This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE.
The proposed contract action is for commercial supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
The RFQ number is N0060426Q4000. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06 and DFARS Publication Notice 20251024. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. This is a sole source, other than full and open action. The Small Business Office concurs with the set-aside decision.
NAVSUP FLC Pearl Harbor requires SeaSpace TeraScan Software Maintenance Subscription Renewals for Fleet Numerical Meteorology and Oceanography Center (FNMOC).
CLIN 0001 - SeaSpace TeraScan Software Maintenance Subscription Renewal in accordance with the attached SOW. Qty: 1 Unit of Measure: Group
Delivery is required by 1 December 2025.
Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.
System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
PLEASE NOTE: Method of Payment shall be WAWF. This action shall have special payment terms. See the following details on the special payment terms:
OBLIGATIONS IN ADVANCE OF FISCAL YEAR 2026 FUNDING
(OCT 2025) (DEVIATION 2026-O0001)
The Department of Defense has the authority to enter into this contractual action and to obligate the Government in advance of appropriations; however, appropriated funds are not currently available to make payments under this contract to liquidate this obligation. When appropriated funds become available, the Government will make payment in accordance with the terms of this contract, including the payment of interest where applicable under the Prompt Payment Act. This clause supersedes conflicting terms of any other provision in this contract dealing with contract payment or financing until funds are made available to the Contracting Officer for this contractual action.
Attachments
J&A Redacted
SOW
Provisions and Clauses