The United States Embassy in Riyadh, Saudi Arabia, has issued a Combined Synopsis and Solicitation (Solicitation No. 19GE5025Q0036) for the supply and delivery of Apple iPhone Pro 16 devices, specifically tailored to comply with European standards. This procurement, coordinated by the American Consulate General in Frankfurt, utilizes the Lowest-Priced, Technically Acceptable (LPTA) approach for evaluation of proposals. Interested vendors must provide evidence that their products meet specific technical requirements and submit comprehensive offers, detailing pricing and technical capabilities in two distinct volumes. The contract is firm-fixed price, encompassing all associated costs including customs clearance and delivery to the embassy within a stipulated time frame. Compliance with Saudi Arabian import laws, as well as provision of bilingual manuals, is mandatory. The submission deadline for offers is March 3, 2025, while inquiries must be made by February 17, 2025. This solicitation reflects the U.S. government’s commitment to sourcing standardized, reliable technology for its operations abroad.
The document outlines a justification and approval for acquiring 125 Apple iPhone 16 Pro models for the U.S. Embassy in Riyadh, Saudi Arabia, as part of the Program of Technical Cooperation. The total estimated cost is $174,592.50, and the acquisition is recommended under other than full and open competition due to the brand-name nature of the request. The iPhones will replace existing iPhone 11 models, ensuring continuity in mobile device management (MDM) and compliance with specific access policies optimized for Apple devices. Transitioning to a different platform would incur significant costs and operational disruptions. The justification cites statutory authority permitting this action under 41 USC 3304 and FAR 13.501(a) for brand-name procurements. Although no formal market survey was conducted, research indicated that only Apple devices can fulfill the program's technical requirements. The document assures that fair pricing will be determined through an Independent Government Cost Estimate. Notably, no other sources expressed interest in the acquisition, and a SAM.gov notice will be posted to inform potential vendors of the brand-name justification. The summary emphasizes the necessity of maintaining operational security and efficiency through this specific procurement.