22 AS - iPad Tech Refresh and Accessories - Travis AFB
ID: FA442725Q1053Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4427 60 CONS LGCTRAVIS AFB, CA, 94535-2632, USA

NAICS

Electronic Computer Manufacturing (334111)

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
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 21, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 10:00 PM UTC
Description

The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking quotations for a Firm Fixed Price contract to procure Apple iPads and accessories for the 22nd Airlift Squadron. The procurement includes 120 Apple iPad mini (7th generation) and 85 Apple 11-inch iPad Air (M2) units, along with protective cases, to replace outdated electronic flight bags and ensure compliance with security standards. This initiative is critical for maintaining operational effectiveness and mitigating technology refresh costs, with a focus on timely delivery due to the approaching fiscal year-end. Interested vendors must be authorized Apple resellers and submit their proposals by April 23, 2025, with inquiries directed to SrA Estrada Dighiera at amelia.estrada_dighiera@us.af.mil or Ms. Maekyla Rosendo at maekyla_jane.rosendo.3@us.af.mil.

Files
Title
Posted
Apr 21, 2025, 11:05 PM UTC
The document outlines the criteria for determining contractor responsibility as per the Federal Acquisition Regulation (FAR) 9.103 and 9.104-1. It emphasizes that contracts should only be awarded to responsible contractors, with contracting officers required to affirmatively assess this responsibility. Key criteria for responsibility include financial adequacy, ability to meet delivery schedules, satisfactory performance records, integrity, necessary organizational capabilities, and compliance with relevant laws. Contractors must provide documentation, such as financial statements, evidence of past performance, and certifications regarding their operational capabilities. The process aims to ensure that government purchases are not solely driven by cost but also by the contractor’s proven reliability and capacity to deliver satisfactory results. This document serves as a guide for evaluating contractor qualifications in the context of federal RFPs and grants, reinforcing the importance of due diligence in contractor selection.
The 60th Contracting Squadron at Travis Air Force Base is seeking quotations for a Firm Fixed Price contract related to an iPad Tech Refresh, as detailed in solicitation number FA442725Q1053. The government seeks to procure Apple iPad mini (7th generation) and iPad Air (11-inch, 2nd generation), along with protective cases, specifying required storage capacities and brand name adherence. This solicitation is set aside for 100% small businesses and emphasizes that respondents must be Apple authorized resellers. Key dates include a posting date of March 28, 2025, and a response deadline of April 7, 2025. Offerors must submit documentation showing technical capability and financial viability while adhering to guidelines outlined in Federal Acquisition Regulations, particularly regarding telecommunications equipment. The evaluation of submissions will prioritize technical capability followed by price. Quotes lacking necessary proof of Apple reseller authorization may not be considered. Attachments include necessary verification forms and specifications for compliance. This RFP underscores the government's commitment to quality procurement while supporting small businesses by ensuring compliance with federal contracting regulations.
The 60th Contracting Squadron at Travis Air Force Base is issuing a Request for Quotation (RFQ) FA442725Q1053 for an iPad Tech Refresh with the intent to establish a Firm Fixed Price contract. The solicitation, posted on March 28, 2025, seeks quotes from qualified small businesses, and proposals are due by April 7, 2025. The project involves the supply of specific Apple iPads and related accessories in defined quantities. Offerors must provide proof of authorization as Apple resellers. The evaluation of proposals will focus on technical capability and pricing, emphasizing the need for detailed documentation to support claims of meeting the government’s specifications. The Government reserves the right to cancel the solicitation at any time and does not bear costs incurred by offerors. Further requirements and clauses from the Federal Acquisition Regulation (FAR) regarding contractors’ responsibilities are included. All bidders must be registered in the System for Award Management (SAM) and are expected to submit their best offers within the specified timeframe to ensure consideration. This procurement aligns with efforts to renew technological resources within the Air Force while complying with federal regulations.
Apr 21, 2025, 11:05 PM UTC
The 22nd Airlift Squadron at Travis Air Force Base is seeking a contractor for a fiscal year 2025 iPad tech refresh initiative, aiming to replace one-third of their electronic flight bags each year to mitigate tech refresh costs and prevent obsolescence. The need arises from ITEC inventory discrepancies that halted replacements in FY24, making their existing iPads non-compliant with AMC security standards. The contractor must provide 120 Apple iPad mini (7th gen) and 85 Apple 11-inch iPad Air (M2) units, along with protective cases. All units must be pre-enrolled in Apple Business Manager prior to delivery. The contractor will be expected to comply with relevant AF regulations and submit necessary documentation to the 60th Contracting Squadron. To qualify, the vendor or subcontractor must be an authorized Apple reseller, and delivery of the devices is requested as soon as possible due to the approaching end of the current fiscal year. Overall, this project is critical for maintaining operational effectiveness and regulatory compliance within the squadron's technology requirements.
The 22nd Airlift Squadron at Travis Air Force Base requires the procurement of new iPads to replace obsolete electronic flight bags. The initiative aims to alleviate the annual tech refresh burden and ensure compliance with AMC security standards. The contractor must supply a total of 120 Apple iPad mini (7th gen) and 85 Apple 11-inch iPad Air (M2), as well as protective cases for both models. All devices must be enrolled in Apple Business Manager prior to delivery. Vendors must be Authorized Apple Resellers and adhere to AFMAN and AFI regulations throughout the contracting process. The urgency of the order aligns with the upcoming fiscal year-end, necessitating prompt action. Contact information for further inquiries is provided, indicating the responsibility for submitting necessary documentation to the 60th Contracting Squadron for approval.
The TAFB Security Requirements document establishes rigorous security protocols for contractors seeking access to Travis Air Force Base, a closed base. Key measures include identity proofing and vetting via checks against the National Crime Information Center and California Law Enforcement Telecommunication System. Contractors must provide valid credentials such as U.S. Passports or state-issued driver's licenses that comply with the REAL ID Act. Disqualifying factors for base access include terrorist affiliations, criminal convictions, and identity verification failures. The primary contractor is responsible for ensuring compliance among subcontractors, including timely submission of Entry Authority Lists and immediate reporting of lost passes. Specific responsibilities also extend to registering vehicles and adhering to increased Force Protection Conditions (FPCONs) during heightened security threats. All contractors must complete antiterrorism training and strict information handling protocols are outlined for sensitive information. The document underscores the commitment to maintaining security and safety within military installations while defining the structure and responsibilities involved in contractor access management.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Vendor-Specific Supply Chain Risk Information Licenses
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for four licenses of Vendor-Specific Supply Chain Risk Information Software to enhance risk identification and management within supply chains. The software must provide comprehensive data on organizations, including company backgrounds, financial health reports, and risk assessments, to facilitate informed decision-making regarding supply chain risks. This procurement is crucial for ensuring compliance with federal oversight and regulations, with proposals due by 3:00 PM EST on April 28, 2025, and should be submitted via email to the primary contacts, Meredith Setterfield and Lisa Belew. The anticipated award date for the contract is May 5, 2025.
Co-Pilot License Bundle
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from potential contractors regarding their capabilities to provide a Co-Pilot License Bundle, particularly the CP-UA2133 model, which is essential for military applications. The procurement aims to acquire three units of this license bundle, which features a USB 3.1 interface compliant with the MIL-STD-1553 specification and includes two multi-function channels to enhance operational capabilities. Interested vendors are invited to submit capability statements detailing their experience and qualifications, with a firm-fixed price contract anticipated under NAICS code 541512, valued at approximately $34 million. Responses must be submitted by April 28, 2025, at 11:00 AM PDT, to the designated contacts, Denina Hudson and Abel Alcantar, via the provided email addresses.
Travis AFB Raymond Order Picker Forklifts (Brand Name Only)
Buyer not available
The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking quotations for the procurement of Raymond Order Picker Forklifts under a Firm Fixed Price contract. The requirement includes the provision of two specific forklifts, a wire guidance system, battery systems, and installation materials, all of which are essential for enhancing operational capabilities at the base. This opportunity is set aside for 100% small businesses, specifically targeting SBA Certified Women-Owned Small Businesses (WOSB), and emphasizes compliance with federal regulations throughout the procurement process. Interested vendors must submit their quotes by April 30, 2025, at noon PST, and can direct inquiries to SrA Estrada Dighiera at amelia.estradadighiera@us.af.mil or Marcus Thomas at marcus.thomas.20@us.af.mil.
16--EFIS CONTROL PANEL,, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the EFIS Control Panel, a critical component in aircraft operations. The procurement requires that the contractor provide FAA-certified parts and adhere to strict quality and inspection standards, ensuring that all items are returned to a Ready for Issue (RFI) condition. This opportunity is vital for maintaining the operational readiness of naval aircraft, emphasizing the importance of high-quality repairs and compliance with military specifications. Interested vendors must submit their firm-fixed price quotes by April 28, 2025, and can direct inquiries to Rachel Opperman at 215-697-2560 or via email at RACHEL.M.OPPERMAN.CIV@US.NAVY.MIL.
KC-46 Commercial Common Repairable Support
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking responses from qualified contractors for the KC-46 Commercial Common Repairable Support initiative. This procurement aims to establish a multiple-award contract for depot-level repairable (DLR) parts for the KC-46A Pegasus Aircraft, ensuring timely exchanges of non-serviceable assets for serviceable ones, with a required turnaround time of 30 days or 2 days for grounded aircraft. The initiative is critical for maintaining the operational readiness of the KC-46, which plays a vital role in aerial refueling operations for U.S. and allied military aircraft. Interested vendors must submit their responses by May 2, 2025, and can direct inquiries to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Joshua Taft at joshua.taft@us.af.mil.
F-16 MIL-STD-1553 Databus Upgrade Single Award IDIQ Acquisition
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the F-16 MIL-STD-1553 Databus Upgrade through a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) acquisition. The primary objective of this procurement is to secure a contractor for the development, integration, accreditation, and delivery of four initial prototypes for a databus upgrade solution, which is crucial for enhancing the cybersecurity measures of the F-16 aircraft. This acquisition is a 100% small business set-aside under NAICS code 334412, with an estimated contract value of $9.9 million and an anticipated award date in September 2025. Interested vendors must submit a controlled document access request through SAM to obtain the necessary secure attachments, and proposals are due by May 2, 2025; for further inquiries, contact Laurie Auernig at laurie.auernig@us.af.mil or Marcella Iverson at marcella.iverson@us.af.mil.
SMALL BUSINESS SET-ASIDE - Ruggedized laptops and all accessories and applicable equipment
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals from qualified small businesses for the procurement of ruggedized laptops and associated equipment as part of the Electronic Maintenance Support System (EMSS) kit for the U.S. Marine Corps. The requirement includes high-performance laptops with specifications such as a minimum of 32 GB RAM, robust GPU, and 1 TB solid-state drive, along with various accessories to ensure operational effectiveness in field conditions. This procurement is critical for enhancing the Marine Corps' maintenance capabilities and will be conducted as a total small business set-aside, with an anticipated contract value of up to $30.4 million over a three-year ordering period. Interested vendors must submit proposals by May 2, 2025, and can direct inquiries to Angie Cooperider at angela.w.cooperider.civ@us.navy.mil or by phone at 812-381-2567.
70--UNIT DEVICE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of a unit device under the NAICS code 334111, which pertains to Electronic Computer Manufacturing. This solicitation requires compliance with specific government quality requirements and emphasizes that only quotes from government-approved sources will be considered technically acceptable, necessitating authorized distributor letters for submissions from dealers or distributors. The procurement is critical for maintaining operational capabilities and ensuring the integrity of supply chains within defense operations. Interested vendors should direct inquiries to Michael Bauder at 215-737-5103 or via email at MICHAEL.BAUDER@DLA.MIL, as the solicitation is issued under Emergency Acquisition Flexibilities and does not provide technical drawings or data.
Pentax Portable FEES Unit - Brand Name
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of a Pentax Portable Fiberoptic Endoscopic Evaluation of Swallowing (FEES) Unit at Travis Air Force Base in California. This brand-name requirement aims to enhance the capabilities of the Speech Pathology service and Ear Nose Throat (ENT) providers by enabling the assessment of swallowing and laryngeal function in medically fragile patients who cannot be safely transported. The contract will include the supply, installation, configuration, and training for 10 staff members, with a focus on technical capability and price during the evaluation process. Interested small businesses must submit their quotations by 1:00 PM PST on April 23, 2025, and can direct inquiries to SrA Nadine Umunyana at nadine.umunyana.1@us.af.mil or 707-424-7793.
SEV STRATEGIC REPLENISHMENT CONTRACT
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Strategic Replenishment Contract (SRC) aimed at sourcing, acquiring, and delivering a wide range of common support equipment for aircraft and ground operations. This procurement involves approximately 500 National Stock Numbers (NSNs) across various Federal Supply Classes (FSCs), emphasizing the importance of maintaining existing military capabilities rather than initiating new programs. The contract will be set aside for small businesses and is expected to span a total of ten years, including a basic contract period of one year and nine additional ordering periods of twelve months each. Interested parties should direct inquiries to Shanika Brown at shanika.brown.1@us.af.mil or Reid Sawyer at reid.sawyer@us.af.mil, with proposals due by February 16, 2021.