- Description:
Disclaimer: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
NOTICE: INTENT TO SOLICIT ONLY ONE SOURCE (MANUFACTURER)
The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i). The name of the company the Government intends to award a contract to is Enginsoft LLC. (CAGE: 8FY30, Small Business) located at 6675 Mediterranean Dr STE 203 McKinney, TX 75072-5634. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation.
This acquisition is issued as a Request for Quote (RFQ). W911QX25QA115
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05 Effective date 07 August 2025.
For purposes of this acquisition, the associated NAICS code is 513210. The small business size standard is $47,000,000.00.
Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable) for a twelve (12) month period of performance
Contract Line Item Number (CLIN) 0001: Qty one (1) - RecurDyn - ANNUAL MAINTENANCE YEAR
Specifications/Requirement: To provide Qty one (1) - RecurDyn - Annual Maintenance Year see CLIN structure above.
Delivery: is required by seven (7) business days after acceptance of the order. Delivery shall be made electronically to Aberdeen Proving Ground (APG), MD 21005. Acceptance shall be performed at Aberdeen Proving Ground (APG), MD 21005 The FOB point is Destination.
Clauses:
- The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. The following addenda have been attached to this provision:
In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong.
- Evaluation Criteria –N/A, Notice of Intent to Sole Source.
- Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.
- The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause N/A.
- The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable:
FAR:
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor-Cooperation with Authorities and Remedies
52.222-19 Child Labor-Cooperation With Authorities And Remedies
52.222-50 Combating Trafficking in Persons
52.225-13 Restrictions on Certain Foreign Purchases
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-33 Payment by Electronic Funds Transfer—System for Award Management
52.232-36 Payment by Third Party
- The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):
Provisions:
52.204-7 System for Award Management
52.204-16 Commercial and Government Entity Code Reporting
52.204-17 Ownership or Control of Offeror
52.204-20 Predecessor of Offeror
52.204-22 Alternative Line-Item Proposal
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-26 Covered Telecommunications Equipment or Services—Representation
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications
52.252-1 Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation
252.204-7017 Prohibition On the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation
252.204-7019 Notice Of NIST SP 800-171 Dod Assessment Requirements
Clauses:
52.204-13 System for Award Management Maintenance
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Entities
52.204-25 Prohibition On Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.204-27 Prohibition On A Bytedance Covered Application
52.213-2 Invoices
52.247-34 F.o.b. Destination
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-1 Disputes
52.233-4 Applicable Law for Breach of Contract Claim
52.243-1Changes-Fixed Price
52.247-34 F.o.b. Destination
52.249-1 Termination For Convenience of the Government (Fixed-Price) (Short Form)
252.203-7000, Requirements Relating to Compensation of Former DoD Officials.
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.204-7000 Disclosure of Information
252.204-7003 Control of Government Personnel Work Product
252.204-7008, Compliance with Safeguarding Covered Defense Information
Controls
252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
252.204-7018, Prohibition On the Acquisition of Covered Defense Telecommunications Equipment or Services
252.211-7003, Item Unique Identification and Valuation
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7000, Buy American Statute—Balance of Payments Program Certificate
252.225-7001, Buy American Act and Balance of Payments Program
252.225-7007 Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies
252.225-7012, Preference for Certain Domestic Commodities
252.225-7048, Export-Controlled Items
252.225-7974, DEVIATION 2020-O0005, Representation Regarding Business Operations with the Maduro Regime, as prescribed in DEVIATION 2020-O0005
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies on Contract Payment
252.239-7010, Cloud Computing Services
252.239-7017, Notice of Supply Chain Risk
252.239-7018, Supply Chain Risk
252.244-7000, Subcontractors for Commercial Products or Commercial Services
252.246-7008, Sources of Electrical Parts
252.247-7023, Transportation of Supplies by Sea
252.243-7001, Pricing Of Contract Modifications
Local Provisions:
APPLICABLE FOREIGN ACQUISITION PROVISIONS AND CLAUSES
EXCEPTIONS IN PROPOSAL
AWARD OF CONTRACT
INTENT TO SOLICIT ONLY ONE SOURCE
DEBRIEF OF UNSUCCESSFUL OFFERS
ADELPHI CONTR. DIVISION URL
FOREIGN NATIONALS PERFORMING
PAYMENT TERMS
Local Clauses:
ACC-APG POINT OF CONTACT
TECHNICAL POINT OF CONTACT
TYPE OF CONTRACT
GOVERNMENT INSPECTION AND ACCEPTANCE
TAX EXEMPTION CERT. (DAC)
PAYMENT INSTRUCTIONS
RECEIVING ROOM – APG
SUBSCRIPTION AND SOFTWARE PLATFORM RENEWALS
- This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A
- The following notes apply to this announcement:
In accordance with FAR 32.003, contract financing cannot be provided for this acquisition.
Place of Performance: U.S. Army Research Laboratory, Aberdeen Proving Ground, MD 21005.
- Offers are due no later than five (5) days after posting date by 11:59AM Eastern Standard Time (EST).
Set Aside: N/A