Digital IDIQ
ID: N6833525Q0180Type: Combined Synopsis/Solicitation
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 - DATA CENTER PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7C20)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals for a 3-Year Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract to procure various information technology equipment and accessories from authorized distributors of specified brands, including Apple, Dell, and Samsung. Eligible vendors must provide firm fixed-price proposals for all items listed in the Parts List, which includes a range of computing equipment such as laptops, desktops, and conference room technology, with a total forecasted cost of approximately $36,250.00. This procurement is crucial for maintaining efficient operations and modernizing technology resources within government agencies. Proposals are due by July 24, 2025, and interested parties should contact Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil or Andrew Kolpack at andrew.j.kolpack.civ@us.navy.mil for further details.

    Files
    Title
    Posted
    This document outlines a government Request for Proposal (RFP) concerning the procurement of various computer hardware, peripherals, and conferencing equipment. It specifies the required items across different categories, including laptops (Dell), desktops (Dell), iPads (Apple), monitors (multi-vendor), TVs (Samsung or LG), IoT devices (Vitek), and peripherals (primarily branded by Dell and Apple). The RFP denotes brand names and models strictly for certain items while allowing multi-vendor options for others, emphasizing compliance with Trade Agreements Act (TAA) and the National Defense Authorization Act (NDAA). Each item includes a Contract Line Item Number (CLIN), estimated quantity, and notes on brand specifications. Detailed inventory includes high-end laptops and desktops tailored for specific performance metrics, such as CPUs and storage. Additionally, video conferencing tools are also outlined, with designated providers primarily from Logitech. The document serves to facilitate strategic procurement to enhance governmental operations through technology, ensuring adherence to competitive standards and regulations. This initiative underscores the government's commitment to updating its technological infrastructure effectively.
    This document outlines instructions for offerors responding to a federal Request for Proposals (RFP) regarding the procurement of various electronic devices and peripherals. It specifies the required completion of the Company Information tab, submission of fixed unit prices for each Contract Line Item (CLIN), and the need for compliance with designated pricing formats. The main offerings include multiple laptop and desktop models of varying specifications, branded as Dell, Apple, and others, as well as items like iPads, monitors, TVs, IoT devices, and conference room equipment. Each CLIN includes detailed descriptions of the quantities and specific models like the Dell Precision series for laptops and desktops, along with various brands for peripherals and smart devices. This RFP serves the government's objective to acquire quality electronic equipment, ensuring relevant standards and specifications to enhance operational capabilities within federal or local governmental frameworks.
    The document outlines the instructions for offerors participating in a government Request for Proposal (RFP) regarding the supply of various technology and office equipment. It details the items required, including laptops, desktops, tablets, monitors, TVs, and peripherals, with specific quantities and unit prices provided for each Contract Line Item (CLIN). The total price for the requested items is noted as $36,250.00. Offerors must complete a Company Information tab and propose firm fixed prices for each line item in designated cells. The specifications for each CLIN are available in a separate tab. Additionally, there are brand restrictions, such as Dell for laptops and desktops, Apple for iPads and MacBooks, and various brands for monitors and conference equipment. The structured pricing model is designed for three ordering years, laying out quantities, unit costs, and total extended costs. This RFP exemplifies the government's effort to procure modern technology to meet operational needs while ensuring vendor compliance with specific brand and model criteria. The emphasis is on clarity in pricing and specifications to facilitate an accurate and fair bidding process among potential vendors.
    This government document outlines the Request for Proposal (RFP) for the acquisition of various types of computing equipment and peripherals, including laptops, desktops, iPads, monitors, TVs, and conference room equipment. It specifies the required quantities and unit prices for each item, categorized under Contract Line Item Numbers (CLINs). Offerors are instructed to complete the designated pricing tabs with firm fixed-price proposals for each item type. Key items include a total of 100 standard laptops, 50 high-end laptops, and various kinds of monitors and conference room equipment, primarily from brands like Dell, Apple, and Samsung, ensuring the use of specified models. The total forecasted cost for the outlined requirements is $36,250.00. The document emphasizes adherence to brand specifications and encourages competitive pricing, ultimately aimed at fulfilling the technology needs of government operations. This RFP reflects the federal government's strategy of seeking proposals for technology solutions, which is essential for maintaining efficient operations and modernizing resources across agencies.
    The document addresses inquiries related to a federal government solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) contract. Key points include that pricing submitted for evaluation must be the best and final offers, remaining constant throughout the contract's duration regardless of potential cost increases. Microsoft products are not required, and references to them may be ignored. For specific Contract Line Item Numbers (CLINs), alternative parts will not be accepted; for instance, components from Canakit and Vitek have defined requirements that must be followed. Finally, discrepancies in part numbering have been acknowledged and updated in the delivery schedule. Overall, the document reinforces compliance with specified parts and pricing in response to solicitation requirements, aiming to ensure clarity and adherence to procurement standards in government contracts.
    The document addresses inquiries related to specific Contract Line Item Numbers (CLINs) in a federal government procurement process for technology equipment. Key clarifications include the required storage capacity of 1000GB for both iPad and MacBook models, with MacBooks also specified to have 16GB of RAM. Updates regarding part numbers for various televisions were provided, confirming that current Samsung TV models must be Xibo compatible. Additionally, it was noted that a Vitek part designated as end-of-life can be replaced with a compliant equivalent, ensuring adherence to stringent government standards. This document serves to refine the procurement specifications and ensure clarity for potential vendors, underscoring the need for compliance with updated equipment standards and product specifications in government contracts. Overall, this inquiry and response document aims to streamline the procurement process by addressing changes in item specifications and compliance requirements.
    The document addresses inquiries related to a solicitation for government procurement. It clarifies that offers from companies not authorized as distributors for the specified manufacturers are deemed technically unacceptable and ineligible for award consideration. Additionally, it specifies that while alternate part numbers can be identified, they should not be added directly to Attachment 0001; instead, a supplementary Word document up to two pages may be submitted. Lastly, it notes a correction in the "Pricing Summary" tab for specific cells that were incorrectly referenced, confirming that updates have been made. This communication serves to clarify requirements and ensure compliance within the submission process for the solicitation, reflecting the structured approach and regulations typical of federal and state procurement initiatives.
    This document is a Request for Proposal (RFP) for a 3-Year Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract related to the procurement of various information technology equipment and accessories. Eligible bidders must be Original Equipment Manufacturers (OEMs) or authorized distributors for specified brands, including Dell and Microsoft. Proposals must include prices for all items listed in the attached Parts List and adhere strictly to the provided format, ensuring each item matches the required specifications. Delivery will occur in three ordering periods, each with designated Contract Line Item Numbers (CLINs), and must be completed within 45 days post-award at specified locations. The government evaluates offers based on total price and eligibility confirmed through provided documentation of OEM authorization. Ineligible bids or those with incomplete lists will be rejected. The Government aims to ensure fair competition, with certain clauses regarding telecommunications equipment, and mandates compliance with various federal regulations. Proposals require certifications concerning business size, child labor standards, and compliance with the Buy American Act. The summary underscores the stringent requirements bidders must meet for successful contract awards and the government's focus on ensuring the integrity and suitability of supplied equipment.
    This solicitation requests bids for a 3-Year Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract to procure various information technology equipment and accessories from authorized distributors of specified brands, including Apple, Dell, and Samsung. Eligible vendors must quote prices for all items in the Parts List, which is integral to bid consideration. The contract will span three ordering years, each with designated Contract Line Item Numbers (CLINs) for specific periods. Delivery is required to be FOB Destination, with early and partial shipments permitted at no extra cost to the government. Proposals should include a complete pricing structure, required certifications regarding representation and technology supply, and, if applicable, a subcontracting plan for large businesses. The evaluation criteria focus on lowest reasonable price and eligibility based on authorized distributor status and part number accuracy. The document underscores adherence to federal regulations regarding telecommunications equipment, as well as various compliance certifications aligned with government procurement practices. This solicitation reflects the government's strategic push for competitive sourcing while ensuring compliance with established government standards.
    Lifecycle
    Title
    Type
    Digital IDIQ
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    RDT&E Tech Refresh
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting bids for the procurement of laptops, workstations, and portable hard drives, specifically aimed at supporting CODE 60 Logistics for scanning hardware and IT equipment. This opportunity, valued at $34,000,000, is set aside for Women-Owned Small Businesses (WOSB) and includes requirements for high-performance computing equipment, such as gaming laptops and robust workstations with advanced specifications. The procurement emphasizes compliance with federal acquisition regulations, including software security and accessibility standards, with deliveries expected by December 19, 2025. Interested vendors should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil and submit their proposals by December 17, 2025.
    COMPUTER,LAPTOP
    Dept Of Defense
    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.
    70--DISK DRIVE UNIT
    Dept Of Defense
    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.
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for Navy Marine Corps Intranet (NMCI)
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking qualified sources for Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contracts to lease Multi-Functional Devices (MFDs) and associated services for the Navy Marine Corps Intranet (NMCI). The procurement aims to provide MFDs, accessories, and office document devices, along with installation, maintenance, training, and network security services for a period of up to 60 months at a flat rate. These devices are crucial for ensuring operational efficiency and compliance with security standards within the Department of the Navy's network. Interested companies must submit a capabilities package by December 22, 2025, and direct any questions by November 14, 2025, to the designated contacts, Matthew O’Brien and Jennifer DeWease, via their provided emails.
    Dell Data Domain Maintenance
    Dept Of Defense
    Dell Data Domain Maintenance is being procured by the DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, through the NAVAL RESEARCH LABORATORY. This procurement falls under the category of IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW). The place of performance is Washington, DC, with the zip code 20375, in the United States. The primary contact for this procurement is James Chappell, who can be reached at james.chappell@nrl.navy.mil or 2029231418. The secondary contact is Kimberly Martin, who can be reached at kimberly.martin@nrl.navy.mil. The description of this procurement is a combined synopsis/solicitation for commercial items, specifically Dell Data Domain Maintenance. The Naval Research Laboratory is seeking to purchase this item, and interested companies are requested to provide quotations. The procurement is for brand name or equal items in accordance with FAR 52.211-6. The solicitation provisions and clauses are incorporated in this notice. The contract terms and conditions required to implement statutes or executive orders are also applicable. The evaluation of offers will be based on the lowest price technically acceptable criteria. The submission should include a statement regarding the acceptance of the terms and conditions in the solicitation. The deadline for submission is specified in the notice.
    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.
    COMPUTER SYSTEM,DIG
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of a digital computer system. This contract involves the manufacture and supply of a specific computer system, with a recent amendment updating the quantity from nine units to two and extending the solicitation due date to December 22, 2025. The goods are critical for various military applications, emphasizing the importance of compliance with stringent quality and inspection standards, including ISO 9001 and MIL-STD specifications. Interested vendors should direct inquiries to Jeremy Crow via email at JEREMY.CROW@DLA.MIL and ensure their proposals are submitted by the revised deadline.
    66--COMPUTER,FLIGHT CON - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of flight control computers and other replacement parts. The procurement aims to ensure that these critical components are restored to a Ready for Issue (RFI) condition, adhering to stringent quality and inspection standards as outlined in the Statement of Work. These components are vital for the operational readiness of naval aviation systems, underscoring their importance in maintaining national defense capabilities. Interested contractors should direct inquiries to Dina Wojciechowski at 215-697-1219 or via email at DINA.M.WOJCIECHOWSKI.CIV@US.NAVY.MIL, with proposals due by the specified deadline.
    70--MEMORY UNIT,DATA ST, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of memory units under the contract titled "70--MEMORY UNIT, DATA ST, IN REPAIR/MODIFICATION OF." Contractors are required to submit quotes that include firm-fixed price or time-and-materials pricing, along with estimated costs for the repair of the specified items. This procurement is critical for maintaining operational readiness and ensuring the functionality of essential military equipment. Interested contractors should direct inquiries to Michael J. Brown at 215-697-3765 or via email at MICHAEL.J.BROWN1069.CIV@US.NAVY.MIL, with proposals expected to reference the required repair turnaround time and any capacity constraints.
    Notice of Intent to Award to DELL Federal Systems
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a Firm-Fixed-Price purchase order on a noncompetitive basis to DELL Federal Systems. This procurement is focused on acquiring IT and telecom services, particularly related to servers and perpetual license software, as outlined in the NAICS code 541519 and PSC code 7B22. The goods and services being sought are critical for the Navy's operational capabilities, ensuring they have the necessary technology to support their missions. For further details, interested parties can contact Paolo Mendoza at paolo.r.mendoza.civ@us.navy.mil or by phone at 619-553-7835.