Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 25, 2025 SAM #8642
SOLICITATION NOTICE

70 -- Digital IDIQ

Notice Date
7/23/2025 8:48:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N6833525Q0180
 
Response Due
7/24/2025 2:00:00 PM
 
Archive Date
08/08/2025
 
Point of Contact
Jeff Chelston, Phone: 2405775754, Andrew J. Kolpack
 
E-Mail Address
jeffrey.m.chelston.civ@us.navy.mil, andrew.j.kolpack.civ@us.navy.mil
(jeffrey.m.chelston.civ@us.navy.mil, andrew.j.kolpack.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The Naval Air Warfare Center Aircraft Division Lakehurst is requesting a firm fixed-price proposal for the procurement for a 3-Year Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) type contract for the procurement for various information technology equipment and associated accessories. This limited competition will be between multiple OEM and authorized distributors for various information technology equipment and associated accessories using FAR Part 12 and FAR Part 13 procedures. To be eligible to bid, potential vendors must be an Original Equipment Manufacturer (OEM) or authorized distributor of the following companies: Acer AOC Apple ASUS Dell Kensington LG Logitech Vitek Samsung All Offerors shall provide total prices for all of the equipment in Attachment 001 Parts List. This requirement utilizes FAR 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. The Offerors will be required to provide all part numbers in accordance with the Descriptions and Part Numbers in Attachment 001 of this solicitation. Each Offeror will either be Eligible or Ineligible for award. If an Offeror does not provide the entire list of equipment and is not an authorized distributor, the Offeror will be deemed Ineligible for award. If an Offeror manipulates the Attachment 01 spreadsheet, the Offeror will be deemed Ineligible for award. If the Offeror provides the entire list of equipment and is an authorized distributor, the Offeror will be deemed Eligible for award. Award will be made to the lowest price responsible Offeror that is deemed Eligible for award. Eligibility shall determined by the following: (1) Demonstration that the offeror is an authorized distributor of the identified brand name manufacturers. Acceptable demonstration is as follows: Prime level offerors shall provide written documentation from the Original Equipment Manufacturer that their company or their subcontractor is authorized to distribute the required equipment. If the prime offeror's subcontractor is the authorized distributor, then the prime-level offeror shall include in the documentation a statement guaranteeing the Government will receive the same benefits when contracting with the prime as if the prime offeror was the authorized distributor; AND (2) Offeror provides an exact match of the part numbers listed in Attachment 001 of this solicitation. The offeror must have an acceptable or neutral past performance in the Supplier Performance Risk System for Federal Supply Class and Product Service Code of the supplies being purchased. The offeror must have a current NISTSP 800-171 assessment in the Supplier Performance Risk System as per DFAR Provision 252.204-7019, and DFAR Clauses 252.204-7020, and 252.204-7021. DFARS 252.225-7007 apply. Please submit all proposals by 24 July 2025 at 5:00PM to Jeff Chelston (jeffrey.m.chelston.civ@us.navy.mil) and Andrew Kolpack (andrew.j.kolpack.civ@us.navy.mil). Refer to Attachment 01_ N6833525Q0180 for terms, conditions, and requirements pertaining to this solicitation. This solicitation is not to be construed as obligating the Government or providing direction to perform work. ------------------------------------------------------------------------------------------- Solicitation Amendment 01 The purpose of Amendment 01 is to: Provide clarification regarding the instructions specified in Attachment 0001. Provide questions and answers pertaining to N6833525Q0180. Update requirement for CLIN 0019. Please note that the final date for questions will be 12:00 Friday, 11 July 2025. The revised end date for the solicitation will be 1700 Thursday, 17 July 2025. Solicitation Amendment 02 The purpose of amendment 02 is to: Answer questions received in response to the solicitation. Added updated Attachment 0001 Parts List. Extend the date on which the solicitation will close to 24 July 2025. Solicitation Amendment 03 The purpose of amendment 03 is to answer questions received in response to the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4e30e31d3b774b39893c22acfaf678d6/view)
 
Record
SN07521645-F 20250725/250723230053 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.