25-SIMACQ-D30-0026 Learning Center IT Equipment
ID: N6339425Q4020Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING OFFICERPORT HUENEME, CA, 93043-5007, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals from Women-Owned Small Businesses (WOSB) for the procurement of various IT equipment to enhance operational capabilities at Port Hueneme CBC Base in California. The solicitation includes a range of commercial products such as keyboard mouse combos, professional headphones, power strips, and UPS systems, with specific quantities and pricing arrangements outlined. This initiative not only aims to fulfill immediate IT needs but also emphasizes the government's commitment to supporting small businesses and ensuring compliance with federal procurement policies. Interested vendors should contact Jorge Ortiz at jorge.u.ortiz.civ@us.navy.mil or Brian Carpenter at brian.a.carpenter14.civ@us.navy.mil for further details, with submissions due by the specified deadlines in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Sea-Based Missile Defense Command requires a BlackBox ACR1000A-CTLR2-48 iPATH Controller and a BlackBox PS650 power supply for efficient management and connectivity in operational environments. The ACR1000A-CTLR2-48 allows multiple computers and user stations to connect seamlessly, enabling instructors to control inputs and displays without the need for reconfiguration. The PS650 meets specific power requirements for a multihead DVI KVM switch, ensuring compatibility with existing systems. Greenlighting the sole-source procurement is justified due to compatibility constraints with current systems, urgency, and limited competition as guided by 10 U.S.C. 2304(c)(1). Market research confirmed that other brands do not satisfy programmatic needs or compatibility. A sources sought posted through SAM.gov yielded 12 vendor responses. To enhance future competition, the NSWC PHD Contracts Office pledges ongoing market research and assessment of emerging suppliers. The document emphasizes the agency's commitment to procurement protocols and maintaining operational efficiency through the acquisition of essential components from the established vendor, BlackBox Corporation.
    The document outlines a solicitation for the procurement of commercial products and services aimed at Women-Owned Small Businesses (WOSB) by the Naval Surface Warfare Center in Port Hueneme, California. It details the solicitation number (N6339425Q4020) and includes essential contact information, submission deadlines, and the items required. The items listed for procurement include various IT equipment, such as keyboard mouse combos, professional headphones, power strips, and UPS systems, among others, with specified quantities and pricing arrangements. Additionally, the document incorporates Federal Acquisition Regulation (FAR) clauses, along with specific instructions for submitting invoices and payment requests through the Wide Area Workflow system. Emphasis is placed on compliance with regulations concerning small business participation, including set-asides for economically disadvantaged women-owned and service-disabled veteran-owned small businesses. The purpose of this solicitation is to enhance the Navy's operational capabilities by acquiring necessary IT equipment while promoting participation from WOSBs and ensuring compliance with federal procurement policies. This initiative reflects the government's commitment to supporting small businesses and enhancing procurement efficiency.
    The Naval Surface Warfare Center, Port Hueneme Division, has issued a Sources Sought Notice to conduct market research for procurement of specific commercial items, identifying prospective vendors. The focus is on products including a keyboard-mouse combo, studio headphones, power strips, UPS systems, and hard drives, with quantities specified for each. The procurement aligns with NAICS code 334111. Respondents are asked to provide company information, capabilities, cost estimates, and feedback regarding feasibility. This request aims to assess potential market capacity for these items and may lead to either a small business set-aside or full and open competition. Interested parties must respond by 3:00 PM Pacific Time on April 29, 2025, through email. Notably, this notice is for information gathering, with no obligation for the government to award contracts or reimburse costs related to responses, emphasizing that it does not constitute a formal solicitation. The initiative illustrates the government's proactive approach in identifying qualified suppliers and ensuring compliance with procurement regulations, while also safeguarding proprietary information submitted in response.
    The document provides responses to inquiries regarding the procurement of Cisco networking equipment, which has reached its End of Life (EOL). It addresses specific items requested under a federal or local Request for Proposal (RFP). The recommendations include alternative part numbers for replacements that conform to the project’s requirements. For item 8, the recommended replacement is Part Number C1300-48T-4G; for item 10, the recommendation is CBS110-24T-NA, as per the relevant Cisco EOL announcements. The document also indicates flexibility in considering non-Cisco brands that meet specified dimensions (up to 4U in size), emphasizing the need for rack-mountable solutions. This communication reflects the typical processes in government procurement, where compliance, specification adherence, and vendor options are critical for fulfilling RFP requirements efficiently. Overall, the document underscores the necessity to adapt to changing product availability while maintaining functionality and regulatory adherence in the procurement process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Commercial Off The Shelf Items
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking qualified vendors to provide Commercial Off The Shelf (COTS) items, with a focus on specific brands of equipment necessary for compliance with military standards. The procurement includes various items such as OTDR Analyzers, environmental monitoring sensors, and power supplies, which are critical for maintaining operational readiness and compliance with stringent military specifications. These items are essential for the Navy's systems and operations, ensuring they meet the required standards for functionality and safety. Interested parties should contact Samantha Mangum at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or Arthur Wynn at arthur.p.wynn3.civ@us.navy.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Cisco Desk Pro
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking sources for the procurement of various Cisco Desk Pro items as part of a Total Small Business Set-Aside initiative. The procurement includes a total of 17 specific items, such as Cisco Desk Pro units, power supplies, cables, and accessories, which are essential for enhancing communication and productivity within military operations. Interested vendors are encouraged to respond to this Sources Sought notice, and inquiries can be directed to Nichole Dewitt at nichole.l.dewitt@usmc.mil or by phone at 757-445-1545. The performance will take place in Norfolk, Virginia, and the NAICS code for this opportunity is 334111, focusing on Electronic Computer Manufacturing.
    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.
    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.
    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.
    Procurement request for Voice Over Internet Protocol (VOIP) Support Services.
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for Voice Over Internet Protocol (VOIP) Support Services, with a focus on upgrading and integrating a new Cisco VOIP solution at its facilities in Bethesda, Maryland. The procurement is set aside for Women-Owned Small Businesses (WOSB) and aims to provide comprehensive engineering support, including configuration, deployment, and sustainment of the VOIP system, which is critical for modernizing communication infrastructure across multiple sites. Interested contractors must submit their quotes by January 7, 2026, following a site visit scheduled for December 9, 2025, and can direct inquiries to Christopher C. Rolince at christopher.c.rolince.civ@us.navy.mil or by phone at 757-513-7247.
    61--POWER SUPPLY,UNINTE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of two units of the power supply, NSN 6130015710312. This solicitation is specifically set aside for Women-Owned Small Businesses (WOSB) and aims to fulfill the need for current-carrying wiring devices, which are critical for various military applications. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for delivery is set for 168 days after the award. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    61--CONTROL,POWER SUPPL
    Dept Of Defense
    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.
    Windows and Heat Controllers
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP), is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of marine windows and heat controllers, specifically part numbers KC-LPD-017-03 and KC-LPD-017-HC. This procurement is a sole-source, firm-fixed-price contract, emphasizing the importance of these components for naval operations and ensuring compliance with federal regulations. Interested contractors must be registered in the System for Award Management (SAM) and are required to submit their proposals by December 15, 2025, at 10:00 AM, with a delivery date set for April 6, 2026. For further inquiries, offerors can contact Sara Robinson at sara.e.robinson19.civ@us.navy.mil or Lily Nguyen at lily.nguyen@navy.mil.
    59--HEADSET,ELECTRICAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 25 electrical headsets (NSN 5965017294150). This solicitation is set aside for SBA Certified Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and aims to fulfill specific audio and video equipment manufacturing needs for military applications. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the solicitation details can be accessed via the DLA's DIBBS website. For inquiries, potential bidders can reach out to the primary contact at DibbsBSM@dla.mil, with the delivery expected within 161 days after order placement.