IT and Telecom

SOL #: N6833525Q0321-16Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAIR WARFARE CTR AIRCRAFT DIV
JOINT BASE MDL, NJ, 08733, United States

Place of Performance

Joint Base MDL, NJ

NAICS

Electronic Computer Manufacturing (334111)

PSC

No PSC code specified

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Sep 22, 2025
2
Submission Deadline
Mar 11, 2026, 5:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst is establishing Blanket Purchase Agreements (BPAs) for IT and Telecom services and supplies. These BPAs will support various programs related to Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE), and Peculiar Support Equipment (PSE). This opportunity is a Total Small Business Set-Aside. Interested vendors can submit their qualifications on a rolling basis, with initial submissions requested by March 11, 2026.

Scope of Work

NAWCAD Lakehurst is seeking to establish multiple BPAs to facilitate the expeditious procurement of IT and Telecom requirements. These BPAs will be utilized through the Lakehurst BPA Tool, allowing BPA holders within the commodity to compete for individual requirements. The scope includes providing supplies and services as needed to support Naval operations, with individual calls issued on a firm fixed-price basis.

Contract & Timeline

  • Type: Blanket Purchase Agreements (BPAs) under Simplified Acquisition Procedures (FAR Part 13). BPAs are not contracts but streamlined acquisition methods.
  • Duration: Vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. The master BPA has a dollar limit of $4,999,999.00 for five years.
  • Value: Individual BPA calls shall not exceed the purchaser's warrant authority, with a maximum of $250,000 per call. Individual call orders will not exceed the Simplified Acquisition Threshold or $7.5M under FAR 13.500. There is no minimum or maximum Government obligation for the BPA itself.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • Response Due: March 11, 2026, 1:00 PM (EST).
  • Published: September 22, 2025.

Submission & Evaluation

Prospective vendors must submit their Cage Code, Unique Entity Identifier (UEID), and a capabilities statement (including primary business practice/trade and whether manufacturer/supplier). A copy of a current, approved DD Form 2345 is highly recommended for requirements involving export-controlled drawings. Submissions should be emailed to karin.a.quagliato.civ@us.navy.mil, referencing N6833525Q0321 in the subject line.

Responsibility determinations will precede BPA issuance per FAR Part 9.104, with the non-manufacturer rule (FAR Part 19.505(c)) applying to non-manufacturers. Individual calls will be awarded to the lowest priced offer that conforms to the Request for Quote (RFQ).

Additional Notes

Payment will be made via Government Credit cards or Wide Area Workflow (WAWF). Delivery will normally be FOB Destination to Lakehurst, NJ. Vendors should note that a new process for managing BPAs involves email notifications from NAVAIR_Acquisition@us.navy.mil with Excel attachments for solicitations. BPAs may be cancelled for inactivity or poor performance.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Sep 22, 2025
IT and Telecom | GovScope