This is a Combined Synopsis / Solicitation for Commercial Items prepared in accordance with the format in FAR Subpart 12.6 – Streamlined Procedures for Evaluation and Solicitation of Commercial Items – as supplemented with additional information included in this notice. The solicitation is issued using simplified acquisition procedures under the authority of FAR Part 13.
THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION DOCUMENT (i.e. STANDARD FORM) WILL NOT BE ISSUED.
This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 dated June 11, 2025.
The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 – Information Technology Value Added Resellers. The small business size standard of 150 employees. This is a total small business set-aside competition. Only small businesses under the applicable NAICS code are eligible to respond.
DESCRIPTION OF REQUIREMENTS
Background
The National Institute of Standards and Technology (NIST) Computer Security Research Center’s (CSRC) website and related cybersecurity and privacy projects, seeks a renewal of the Xperience Content Management System (CMS) from Kentico Software, LLC, to support the ongoing operations and maintenance. CSRC is the primary website used by the Computer Security Division (CSD) to engage external stakeholders and provide access to cybersecurity publications, programs, and tools. CSD launched a new generation of the CSRC website in 2017 that relies on the Kentico CMS to create and manage content. The site hosted more than 3.6 million visitors from 240+ countries in 2024.
Objectives
The objective of this requirement is to procure Kentico Software License Renewal.
Scope of Work
Please see the attached Statement of Requirements.
DELIVERY REQUIREMENTS
The required software licenses and technical support shall be delivered electronically. Delivery shall be made such that software licenses and technical support are active for the period of performance from September 17, 2025 through September 16, 2026.
CONTRACT TYPE & PAYMENT TERMS
A firm fixed price purchase order is anticipated.
APPLICABLE PROVISIONS AND CLAUSES
Please see the attached document for applicable provisions and clauses.
QUESTION AND ANSWER PERIOD
CAR 1352.215-73 INQUIRIES (APR 2010):
Quoters must submit all questions concerning this solicitation in writing electronically to Mr. Collin Randall, Contract Specialist, at Collin.Randall@nist.gov Questions must be received by or before Wednesday July 21, 2025, at 12:00 PM ET. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of Provision).
DUE DATE FOR QUOTATIONS
All quotations must be submitted via email to Mr. Collin Randall, Contract Specialist, at Collin.Randall@nist.gov. Submission must be received not later than Wednesday July 28, 2025, at 12:00 PM ET.
Note: Quoters must have an active registration at www.SAM.gov at time of offer submission to be considered for award. “ID Assigned” is not acceptable; registration must be “Active.”
INSTRUCTIONS TO QUOTERS (Addendum to FAR 52.212-1)
The Quoter’s quotation shall be submitted electronically via email and shall consist of two volumes as detailed below. Each quotation volume shall include the Quoter’s name, System for Award Management Unique Entity Identifier (UEI) number, and point of contact information in a cover page, header/footer, or other easily identified location. The Contracting Officer intends to award a purchase order without discussions but reserves the right to enter into discussions if in the best interest of the Government.
Volume 1: Technical Response
This volume shall contain the Quoter’s technical response. The technical response (not including table of contents or past performance information) shall not exceed three (3) single-spaced pages. Text shall be no less than 12-point font in read-only Microsoft Word or searchable Adobe PDF format.
The technical response shall include the name, title, phone number, and email address of the Quoter’s primary point of contact and the individual authorized to negotiate on behalf of the Quoter (if negotiations are determined to be necessary).
The technical response shall include:
- A description of the proposed products. The response should discuss all specifications from the Statement of Requirements.
Volume 2: Price Quotation
This volume shall contain the Quoter’s price quotation in Microsoft Excel format, or in searchable PDF format. All figures must be rounded to the nearest hundredth.
Price quotations shall be submitted on a firm fixed price basis in accordance with the contract line-item numbering structure identified in this solicitation. Quotations shall be valid for 60 days after solicitation close.
Price quotations shall include unit pricing and total cost, inclusive of the required commercial product, shipping and delivery, training, and warranty.
To assist the Government in evaluating firm fixed price quotations, the Quoter shall provide a breakdown of the proposed fixed price by item quoted.
CONTRACT LINE-ITEM STRUCTURE:
Responsible Quoters shall provide pricing for the following line item:
CLIN
Description
Price
0001
September 17, 2025 – September 16, 2026
Kentico Xperience Enterprise Subscription 1-Year License
EVALUATION CRITERIA AND BASIS FOR AWARD (Addendum to FAR 52.212-2)
In accordance with FAR 52.212-2: Evaluation – Commercial Items, as included in the attached Applicable Provisions and Clauses document, the Government intends to award a purchase order resulting from this solicitation to the responsible quoter whose quotation, conforming to the solicitation, is the Lowest Price Technically Acceptable quote.
Technically acceptable means that the quotation meets the following requirements:
- Quotation clearly includes all required products, in accordance with the Statement of Requirements
- Quotation meets period of performance requirements.
Price will be evaluated for reasonableness.