related to business ethics, reporting, small business programs, labor standards, and foreign purchases, ensuring compliance with current regulations and executive orders.
    This government solicitation (N0016425RJW85) is an Indefinite Delivery/Indefinite Quantity (IDIQ) request for Electronic Maintenance Support System (EMSS) units and components for the Naval Surface Warfare Center (NSWC) Crane. The contract is set aside for Women-Owned Small Businesses (WOSB) and aims to procure technical refresh devices to achieve an Authorized Acquisition Objective (AAO) of 6,500 systems over a three-year ordering period. The EMSS units, including Electronic Maintenance Devices (EMDs), laptop batteries, computer backpacks, power adapters, battery chargers, Ethernet cables, external DVD writers, and spare parts, will support Marine Corps systems. The contract has a minimum order value of $500 and a maximum of $30,400,900. Deliveries are required within 90 days of order placement to NSWC Crane, IN, and strict guidelines for counterfeit avoidance, unique item identification, and electronic invoicing via Wide Area WorkFlow (WAWF) are in place. The solicitation incorporates various FAR and DFARS clauses, emphasizing small business participation, ethical conduct, and supply chain integrity.
    The document outlines the technical specifications and requirements for acquiring a ruggedized laptop/tablet solution, referred to as the Electronic Maintenance Device (EMD), for an Electronic Maintenance Support System (EMSS) kit intended for the U.S. Marine Corps. Key specifications include a high-performance CPU, a minimum of 32 GB RAM, a robust GPU, and a 1 TB solid-state drive. The EMD must be equipped with various connectivity options, including USB ports and Ethernet, as well as features such as a high-definition touchscreen display, audio capabilities, and a water-resistant keyboard. Additionally, the document details environmental resilience requirements and software compatibility stipulations, highlighting the need for a durable design compliant with military standards. Accessories such as a durable backpack, multiple power adapters, an external battery charger, and optional expansion batteries are also mandated. The specifications aim to ensure the EMD integrates effectively within operational contexts while providing logistical support through available spare parts and identification branding according to Department of Defense regulations. Overall, the document serves as a guideline for vendors responding to the RFP to equip the Marine Corps with technologically advanced maintenance devices suited for field conditions.
    Attachment 1 outlines the technical specifications for an Electronic Maintenance Support System (EMSS) Kit, focusing on a ruggedized laptop/tablet solution (EMD) and its associated accessories. The EMD must meet stringent requirements, including a 3.3 GHz or faster CPU, 32 GB DDR4 RAM (expandable to 64 GB), a DirectX 12 compatible GPU with 4 GB GDDR6 memory, and a 1 TB removable SSD with a 4.8 GB/s transfer rate. It also requires a TPM 2.0 chip, a 10.1”+ 1080P touchscreen display, various communication ports (Gigabit Ethernet, USB-A, USB-C, HDMI, RS-232), an 802.11ax wireless adapter, and comprehensive audio capabilities. The EMD needs an 82-key water-resistant keyboard, touchpad, stylus, camera, and an 8-hour primary battery. Environmental specifications demand compliance with MIL-STD-810H(1) for ruggedization. The kit includes a backpack, two power adapters (AC and NATO), a battery charger, an Ethernet cable, an external DVD drive, and an expansion battery. The document also details requirements for spare hard drives, batteries, and AC adapters, along with Item Unique Identification (IUID) branding and program logo application.
    The document outlines technical specifications and additional considerations for a ruggedized laptop/tablet solution, known as an Electronic Maintenance Device (EMD), to be used as part of an EMSS Kit. Key requirements include a 3.3 GHz or faster CPU with 8+ cores, 32 GB DDR4 RAM (expandable to 64 GB), an NVIDIA GTX 1650 with Max-Q equivalent GPU, and a 1 TB removable SSD with a data transfer rate of at least 4.8 GB/s. The EMD must be TAA compliant, weigh a maximum of 9 lbs, and adhere to MIL-STD-810H(1) environmental specifications. It must also have a TPM 2.0 chip, a 10.1”+ 1080P touchscreen display, various communication ports (Gigabit Ethernet, USB-A, USB-C, HDMI, RS-232), a smart card reader, 802.11ax wireless, and internal audio with specific output features. Power requirements include an 8-hour primary battery, AC adapter, and NATO adapter compatibility. The kit includes a backpack, two power adapters (AC and NATO), a battery charger, Ethernet cable, external DVD drive, and an expansion battery. Spares for hard drives, batteries, and AC adapters are also specified. Each EMD requires IUID branding and an EMSS Program logo.
    This document, "Attachment 1: Electronic Maintenance Support System (EMSS) Kit," outlines the technical specifications and requirements for a ruggedized laptop/tablet solution, referred to as an Electronic Maintenance Device (EMD), to be part of an EMSS Kit for government use. The EMD must be TAA compliant and meet stringent minimum requirements for its CPU, RAM, GPU, storage (1TB removable SSD), TPM 2.0 or higher, and a 10.1”+ FHD touchscreen display. Communication ports include Gigabit Ethernet, USB-A and USB-C, HDMI, and RS-232, with 802.11ax wireless and optional Li-Fi capability. Audio features internal speakers (80 dB), headphone/microphone jacks, and USB audio support. Input devices must include an 82-key water-resistant keyboard, touchpad, stylus, and camera. The EMD must weigh under 9 lbs (37 lbs with backpack/ancillary equipment), have an 8-hour battery life, and comply with MIL-STD-810H(1) environmental specifications and MIL-STD-1472H for human engineering. Software compatibility with Windows 11 Secure Boot and UEFI is required. The kit includes a backpack, two power adapters (AC and NATO), a battery charger, an Ethernet cable, an external DVD drive, and an expansion battery. Spares for hard drives, batteries, and AC adapters are also specified. Each EMD requires Item Unique Identification (IUID) branding and a securely affixed EMSS Program logo.
    This document, "Electronic Maintenance Support System (EMSS) Kit, Attachment 1," outlines the technical specifications and requirements for a ruggedized laptop/tablet solution, referred to as an Electronic Maintenance Device (EMD), to be used in EMSS Kits. Each kit comprises an EMD, backpack, power adapter, battery charger, Ethernet cable, external DVD drive, and an expansion battery. The EMD must meet stringent specifications, including a 3.3 GHz or faster CPU, 32 GB DDR4 RAM (expandable to 64 GB), an NVIDIA RTX 1650 equivalent GPU, and a 1 TB removable SSD with a 4.8 GB/s transfer rate. It must also feature a TPM 2.0 chip, a 10.1”+ full HD touchscreen display, various communication ports (Gigabit Ethernet, multiple USB, HDMI, RS-232, Smart Card Reader), 802.11ax wireless, and robust audio capabilities. Input devices include an 82-key water-resistant keyboard, touchpad, stylus, and camera. Power requirements specify an 8-hour primary battery life and 100-240V AC charging, with NATO adapter compatibility. The EMD must weigh under 9 lbs (37 lbs with accessories) and comply with MIL-STD-810H(1) for ruggedization. Software must be Windows 11 Secure Boot and UEFI compatible, with a 500-hour MTBF and a 1-minute self-test. A minimum 3-year warranty with 24/7 support is required. Additional accessories include a specific backpack, two power adapters (AC and NATO), a standalone battery charger, a 20-foot CAT 6 Ethernet cable, an optional strap assembly, an external USB DVD-ROM/CD-RW drive, and an expansion battery. Spare parts options for hard drives, batteries, and AC adapters are also detailed. All EMDs require Item Unique Identification (IUID) branding and an EMSS program logo prior to delivery.
    The provided document, Attachment 2, outlines the technical specifications for an Expeditionary Mobile Device (EMD) and its associated accessories, forming part of a government Request for Proposal (RFP). The EMD requires a robust CPU (3.3 GHz, 8+ cores, 16+ threads), 32 GB DDR4 RAM (expandable to 64 GB), a DirectX 12 compatible GPU with specific clock speeds and 4 GB GDDR6 memory, and a 1 TB removable SSD. It must feature a TPM 2.0 chip, a 10.1-inch+ Full HD touchscreen display, various communication ports (Gigabit Ethernet, USB-A, USB-C, HDMI, RS-232), and 802.11ax wireless capability. Audio specifications include line-in, headphone, and microphone connectors with an auto-switch output and 80 dB internal speakers. Input devices comprise an 82-key water-resistant keyboard, touchpad, stylus, and camera. The EMD needs an 8-hour battery, a 100-240V AC adapter, and ruggedization to MIL-STD-810H(1) standards. The RFP also details additional items such as an expansion battery, universal backpack, NATO power adapter, battery charger, Ethernet cable, strap assembly, external USB DVD-ROM/CD-RW drive, and options for spare hard drives, batteries, and AC power adapters, specifying quantities and technical attributes for each.
    This document, Attachment 2, outlines the technical specifications for an EMSS Kit, detailing minimum requirements for various components, including the Central Processing Unit (CPU) at 3.3 GHz or faster with 8 efficient cores, 32 GB DDR4 RAM expandable to 64 GB, and a GPU meeting NVIDIA GTX 1650 with Max-Q specifications. Storage must be a 1 TB removable SSD with a SATA III interface. The kit requires a TPM 2.0 chip, a Full HD 10.1”+ touchscreen display, Gigabit Ethernet, multiple USB ports, HDMI, and a True RS-232 serial port. Wireless connectivity needs to be at least 802.11ax compatible, with optional Li-Fi support. Audio features include internal speakers (80 dB output) and standard connectors. Input devices comprise an 82-key water-resistant keyboard, touchpad, stylus, and camera. Power is supplied via a 100-240V AC adapter, with an 8-hour primary battery and an optional expansion battery. The device must weigh under 9 lbs (37 lbs with backpack) and be ruggedized to MIL-STD-810H(1) standards. Software compatibility includes Windows 11 Secure Boot and UEFI. The kit also specifies additional items like a NATO power adapter, expansion laptop battery, universal backpack, battery charger, Ethernet cable, optional strap assembly, external USB DVD-ROM/CD-RW drive, and spare hard drives, batteries, and AC power adapters. All solutions must be Trade Agreements Act (TAA) compliant.
    Attachment 2 of this RFP details the technical specifications for an EMSS Kit, an Emergency Medical Support System. The core component, CLIN 0001, outlines stringent requirements for a ruggedized laptop or 2-in-1 device. Key specifications include a CPU of 3.3 GHz or faster with 8+ cores, 32 GB DDR4 RAM (expandable to 64 GB), an NVIDIA RTX 1650 equivalent GPU, and a 1 TB removable SSD with a 4.8 GB/s data transfer rate. The device must feature a TPM 2.0 chip, a 10.1-inch+ 1080P touchscreen display, Gigabit Ethernet, various USB ports, HDMI, and a True RS-232 serial port. Wireless connectivity must be at least 802.11ax, with optional Li-Fi support. Audio requirements include internal line-in, stereo headphone, and microphone connectors, with an 80 dB sound output. Input devices comprise an 82-key water-resistant keyboard, touchpad, stylus, and built-in camera. Power is supplied by a 100-240V AC adapter, and the primary battery must provide 8+ hours of continuous runtime. The device must weigh a maximum of 9 lbs (37 lbs with backpack) and comply with MIL-STD-810H(1) for ruggedization. Software compatibility includes Windows 11 Secure Boot and UEFI. A 3-year warranty with 24/7 phone support is required. Additional CLINs specify a NATO power adapter (CLIN 0002), an expansion laptop battery (CLIN 0003), a universal computer backpack (CLIN 0004), a standalone battery charger (CLIN 0005), a 20-foot CAT 6 Ethernet cable (CLIN 0006), an optional strap assembly (CLIN 0007), an external USB DVD-ROM/CD-RW drive (CLIN 0008), and options for spare hard drives (CLIN 0009), batteries (CLIN 0010), and AC power adapters (CLIN 0011). All EMSS Kit components must be Trade Agreements Act (TAA) compliant.
    Attachment X – Solicitation No: XX outlines the requirements for providing recent and relevant past performance references within a government solicitation. This document serves as a template for contractors to submit detailed information about their prior contracts and task orders. Key data points include the performing contractor's CAGE Code/UEID, customer and program names, contract/task order numbers, and periods of performance. It also requires comprehensive contact information for various customer points of contact (e.g., Program Manager, PCO, COTR). Furthermore, the form mandates details on contract type (e.g., Firm-Fixed-Price, Time-and-Materials, Cost-Reimbursement) and financial information, specifying total dollar values at award and completion for both completed and ongoing contracts. The document concludes with a section for a narrative describing the contracting effort. This attachment is crucial for source selection, enabling the evaluating agency to assess a bidder's experience and capability.
    This document outlines a federal Request for Proposal (RFP) detailing eleven Contract Line Item Numbers (CLINs) for various electronic and computer-related equipment. Each CLIN, from 'Electronic Maintenance Device' to 'Spare A/C Power Adapter,' including an optional 'Strap Assembly Elastic Arm Grip,' requires offerors to propose quantities for Year 1, Year 2, and Year 3, indicated as 'TBD.' The file emphasizes that the determination of stepladder quantity levels and their corresponding lower and upper quantity figures per CLIN is at the sole discretion of each offeror. This approach is designed to encourage competitive pricing from vendors. The document's primary purpose is to solicit bids for these items, allowing flexibility in quantity proposals to achieve the most cost-effective solutions for the government.
    This document addresses questions from Solicitation 25RJW85, a 3-year IDIQ contract for rugged laptops and related equipment, with an anticipated award in Q3 2026. Key specifications include a CPU with 16 threads, 64 GB expandable memory, and TAA compliance for all items. The Berry Amendment applies to backpacks. The government is not soliciting for a specific brand but requires adherence to specifications, noting the Getac Rugged EMD (B360-Gen2) is currently used. A technical capability narrative is required, and the government will assign adjectival ratings. Delivery is expected within 90 days of order placement, with no first article inspection. Laptops are for mobile field use and must be commercially available in the specified configuration prior to award, with no post-award modifications allowed. Subcontractor past performance will not be evaluated. The correct NAICS code is 334111.
    This document addresses questions regarding Solicitation 25RJW85 for a 3-year IDIQ contract for rugged laptops and associated equipment. Key points include the application of the Berry Amendment and TAA compliance for all items. The government prioritizes laptop specifications over form factor or specific brands, with the Getac Rugged EMD (B360-Gen2) currently in use. The earliest rollout is Q3 2026, with an anticipated award date in Q3 2026 and a 90-day delivery schedule. Minimum CPU specifications require 16 threads and expandable memory to 64 GB, with no changes allowed to these or the laptop weight. External GPUs are not permitted, and the GPU specifications have been updated. Technical capability narratives are required, while Attachment 2 is optional. The NAICS code is confirmed as 334111, and the SBA class waiver applies at this level. Subcontractor past performance will not be evaluated. Neither clauses 252.204-7025 nor 252.204-7021 apply. All items in the solicitation must be bid upon, and no post-award modifications to commercially available laptops are allowed.
    This document addresses questions regarding Solicitation 25RJW85, focusing on a 3-year IDIQ contract for ruggedized laptops/tablets and associated equipment. Key points include the application of the Berry Amendment, the use of Getac Rugged EMD (B360-Gen2) as a current model for reference, and the emphasis on specifications over specific brands or form factors. The earliest rollout for the equipment is anticipated for the third quarter of 2026, with a proposed delivery schedule of 90 days. The solicitation requires all items to be TAA compliant and a minimum of 16 threads for the CPU, which is non-negotiable. The technical capability narrative is mandatory, and the government will assign adjectival ratings based on evaluated technical capability. The NAICS code for this procurement is 334111, and the SBA class waiver applies at this level. Subcontractor past performance will not be evaluated. No external GPUs are allowed, and the memory must be expandable to 64GB. The weight of the laptop/tablet will not be increased beyond the specified limits, and modifications to commercially available laptops after award are not permitted. IUID branding will be a sticker, and program branding will also be a securely affixed sticker. If an award is not made within 240 days, offerors will have the opportunity to revise proposals.
    The Naval Surface Warfare Center (NSWC) Crane has issued a solicitation for Women-Owned Small Businesses (WOSB) to procure Electronic Maintenance Support System (EMSS) units. The contract, with solicitation number N0016425RJW850003, is a firm-fixed-price, indefinite delivery/indefinite quantity (IDIQ) agreement with a minimum value of $500 and a maximum of $30,400,900 over a three-year ordering period. The EMSS units, including Electronic Maintenance Devices (EMD), laptop batteries, computer backpacks, power adapters, battery chargers, Ethernet cables, external DVD writers, and spare parts, are intended to support Marine Corps Systems Command by providing ruggedized hardware for Interactive Electronic Technical Manuals, Diagnostic Software, and Computer-Based Training. The acquisition aims to reach an Authorized Acquisition Objective of 6,500 systems, with all items to be procured from the United States. Deliveries are required within 90 days of order placement to NSWC Crane, IN, and strict guidelines for counterfeit material avoidance and unique item identification are mandated.
    Similar Opportunities
    MERIDIAN IV MAINTENANCE
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole-source contract for the maintenance of the Meridian IV Microscope and its associated components from FEI COMPANY. This procurement is critical for ensuring the timely and effective servicing of specialized equipment, as FEI Systems holds proprietary rights and possesses the necessary trained personnel and certified repair parts. The solicitation, identified as N00164-26-Q-0019, has an issue date of December 1, 2025, and a closing date of December 8, 2025, at 4:00 PM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and can submit capability statements to the primary contact, Cierra Vaughn, at cierra.n.vaughn2.civ@us.navy.mil.
    Maintenance Laptops
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is soliciting proposals for the manufacturing of P-8 Maintenance Laptop Sets under a five-year, fixed-price Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The procurement requires the production of specific Panasonic Toughbook laptops and associated components, including retrofitting legacy systems, with a focus on adhering to strict quality assurance standards and export control regulations. This contract is critical for maintaining operational readiness and support for the P-8 aircraft, ensuring that the Navy has reliable and functional maintenance equipment. Interested contractors must possess a certified DD Form 2345 to access the technical drawings and should direct inquiries to Michael Miller at michael.t.miller248.civ@us.navy.mil, with proposals due as specified in the solicitation documents.
    Workstations
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Mid-Atlantic Regional Maintenance Center (MARMC), is seeking qualified sources to provide workstations as outlined in the attached Statement of Work (SOW). The procurement is for new commercial items, with a strict requirement that no refurbished or used parts will be accepted. These workstations are critical for shipbuilding and repairing operations, ensuring that the Navy maintains its operational readiness and efficiency. Interested vendors should note that this opportunity is a Total Small Business Set-Aside, and they can find the solicitation details under RFQ number N5005426Q0046 on the System for Award Management (SAM) or Procurement Integrated Enterprise Environment (PIEE) websites. For further inquiries, potential bidders can contact Erica Crandall at erica.collins1@navy.mil or by phone at 4000779.
    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.
    49--ADAPTER SET,ENGINE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of an Adapter Set for engines, specifically NSN 4910016892353. The contract will involve an estimated quantity of 147 units, with a guaranteed minimum of 22 units, and is expected to result in an Indefinite Delivery Contract (IDC) with a total order cap of $350,000 over one year. This procurement is crucial for maintaining and repairing military equipment, ensuring operational readiness across various domestic and overseas locations. Interested vendors, particularly Women-Owned Small Businesses (WOSB), must submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil.
    61--CONTROL,POWER SUPPL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 17 units of CONTROL, POWER SUPPL (NSN 6130015747662). This solicitation aims to establish an Indefinite Delivery Contract (IDC) for a term of one year or until the total orders reach $350,000, with an estimated 10 orders per year and a guaranteed minimum of 2 units. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of reliable power supply components in military operations. Interested vendors, particularly Women-Owned Small Businesses (WOSB), must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    70--DISK DRIVE UNIT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 80 Disk Drive Units through NAVSUP Weapon Systems Support Mechanicsburg. This solicitation requires compliance with various quality and inspection standards, including MIL-STD-129 and ISO 9001, and emphasizes the importance of providing detailed procurement quotes, including CAGE codes and pricing, as well as adherence to specific packaging and marking requirements. The Disk Drive Units are critical components for military applications, and the contract is set to be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors must submit their proposals by December 17, 2025, and can direct inquiries to Rachel Snyder at RACHEL.E.SNYDER@NAVY.MIL.
    30--GEAR,BEVEL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of bevel gears under solicitation number NSN 3020013632415. The contract will involve the delivery of 93 units, with a guaranteed minimum quantity of 13, and is expected to result in an Indefinite Delivery Contract (IDC) with a total order cap of $350,000 over a one-year term. These mechanical power transmission components are critical for various military applications, and items will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors, particularly Women-Owned Small Businesses (WOSB), must submit their quotes electronically by the specified deadline, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    59--CAPACITOR,FIXED,ELE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of fixed capacitors under solicitation number NSN 5910014560966. The contract will involve an estimated quantity of 848 units, with a potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000, with a guaranteed minimum of 127 units. These capacitors are critical components in various electrical and electronic equipment, highlighting their importance in military applications. Interested vendors, particularly Women-Owned Small Businesses (WOSB), must submit their quotes electronically, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil.
    59--SSDC TO EMI BUS
    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 the SSDC to EMI Bus, categorized under the NAICS code 332710 (Machine Shops) and PSC code 5975 (Electrical Hardware and Supplies). The contract will require the manufacture and design of the SSDC to EMI Bus, adhering to specific technical requirements and documentation as outlined in the solicitation. This procurement is critical for maintaining operational capabilities within the Navy's supply chain, ensuring the availability of essential electrical hardware. Interested vendors must submit their proposals, including all required documentation, to the primary contact, Andrew Lyter, at ANDREW.C.LYTER.CIV@US.NAVY.MIL, by the specified closing date, with further details available through the provided e-commerce platform.