Dell Pro Rugged 14" Laptops
Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: NJ. Response deadline: Feb 26, 2026. Industry: NAICS 334111 • PSC 7C20.
Market snapshot
Awarded-market signal for NAICS 334111 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 334111
Description
Combined Synopsis/Solicitation
Sam Description
Dell Pro Rugged 14” Laptops
N68335-26-Q-0394
The Naval Air Warfare Center – Aircraft Division, Lakehurst (NAWCAD LKE) intends to solicit, negotiate, and award a firm-fixed-price contract to procure Brand Name Dell Pro Rugged 14” Laptops in support of the Data & Cyber Analytics Branch. See Attachment “A” for the complete part list. This will be a Small Business set-aside, using FAR Part 12 and FAR Part 13 procedures.
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Award shall be made to the offeror whose quotation is deemed technically acceptable and is lowest price. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Description; and, 2) Price.
1. Technical Description: The Government will evaluate whether the quoter has included a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, including the attached parts list. Quotations that do not include a technical description of the items being offered or do not include a technical description of the items being offered in sufficient detail to evaluation compliance with the requirements in the solicitation, including the attached parts list will not be considered for award.
2. Price: The Government will evaluate price for reasonableness.
Delivery shall be FOB Destination (FAR 52.247-34). Early deliveries are acceptable at no additional cost to the Government. The anticipated delivery date is 3 weeks after receipt of order and ship to address is as follows:
NAVAIR Warfare CTR Aircraft DIV LKE
Hwy 547
Building 1, ALOFT, Room S144
Lakehurst, NJ 08733
ATTN: Samuel Pagano
Note that this is a 100% Small Business set-aside.
The offeror certifies that they will deliver items no later than 3 weeks after the receipt of an order. [Note: earlier delivery at no additional charge to the Government is acceptable and encouraged]. Shipping must be Free on Board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. All applicable shipping costs should be included in the unit prices of the equipment. Payment Terms shall be NET 30.
The offeror certifies that the quote will be valid for 90 days.
By responding to this combined synopsis & solicitation, the Offeror certifies that that they can meet the following requirements as part of the Government’s responsibility determination and can provide justification/substantiation if requested: The vendor does have adequate resources to perform the contract, or the ability to obtain them (see FAR 9.104-3(a)); the vendor does have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). (See FAR 9.104-3(a)); the vendor does have the necessary production and technical equipment and facilities, or the ability to obtain them (see FAR 9.104-3(a)); and, the vendor is able, to comply with the required or proposed performance schedule, taking into consideration all existing commercial and governmental business commitments.
This requirement may be subject to Class Deviation 2025-O0007—Prohibition on the Procurement of Covered Semiconductor Products and Services from Companies Providing Covered Semiconductor Products and Services to Huawei. The resulting contract will contain clauses 252.240-7998 & 252.240-7999, as appropriate.
All deliverables must be compliant with FAR 52.219-14 Limitations on Subcontracting. FAR 52.204-24, FAR 52.204-27, and DFARS 252.225-7007 apply.
Please submit a Firm-Fixed-Price proposal pursuant to the terms and conditions of this combined synopsis and solicitation N68335-26-Q-0394 to this office on or before 26 February 2026, via email to: eric.m.daly6.civ@us.navy.mil. If you need any additional information regarding the above, please contact Eric Daly at eric.m.daly6.civ@us.navy.mil
If this requirement is a commercial requirement as defined by FAR 2.101, the Commercial Item Checklist shall be filled out and submitted with the proposal.
DFARS Clause 252.211-7003, Item Identification and Valuation may apply to this procurement. Any end items that have a unit acquisition cost of over $5,000 shall have the clause applied.
As of 13 August 2020, Section 889 of Public Law 115-232, “Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment,” Part B, took effect. The FAR Case 2019-009 rule prohibits the Government from contracting with an entity that uses certain telecommunications equipment or services produced by the entities listed in the statute. As a result of the above, the Clauses and Provisions associated with this rule are applicable to the resultant Delivery Order.
As of 03 February 2021, interim Defense Federal Acquisition Regulation Supplement (DFARS) rule 2019-D041, Assessing Contractor Implementation of Cybersecurity Requirements, which was effective 30 November 2020. The interim rule amends the DFARS to incorporate requirements for assessment of contractor implementation of cybersecurity requirements and to enhance the protection of unclassified information within the DoD supply chain via the National Institute of Standards and Technology Special Publication (NIST SP) 800-171 DoD Assessment Methodology and the Cybersecurity Maturity Model Certification (CMMC) framework.
As a result of the above, the requirements referenced in Provision 252.204-7019, Notice of NIST SP 800- 171 DoD Assessment Requirements (NOV 2020); and Clauses 252.204-7020, NIST SP 800-171 DoD Assessment Requirements (NOV 2020) and 252.204-7021, Cybersecurity Maturity Model Certification Requirement (NOV 2020) are applicable to the resultant contract. A current NIST SP 800-171 DoD Assessment must be posted in the Supplier Performance Risk System (SPRS), which will be reviewed prior to contract award.
The proposal shall be submitted electronically, ensuring that any electronic version of spreadsheets are Excel compatible, as applicable with formulas and links active, including any subcontracted work, to this office.
It is important to note this combined synopsis & solicitation shall not be construed as obligating the Government to award a contract or authorizing work to commence and shall not serve as a basis for any future claims against the government.
Please note that the offeror’s SAM.gov entity registration needs to be active in order for the offeror to be able to receive an award.
All questions regarding this effort should be addressed to Eric Daly at eric.m.daly6.civ@us.navy.mil.
Attachment A: Parts List.
Attachment B: SOW
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.