THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR SOLE SOURCE SERVICES. This is a combined synopsis/solicitation for commercial items prepared in accordance with the information in FAR Subpart 12.6, using the 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. This combined synopsis/solicitation SHALL be posted on both Contract Opportunities (https://beta.sam.gov/) and NECO (http://www.neco.navy.mil/). This is a Request for Quotation (RFQ). The solicitation number is N0018925QZ491. The proposed contract action is for commercial SERVICES (Software as a Service). The NAICS code is 513210 and the Small Business Size Standard is $47,000,000 million. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-05 and DFARS Change Notice 20250117. 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/browse/index/far https://www.acquisition.gov/dfars. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, Philadelphia Office hereby provides notice of its intent to award a firm-fixed-price (FFP) purchase order for services on behalf of the National Defense University (NDU). The Government intends to award a single Firm-Fixed-Price (FFP) purchase order to a single source: Pytho AI Inc. (CAGE Code: 9HYR0) 2205 Charleston Ave San Bruno, CA 94066-2839 The Government intends to solicit and negotiate with ONLY ONE SOURCE under the authority 13.106-1(b), Soliciting form a Single Source. The Government request responses from qualified sources capable of providing the following: CLINs 0001: Pytho Artificial Intelligence (AI) services tailored for wargaming operations in accordance with the PWS. Quantity: 12 Months The period of performance for the above is from 30 Sep 2025 to 29 Sep 2026. FOB Destination applies. Responsibility and Inspection: unless otherwise specified in the order, the contractor is responsible for the performance of all inspection requirements and quality control. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Quoters are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (DEVIATION), and its ALT I with its quote. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Products and Commercial Services (DEVIATION), applies to this acquisition. All clauses shall be incorporated by reference into the resultant purchase order to the maximum extent practicable. Additional contract requirement(s), terms, and conditions are outlined in the attached document. This is a sole source procurement for brand name products of Pytho AI. The National Defense University (NDU) requires Pytho AI applications for wargaming, including but not limited to Pre-Wargame Development, Wargame Execution, and Post-Wargame Analysis. NDU seeks opportunities to implement artificial intelligence/machine learning tools to develop its wargames and exercises efficiently and expose faculty and students to their capabilities during wargame and exercise execution. NDU’s Center for Applied Strategic Learning requires continued access to artificial intelligence-enabled wargaming services developed by Pytho AI. Pytho AI was vetted through the Department of Defense’s Tradewinds Solutions Marketplace, operated by the Chief Digital and Artificial Intelligence Office (CDAO), and was the only vendor identified with the ability to meet CASL’s specialized wargaming requirements. The subject post name/number for this notice submitted to the Tradewinds Solutions Marketplace is IM-519 Redefining Readiness: Next-Generation Wargaming with Agentic AI. NDU requires flexible services in providing the tailored solutions required to meet NDU’s education requirements and were not adaptable to developing products specific to NDU. During the previous period of performance, Pytho AI delivered custom-developed applications tailored specifically for CASL’s wargaming mission. These include AI-enabled tools for scenario generation, video production, and Master Scenario Event List (MSEL) injects, all formatted to align with military decision-making processes and integrated into NDU’s Games, Exercises, Models, and Simulations (GEMS) framework. These capabilities have been embedded into ongoing instructional activities and academic programs across the university. Under the prior contract, PythoAI developed custom interfaces and functionality to meet NDU specific workflows. PythoAI will continue to adapt as AI functionality expands. If a different vender was selected, reengineering would be required to replicate the customization already accomplished under the prior contract. Awarding to a different source would require reengineering previously delivered capabilities, retraining users, and revalidating alignment with CASLs academic mission. Additional information pertinent to this posting is provided herein as an attachment and includes, but is not limited to, the following: - Line Item information for quoting purposes - Performance Work Statement - A Copy of all clauses and provisions applicable to this synopsis/solicitation The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1. Interested parties may identify their interest and capability to respond to the requirement. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement no later than the closing date of this solicitation. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. All responsible sources may submit a bid, proposal, or quotation, which shall be considered by the agency; however, only services meeting the NDU’s requirements will be considered for award. The Government will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written response will be considered; all responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine whether a competitive solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. Registration is free and can be completed on-line at http://www.sam.gov/. Interested parties are encouraged to furnish information. No documents submitted will be returned. By submitting capability information, the contractor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. This procurement is for Electronic and Information Technology (EIT). Effective June 25, 2001, the Federal Government implemented Section 508 of the Rehabilitation Act of 1973, Amendments of 1998 (29 U.S.C. S 794(d)). Section 508 requires that the federal Government only acquire electronic and information technology goods and services that provide for access by persons with disabilities. Therefore, to the extent supplies and services are available in the commercial marketplace, the contractor is required to meet the relevant accessibility standards contained in 36 C.F.R. Part 1194 (Subpart B). For further information see http://www.section508.gov. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to: Ronald Truax at ronald.l.truax3.civ@us.navy.mil The capability documentation should include general information and technical background describing in detail the prospective contractor’s capabilities and experience that will demonstrate the ability to support these requirements. ******* End of Combined Synopsis/Solicitation ********