For more than 17 years NTS has been providing IT products, Service and infrastructure management to federal customers worldwide. We have proudly served hundreds of agencies and sub agencies with large procurements and complex solutions for mission-critical programs. NTS holds several GWACs and agency wide purchasing contracts, BPAs and IDIQs with many agencies.

Contract Vehicles

Home 9 Contracts 9 Contract Vehicles

SEWP – V :

Our Premier Partner relationships help us deliver efficiency, increased opportunities for innovation, and continuous quality improvements. Our Premier Partners include :

Contact No : NNG15SC82B
Start Date : 05/01/15
Expiration Date : 04/30/25
Contract Value : $20B
Contract Fees : 0.34%
Contract type : GWAC
New Tech Solutions, Inc. (NTS) is a SEWP V Prime Contractor.

The NASA SEWP V GWAC (Government-Wide Acquisition Contract) provides the latest in Information Technology (IT) products and product-based services for all Federal Agencies. All federal agencies and their contractors can place orders through this GWAC. NASA’s Goddard Space Flight Center in Greenbelt, Maryland, procures and manages the SEWP V effort.

The SEWP V contracts are firm-fixed-price, indefinite delivery/indefinite quantity, with a $25 minimum per order of supplies or services, and a per contract maximum of $20 billion. Each contract will have an effective ordering period of 10 years, consisting of a five-year base period from May 1 to April 30, 2020, and one five-year option to extend the period of performance through April 30, 2025.

Contract and Ordering Information

Contract Information : SEWP Delivery Orders (DOs) must be routed to the NASA SEWP Program Office: [email protected] using the official SEWP cover sheet.

NTS Contract Numbers : NNG15SC82B

Business Size : Small Group C

Order Surcharge : SEWP has a 0.34% surcharge.

Who can Order : The SEWP V contract is for use by all Federal Agencies and their authorized Federal Agency Contractors. Authorized contractors are able to buy directly from the SEWP V contract in support of other Federal Government Contracts. For approval, the requesting Federal Agency Contracting Officer (CO) should send a letter to the SEWP V program Management Office with the following information:

  • Authorizing Agency Name, Contracting Officer (CO) Name, Mailing Address, Phone and FAX number
  • Contractor Name and Contract Number including Period of Performance
  • A statement that the contractor is authorized to purchase from SEWP contracts in support of the above contract.
  • The CO’s signature and Date signed

To learn more about the products and services NTS provides on its SEWP V contracts or to obtain a quote, please call our experts on 510-353-4070 x 327 , email [email protected] , or fax 510-353-4076.

For more information about SEWP V, visit www.sewp.nasa.gov

Additional SEWP Information

Fair Opportunity when Using SEWP Contracts

SEWP V is comprised of multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, including both manufacturers and resellers of IT equipment, based on full and open competition. While this allows use of the contracts without requiring further competition for single award classes, Fair Opportunity (refer to FAR 16.505(b)) must be given to all contractors in multi-award classes.

SEWP V adheres to Far 16.5059(b) Fair Opportunity Clause which provides that each contractor shall be given fair opportunity to be considered for each order exceeding $3,000 and issued under multiple award contracts. The FAR states that the method to obtain fair opportunity is at the discretion of the CO and that the CO must document the rationale for placement and price of each order. The SEWP online RFI/RFQ tool is the recommended method to assist in this activity and to augment the required decision documentation. The SEWP RFI/RFQ tool will automatically include the Contract Holders within a selected Group or based on a suggested source.

Policy and Procedural Information

For assistance or questions pertaining to installation, basic warranty, extended warranty, technical support, software support, and other delivery issues, contact NTS SEWP Help Desk at [email protected] or call (877) NEW-TECH. Our SEWP team will be happy to assist you with your questions and troubleshoot any issues.

Warranty : OEM provided warranty, extended warranty, customized warranty and maintenance plans, which include software fixes via patches/updates are available.

Product Returns : In accordance with FAR Part 52.212-4, The Government may require repair or replacement of nonconforming supplies or re-performance of nonconforming services at no increase in contract price. The Government must exercise its post-acceptance rights — (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.

If you are a vendor and would like to add your IT products & solutions to our SEWP contract, please contact Ms. Anita Vasantrai at [email protected] .

CIO – CS :

Contact No : HHSN316201500040W
Start Date : 05/01/15
Expiration Date : 04/30/25
Contract Value : $20B
Contract Fees : 0.35%
Contract type : GWAC
New Tech Solutions, Inc. (NTS) is a CIO-CS Prime Contractor.

The Chief Information Officer – Commodities and Solutions (CIO-CS) is a ten (10) year Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a 5-year option multiple award indefinite delivery, indefinite quantity (IDIQ) GWAC. CIO-CS has a $20 Billion ceiling per contract holder.

CIO-CS covers everything IT including commodities and commodity-enabling solutions on-site or in the cloud. These include hardware and software, deployment and installation, maintenance and training, enterprise licenses and extended warranties, engineering studies, cloud, mobility, collaboration tools, web and video-conferencing, cyber security, virtualization, health and biomedical IT, and more.

End-to-end management is easy with NITAAC’s secure, web-based electronic-Government Ordering System (e-GOS) that automates delivery order competition, awardee selection and notification. The contracting process is completely controlled by each agency’s procuring CO, who can easily add customized terms and conditions at the delivery order level.

Additional Contract Information

Contract Numbers: HHSN316201500040W

Period of Performance: May 1, 2015 – April 30, 2020, plus a 5-year option period.

Contract Value: $20,000,000,000

NITAAC CIO-CS Advantages

  • Everything IT to any agency.
  • $20 billion ceiling for each awardee – no limits on what can be purchased within scope.
  • Easy-to-use, secure web-based e-GOS system for automated delivery order competition, management, awardee selection and notification.
  • No special “Delegation of Procurement Authority.”
  • 0.35 % Contract Access Fee.
  • 1-hour response to any contractual, technical or procedural question.
  • No Economy Act Determination.

Prompt Payment: The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR Part 1315.

For more information about CIO-CS, visit NITAAC website: https://nitaac.nih.gov/resources/training-and-events

Click here for free NITAAC CIO-CS training for Federal Agencies.

If you are a vendor and would like to add your IT products & solutions to our CIO-CS contract, please contact Rajesh Patel at [email protected] .

Point Of Contact (Program Manager)

Anita Vasantrai
510-353-4070 x 327
[email protected]
Rajesh Patel
510-353-4070 x 307
[email protected]

Seaport – NxG :

New Tech Solutions is a prime contractor on SeaPort-NxG, the Navy’s electronic platform for acquiring support services in twenty-two functional areas.

Contact No : N0017819D8182
Start Date : 12/03/18
Expiration Date : 12/02/28
Contract Value : $50B
Contract type : IDIQ

Naval Sea Systems Command Multiple Award Contracts (MACs) are designed to include all aspects of professional support services required by NAVSEA, its related Program Executive Offices (PEOs) and field affiliates. These contracts are not intended to nor will they be used to procure any personal services or services which are inherently governmental.

To place a SeaPort-NxG order through NTS, please contact us at [email protected] or if you would like to have more information, please contact our SeaPort-NxG managers with contact information below.

About SeaPort-NxG:

Naval Sea Systems Command Multiple Award Contracts (MACs) are designed to include all aspects of professional support services required by NAVSEA, its related Program Executive Offices (PEOs) and field affiliates. These contracts are not intended to nor will they be used to procure any personal services or services which are inherently governmental.

Generally, NAVSEA MACs provide vehicles to procure engineering, technical, programmatic, and professional support services for authorized users through all phases of ship and weapon system’s life cycle – technology development, concept exploration, design, specification development, construction/production, test and evaluation, certification, operation, maintenance, improvement/modernization, overhaul and refueling, salvage, and disposal. The scope of the contracts also includes professional support services to assist in the development, review and execution of search and salvage, diving, underwater ship husbandry, and pollution control program areas.

The objective of the MACs is to provide government managers with timely high quality services for a reasonable price maximizing innovation and cost reduction initiatives. All task orders placed against a MAC must fall within the general scope defined in the basic contracts.

Below is a current list of service areas supported but not limited to other support.

  • Research and Development
  • Support Engineering
  • System Engineering and Process Engineering
  • Support Modeling
  • Analysis Support Prototyping
  • Pre-Production, Model-Making, and Fabrication
  • System Design Documentation and Technical Data
  • Software Engineering, Development, Programming, and Network
  • Reliability, Maintainability, and Availability (RM&A)
  • Human Factors Engineering
  • System Safety Engineering
  • Configuration Management (CM)
  • Quality Assurance (QA)
  • Information System (IS) Development
  • Information Assurance (IA) and Information Technology (IT)
  • Ship Inactivation and Disposal
  • Interoperability, Test and Evaluation, and Trials
  • Measurement Facilities, Range, and Instrumentation
  • Acquisition Logistics
  • Supply and Provisioning
  • Training
  • In-Service Engineering
  • Fleet Introduction, Installation, and Checkout

NTS award is for the following Zone 1,2,3,4,5,6,&7 and the following functional areas: Software Engineering, Development, Programming, and Network Support, and Information System (IS) Development, Information Assurance (IA), and Information Technology (IT) Support. It is estimated that up to $5.3 billion worth of services will be procured annually through SeaPort-NxG contracts.

Zone Map: Applicable Zones (1,2,3,4,5,6 & 7)

TIN/FEIN:94-328-4685
Cage Code:1QN24
DUNS: 020149303
SAM: Registered
DUNS: 020149303
WAWF: Registered

Scope Of Contract: IT Products, Services, and Training
Business Type:Small, Small Disadvantage Business, 8(a) SDB
Shipping And Handling: FREE standard ground shipping in the continental United States
SIC Code: 5045, 5734, 7378, 3571, 7371, 7373, 7379
NAICS CODE: 334111, 334112, 334119, 334418, 334613, 421430, 443120, 511210, 541511, 541512, 541519, 611420
SeaPort-NxG Website: http://www.seaport.navy.mil

SeaPort-NxG Quality Assurance Program:

The Company’s mission is to be the premier provider of enterprise-based IT solutions to the federal government, and to be recognized as such.  We seek to add value to our customers’ operations by understanding their specific needs and requirements and by providing high-quality technical solutions, combining both products and services in an enterprise solution.  This requires the active support of every Team Member, who must perform his or her task in a motivated, conscientious and ethical manner. Our quality assurance and quality control measures ensure that we deliver the agreed upon product at the highest level of quality

NTS success in fulfilling its policies and mission statement, as well as meeting its stated goals and objectives, will be reflected in its customers’ satisfaction, their desire to continue in an on-going business relationship with us, and their willingness to recommend NTS to prospective customers.

The following guidelines will apply to Q/A of Seaport-NxG tasks:

  • Established Product and Process Quality Assurance
  • Prepare QA Plan for each project
  • Perform Periodic Process Reviews (Requirements, Design, Development, Testing, etc.)
  • Providing pro-active support
  • Audit work product for compliance to requirements
  • Conduct Release Reviews
  • Identify Non-Conformities
  • Perform Root Cause Analyses (RCAs)
  • Implement Corrective Actions
  • Track Corrective Actions to Closure
  • Report to Senior Management on Trends, Compliance and Non-Conformities

Results – Establish, measure, and meet both short and long-term commitments to all customers, employees, suppliers, and partners.

Leadership – Develop leaders who set high expectations for achieving business excellence.

Task order technical instructions:

Technical instructions and task order detail will be available on this page upon award.

Point Of Contact (Contracts Manager)

Rajesh Patel
New Tech Solutions Inc
4179 Business Center Drive, Fremont, CA 94538
Phone: (510)-353-4070 x 307
Fax: (510)-353-4076
Email: [email protected]

ITES-SW2 :

Period of Performance: 08/31/2020 – 08/30/2025, with one 5-year option period
Scope of Contract: Commercially available off-the-shelf (COTS) software solutions categorized into fourteen functional catalogs necessary to satisfy enterprise infrastructure and infostructure goals within the contiguous United States (CONUS) and Outside the Contiguous United States (OCONUS). The software solutions include software products, software maintenance, related incidental services, and related incidental hardware to provide a total solution.
NAICS Code: 511210

Contact No : W52P1J-20-D-0061
Start Date : 08/31/20
Expiration Date : 08/31/25
Contract Value : $13,000,000,000
Contract type : IDIQ

ITES-SW2 is a follow on to the ITES-SW contracts that are the Army’s mandatory source for commercial off-the-shelf (COTS) IT software. This includes software products and maintenance in 14 product categories in addition to related incidentals services and hardware.

The benefits of using ITES-SW2 include:

  • No Fees associated
  • Decentralized Ordering
  • Open to Army, DoD and all Federal Agencies

The purpose of the ITES-SW 2 acquisition is to support Army, Department of Defense (DoD) and all Federal Agency enterprise Information Technology (IT) infrastructure and info-structure goals by leveraging Commercially available-Off-The-Shelf (COTS) software products and maintenance in 14 product categories in addition to related incidental services and hardware. These 14 categories align with the major software categories identified by U.S. Army Network Enterprise Technology Command (NETCOM). The software catalogs are:

  • Audio & Visual
  • Multimedia & Design
  • Business & Finance
  • Communication
  • Database
  • Education
  • Internet
  • IT Utility & Security
  • Modeling & Simulation
  • NetOps
  • Office Suite
  • Operating Systems
  • Programming & Development
  • Specialized

The total potential value of this ten-year firm-fixed-price multiple-award contract is $13,000,000,000. The U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Point Of Contact (Contracts Manager)

Rajesh Patel
New Tech Solutions Inc
4179 Business Center Drive, Fremont, CA 94538
Phone: (510)-353-4070 x 307
Fax: (510)-353-4076
Email: [email protected]

DHS- TacCom II :

DHS TacCom II Objective:

Its objective is to provide the Authorized Users with a flexible contract vehicle to support how they plan, design, implement, maintain and decommission their various field communications solutions.

Contact No : 70B04C19D00000011
Start Date : 05/03/19
Expiration Date : 05/02/24
Contract value: $3,000,000,000
Contract type : IDIQ

About DHS TacCom II:

The Department of Homeland Security (DHS) Tactical Communications (TacCom II) is a Multiple-Award, Indefinite-Delivery/Indefinite Quantity (ID/IQ) contract for the full array of communications commodity products and professional services. It is available for use by DHS and its Components including US Customs and Border Protection, Immigration and Customs Enforcement, the US Coast Guard, and others. Services may be required in any of the 50 states as well as US territories and OCONUS locations.
DHS will allow partner agencies to place orders against the resultant IDIQ contracts. As such, this contract vehicle will be a MAC. External agencies that may use TacCom include, but are not limited to:

  • Department of Justice,
  • Department of Agriculture,
  • Department of Treasury,
  • Department of State,
  • Department of Interior,
  • Health and Human Services,
  • Veterans Affairs, and
  • The White House Communications Agency.

Scope of DHS TacCom II:

Awards were made in two Technical Categories: Equipment and Services

New Tech Solutions is one of nine companies to be awarded both Technical Categories.

Technical Category 1 (TC1) Equipment:

TC1 for TacCom II products was awarded in May 2019. The scope of the Equipment Technical Category includes the following:

  • Infrastructure ‐ includes software, communications infrastructure, microwave, control/base stations, repeaters, comparators, encryption equipment, and test equipment
  • Radios and Accessories ‐ includes end‐user equipment and all associated accessories
  • High Frequency – includes end‐user equipment, associated accessories, and infrastructure to support
  • Maritime ‐ includes tactical communication equipment to outfit and interface with boat crew communication system
  • Satellite ‐ includes end‐user equipment, associated accessories, and dishes

Period of Performance: This contract is for a one-year base ordering period plus four 1-year option periods.

  • Base Year – 5/03/2019 to 05/02/2020
  • Option Year One – 5/03/2020 to 05/02/2021
  • Option Year Two – 5/03/2021 to 05/02/2022
  • Option Year Three – 5/03/2022 to 05/02/2023
  • Option Year Four – 5/03/2023 to 05/02/2024

Technical Category 2 (TC2) Services:

TC2 Services was awarded in May 2019 and provides variety of services to support communications systems including:

  • Radio – services required to maintain, program, install, repair, and support rapid deployment of radio subscriber units
  • O&M Services – services required to operate and maintain tactical communications systems
  • Engineering – services required to provide spectrum support, and to architect, design, and implement tactical communications systems
  • General – ability to provide Project Management Services and a variety of other services in other service subcategories and Project Management Support (Radio, O&M Services, and Engineering)

There are two tracks within TC2: Small Business Track and Unrestricted Track.
Period of Performance: This contract is for a one-year base ordering period plus four 1-year option periods.

  • Base Year – 5/03/2019 to 05/02/2020
  • Option Year One – 5/03/2020 to 05/02/2021
  • Option Year Two – 5/03/2021 to 05/02/2022
  • Option Year Three – 5/03/2022 to 05/02/2023
  • Option Year Four – 5/03/2023 to 05/02/2024

Point Of Contact

Rajesh Patel
Phone: (510)-353-4070 x 307
Email: [email protected]

DHRA-CAP :

BPA Master Dollar Limit: $25,500,000.00
BPA Call Limit: $500,000.00

Period of Performance: 15-Oct-2018 to 14-Oct-2023

FSC Codes: 7030        

The Computer/Electronic Accommodations Program (CAP) Office requires Assistive Technology (AT) products. The products will be provided to Federal Employees with disabilities and wounded, ill, and injured Service members with dexterity, vision, hearing, cognitive, and communication impairments. 

Contact No : H98210-19-A-0001
Start Date : 10/15/18
Expiration Date : 10/14/23
Contract type : IDIQ

Point Of Contact (Contracts Manager)

Rajesh Patel
New Tech Solutions Inc
4179 Business Center Drive, Fremont, CA 94538
Phone: (510)-353-4070 x 307
Fax: (510)-353-4076
Email: [email protected]

DOS – GITM – Desktop :

Contact No : NNG15SC82B
Start Date : 08/01/13
Expiration Date : 04/30/20
Contract Value : $150,000,000
Contract type : IDIQ

The Department of State (DOS) established Indefinite Quantity Contracts (IDIQ) under which NTS provides desktop computers, 22-inch LCD monitors, 2.5-inch removable hard drive, 3.5-inch internal hard drive, desktop network fiber NIC, desktop fire wire card, PKI Card Reader and RFID Tags.

Point Of Contact (Contracts Manager)

Rajesh Patel
New Tech Solutions Inc
4179 Business Center Drive, Fremont, CA 94538
Phone: (510)-353-4070 x 307
Fax: (510)-353-4076
Email: [email protected]

CCS-3 (Client Computing Solutions III) :

GSA MAS BPA FA805522A3005

Contact No : FA805522A3005
Start Date : 10/29/2021
Expiration Date : 10/28/2026
Contract Fees : 0.75%
Contract type : IDIQ

Product Offerings :

All client (end user) computing devices (computers and displays), associated peripherals, and incidental services

Contract and Ordering Information :

Contract Information: The CCS-3 BPAs have a 5-year ordering period for client computing products, associated upgrade options, and incidental services to fulfill Air Force agency requirements for information technology (IT) computing products. BPA holders will compete in the Air Force’s semi-annual Quantum Enterprise Buy (QEB) and annual Rugged Product Buy purchase cycles to provide products to the United States Air Force, United States Space Force, Office of the Secretary of Defense, and authorized contractors.

Business Size : Small Business

GSA IFF Fees : 0.75% surcharge.

Who can Order :    

    • Department of the Air Force
    • Defense Health Agency-Air Force (DHAAF)
    • Department of the Navy
    • White House Communications Agency (WHCA)
    • Office of the Secretary of Defense

To learn more about the products and services NTS provides on its CCS-3 contracts or to obtain a quote, please call our experts on 510-353-4070 x 307 , email [email protected] , or fax 510-353-4076.

Point Of Contact (Contracts Manager)

Rajesh Patel
Phone: (510)-353-4070 x 307
Email: [email protected]

DODEA-IFP Outfitting :

Contact No : HE125418D3005
Start Date : 03/31/18
Expiration Date : 04/01/23
Contract Value : $49,500,000.00
Contract type : BPA

NTS is awarded the Department of Defense Education Activity (DoDEA) to provide Interactive Flat Panels, peripherals, Interactive Video, Visual products and services. Under this contract, NTS will provide the following services to all DoDEA sites, including the Department of Defense Domestic Dependent Elementary and Secondary Schools headquarters in Peach Tree City, Ga., and to schools at Warner Ft. Benning Schools , Ft. Rucker Schools , Maxwell AFB Ft. Campbell Schools, Ft. Knox Schools, Camp Lejeune Schools, Ft. Bragg Schools, Quantico Schools, West Point Schools, Ft. Jackson Schools, Ft. Stewart Schools, MCAS Beaufort (Laurel Bay) Schools, Puerto Rico, and Guantanamo Bay Naval Air Station, Cuba to provide installation, ongoing support & maintenance services.

The DoDEA Pacific Director is responsible for the operation of four districts (Guam, Japan, South Korea, and Okinawa), 50 schools, and 24,000 students affiliated with 22 military installations within the Pacific. Under this contract, NTS will provide the following Smart Technology products, Mitsubishi, Elmo & services support to all DoDEA sites. Okinawa – Camp Foster Schools , Camp Kinser Schools, Camp Lester Schools , Camp McTureous Schools , Kadena AB Schools. Korea -CFA Chinhae Schools, Osan AB Schools , USAG Daegu – Camp George , USAG Daegu – Camp Walker , USAG Casey Schools , USAG Humphreys Schools , USAG Yongsan Schools. Japan -Camp Zama Schools , CFA Sasebo Schools , CFA Yokosuka Schools , MCAS Iwakuni Schools , Misawa AB Schools , Yokota AB Schools. Guam – Andersen AFB Schools , Naval Base Guam Schools , U.S. Naval Hospital Schools.

DoDDS Europe operates 80 schools within five districts throughout Europe. DoDDS Europe serves over 33,000 school-age children of active duty military and civilian employees. Our footprint consists of the following countries: Bahrain, Belgium, England Germany, Italy, Netherlands, Portugal, Spain and Turkey. Under this contract, NTS will provide the following Smart Board products & services support to all DoDEA sites.

Point Of Contact (Program Manager)

Scott Raina
New Tech Solutions Inc
4179 Business Center Drive, Fremont, CA 94538
Phone: (510)-353-4070 x 307
Fax: (510)-353-4076
Email: [email protected]

DODEA-Network Outfitting :

Contact No : HE125418D3000
Start Date : 04/09/18
Expiration Date : 04/08/23
Contract Value : $25,000,000.00
Contract type : BPA

NTS is awarded the Department of Defense Education Activity (DoDEA) to provide Network Outfitting Services. Under this contract, NTS will provide the following services to all DoDEA sites, including the Department of Defense Domestic Dependent Elementary and Secondary Schools headquarters in Peach Tree City, Ga., and to schools at Warner Ft. Benning Schools , Ft. Rucker Schools , Maxwell AFB Ft. Campbell Schools, Ft. Knox Schools, Camp Lejeune Schools, Ft. Bragg Schools, Quantico Schools, West Point Schools, Ft. Jackson Schools, Ft. Stewart Schools, MCAS Beaufort (Laurel Bay) Schools, Puerto Rico, and Guantanamo Bay Naval Air Station, Cuba to provide installation, ongoing support & maintenance services.

The DoDEA Pacific Director is responsible for the operation of four districts (Guam, Japan, South Korea, and Okinawa), 50 schools, and 24,000 students affiliated with 22 military installations within the Pacific. Under this contract, NTS will provide the following Smart Technology products, Mitsubishi, Elmo & services support to all DoDEA sites. Okinawa – Camp Foster Schools , Camp Kinser Schools, Camp Lester Schools , Camp McTureous Schools , Kadena AB Schools. Korea -CFA Chinhae Schools, Osan AB Schools , USAG Daegu – Camp George , USAG Daegu – Camp Walker , USAG Casey Schools , USAG Humphreys Schools , USAG Yongsan Schools. Japan -Camp Zama Schools , CFA Sasebo Schools , CFA Yokosuka Schools , MCAS Iwakuni Schools , Misawa AB Schools , Yokota AB Schools. Guam – Andersen AFB Schools , Naval Base Guam Schools , U.S. Naval Hospital Schools.

DoDDS Europe operates 80 schools within five districts throughout Europe. DoDDS Europe serves over 33,000 school-age children of active duty military and civilian employees. Our footprint consists of the following countries: Bahrain, Belgium, England Germany, Italy, Netherlands, Portugal, Spain and Turkey. Under this contract, NTS will provide the following Smart Board products & services support to all DoDEA sites.

Point Of Contact (Program Manager)

Scott Raina
New Tech Solutions Inc
4179 Business Center Drive, Fremont, CA 94538
Phone: (510)-353-4070 x 307
Fax: (510)-353-4076
Email: [email protected]

USDA – Laptop :

USDA CAT 2 BPA Laptop and Notebooks

Contact No : 12314419A0025
Start Date : 09/30/19
Expiration Date : 09/29/24
Contract value: $110,000,000
Contract type : BPA

New Tech Solutions selected as a vendor to provide Laptop and Notebooks for US Department of Agriculture’s (USDA) Office of Information Technology Blanket Purchase Agreement (BPA).

General Light Form Factor
General Small Screen
Power User Light Form Factor Small Screen
General Medium Screen
Power User Medium Screen
Power User Large Screen
Outdoor Capable Rugged Form Factor

Point Of Contact (Contracts Manager)

Rajesh Patel
New Tech Solutions Inc
4179 Business Center Drive, Fremont, CA 94538
Phone: (510)-353-4070 x 307
Fax: (510)-353-4076
Email: [email protected]

DOD ESI Cisco Agency Catalog :

Cisco Networking, Wireless & Mobility, Security, Collaboration, Data Center, Analytics, Video, Internet of Things, Software, and, maintenance and support products for hardware (SMARTnet) and software (Software Support Services (SWSS)), and various implementation and consulting services to support operations and missions across the DoD enterprise.

Contact No : NNG15SC82B
Start Date : 12/07/20
Expiration Date : 04/30/25
Contract value: $110,000,000
Contract type : IDIQ

Point Of Contact (Contracts Manager)

Rajesh Patel
New Tech Solutions Inc
4179 Business Center Drive, Fremont, CA 94538
Phone: (510)-353-4070 x 307
Fax: (510)-353-4076
Email: [email protected]

GSA Multiple Award Schedule Contract (MAS) :

GSA Schedule No. 47QTCA19D00CX

New Tech Solutions, Inc GSA IT (Information Technology) Schedule-70 (47QTCA19D00CX) provides federal agencies with a streamlined procurement vehicle to acquire cutting-edge information technology and telecommunications services and products.

Contact No : 47QTCA19D00CX
Start Date : 06/03/19
Expiration Date : 06/04/24
Contract Value : No Maximum Order Threshold
Contract Fees : 0.75%
Contract type : GWAC

NTS can provide information technology personnel worldwide for number of labor categories, at hourly rates, for services falling under Information Technology Professional Services. Additionally, a complete single-source solution can be provided with the addition of Information Technology Hardware, Maintenance, Software Licenses, Maintenance of Software and Electronic Commerce Services.

GSA Advantage :

This is an indefinite delivery indefinite quantity (IDIQ) multiple award schedule contract vehicle available to federal customers at https://www.gsaadvantage.gov.

TIN/FEIN:94-328-4685
Cage Code:1QN24
DUNS: 020149303
SAM: Registered
DUNS: 020149303
Unique Entity Identifier (UEI) number: XK11LLUL61A7
WAWF: Registered

Business Type:Small Business
Shipping And Handling: FREE standard ground shipping in the continental United States
SIC Code: 5045, 5734, 7378, 3571, 7371, 7373, 7379
NAICS CODE: 334111, 334112, 334119, 334418, 334613, 421430, 443120, 511210, 541511, 541512, 541519, 611420
GSA Schedule 70 Website: http://www.gsa.gov

Special Item Number (SIN) DESCRIPTION

Special Item No. 33411                  Purchase of Equipment
Special Item No. 811212                Maintenance, Repair Service and Repair Parts/Spare Parts
Special Item No. 511210                Software Licenses
Special Item No. 541151                Software Maintenance Services
Special Item No. 518210C             Cloud Computing Services
Special Item No. 54151S                Information Technology Professional Services

GSA Pricelist

Terms & Conditions

Products Type

Desktops, workstations, servers, notebooks, peripherals, telecommunications – facsimile products, electronic commerce products, and software and networking products and services

Point Of Contact (Contracts Manager)

Rajesh Patel
New Tech Solutions Inc
4179 Business Center Drive, Fremont, CA 94538
Phone: (510)-353-4070 x 307
Fax: (510)-353-4076
Email: [email protected]

2GIT :

2GIT Team Leads

GSA’s 2nd Generation Information Technology Blanket Purchase Agreement (2GIT BPA) was developed in collaboration with the U.S. Air Force to provide all agencies access to pre-competed Commercial Off-The-Shelf (COTS) hardware, software, and ancillary services. The goal of the 2GIT BPAs is to deliver a streamlined process for purchasing IT hardware, software, and services through GSA Advantage. 2GIT is available for use by all federal agencies, and has an estimated cumulative value of $5.5 billion over the five year period of performance.

Contact No : 47QTCA21A001X
Contract Type: BPA under GSA Schedule 70
Start Date : 03/31/2021
Expiration Date : 03/30/2026
Contract Value : $5.5B
Contract Fees : 0.75%
Contract type : GWAC/BPA

Benefits and Features

  • A total solution to meet the IT needs of the USAF, Department of Defense agencies, and other federal, state, local, regional and tribal governments.
  • Streamlined and faster purchasing through GSA Advantage! and eBuy.
  • Improved supply chain risk management and supplier risk management.
  • Expanded product availability with vendors adding new products through the FAStLane modification process.

Scope of Contract: IT Hardware and Software
GSA CLIN: SIN 33411 Purchasing of New Electronic Equipment
GSA CLIN: SIN 811212 Maintenance of Equipment, Repair Services and/or Repair/Spare Parts
GSA CLIN: SIN 511210 Software Licenses
GSA CLIN: SIN 54151 Software Maintenance Services
GSA CLIN: SIN OLM Order-Level Materials

Click here for the 2GIT Portal. US Air Force users can go directly to the USAF 2GIT Portal.

Point Of Contact (Contracts Manager)

Rajesh Patel
Phone: (510)-353-4070 x 307
Email: [email protected]

CMAS :

State of California MULTIPLE AWARD SCHEDULE
Desktop and notebook computer systems including enhancements and peripherals
Contact No : 3-20-70-2169B
Start Date : 04/27/2020
Expiration Date : 06/03/2024
Contract Fees : 0.75%
Contract type : GWAC
Authorized users: All CA state and local government agencies

Scope of Contract:

Information Technology Goods & Services. This CMAS provides for the purchase, warranty, and installation of hardware and software, hardware maintenance and repair, software maintenance as a product, cloud services, and Information Technology (IT) consulting services.

CMAS Product & Service Codes

The CMAS Product & Service Codes listed below. Review this CMAS and the base contract identified below for the products and/or services available on this CMAS.

• Computer-Laptop
• Computer-Tablet
• Data Commun-Equipment
• Monitor-Computer
• Printer
• Security-IT Hardware
• Software-Development Tool
• Software-Internet Security
• Video Equipment-Audio
• Security-Software
• Infrastructure as a Service
• Platform as a Service

NAICS: 541519

Contracts Manager

Rajesh Patel
Phone: (510)-353-4070 x 307
Email: [email protected]

Texas CMBL :

State of Texas Centralized Master Bidders List (CMBL)
Desktop and notebook computer systems including enhancements and peripherals.
Contract No : 1943284685500 / 31315
Start Date : 04/20/2020
Expiration Date : 05/13/2023

Authorized users: All State of Texas purchasing entities. Commodity items are available for district(s) 1,2,3,4,5,6,7,8,9,10,11,12,13,14,15,16,17,18,19,20,21,22,23,24,25

Scope of Contract: Information Technology Goods & Services. This TX – CMBL provides for the purchase, warranty, and installation of hardware and software, hardware maintenance and repair, software maintenance as a product, cloud services, and Information Technology (IT) consulting services.
NAICS: 541519

Point Of Contact (Contracts Manager)

Rajesh Patel
Phone: (510)-353-4070 x 307
Email: [email protected]

Texas DIR:

Contract No : DIR-CPO-5279
Start Date : 01/23/2024
Expiration Date : 01/22/2026
Administrative Fees: 0.75%

New Tech Solutions Vendor ID Number – 1943284685500

DIR Website for Contract DIR-CPO-5279
DIR Co-op Contract Program Review:

 

Authorized Users:

Any Texas state agency, unit of local government, institution of higher education as defined in Section 2054.003, Texas Government Code, and those state agencies purchasing from a DIR contract through an Interagency Agreement, as authorized by Chapter 771, Texas Government Code, any local government as authorized through the Interlocal Cooperation Act, Chapter 791, Texas Government Code, and the state agencies and political subdivisions of other states as authorized by Section 2054.0565, Texas Government Code.

PRODUCT AND SERVICE OFFERINGS:

Value Added Software Reseller Products and Related Services for Adobe and Novell, as defined in Request for Offer DIR-CPO-TMP-570 for Software, Commercial Off-the-Shelf (COTS) and Related Services. At DIR’s sole discretion, Successful Respondent may incorporate changes or make additions to its product and service offerings, provided that any changes or additions must be within the scope of the RFO

Point Of Contact (Contracts Manager)

Rajesh Patel
Phone: (510)-353-4070 x 307
Email: [email protected]

Quotes and Placing Purchase Orders

To learn more about the products and services NTS provides on its Texas DIR Contract contracts or to obtain a quote, please call our experts on 510-353-4070 x 307 , email [email protected] , or fax 510-353-4076.

Agency purchase orders must be emailed to [email protected]  Please remember to put the Contract Number (DIR-CPO-5175) on your Purchase Order.

Warranty and Return Policy:

All hardware has a 3 year limited warranty. Software returns must be submitted within 45 days of purchase through agent the order was sent to [email protected]