This is a COMBINED SYNOPSIS/SOLICITATION for commercial items and was 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. This combined synopsis/solicitation SHALL be posted on both SHALL be posted on both Contract Opportunities (https://sam.gov/) and NECO (https://www.neco.navy.mil/). The solicitation number is N0018925QZ496. This solicitation is a request for quotations (RFQ). The solicitation documents and incorporates provisions and clauses in effect through FAC 2025-05 and DFARS Publication 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/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The North American Industry Classification System (NAICS) Code applicable to this solicitation is 513210 and the Small Business Size Standard is $47.0 million. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk (FLCN), Contracting Department, Detachment Philadelphia hereby provides notice of its intent to solicit the proposed acquisition for this sole source brand name requirement to Legal Files Software, Inc., WEB/Plug-in software package for the Navy Recruiting Command (NRC) in addition to initial software, training and implementation services. The anticipated award date is 30 September 2025. A list of line item number(s) and items, quantities, and units of measure, including option(s), if applicable, is provided below: CLIN DESCRIPTION MONTHS Base - 0001 Annual Software Maintenance and Support (JAG) 30 September 2025 -29 September 2026 Base - 0002 Annual Software Maintenance and Support (IG) 30 September 2025 -29 September 2026 Opt. 1 - 1001 Annual Software Maintenance and Support (JAG) 30 September 2026 -29 September 2027 Opt. 1 - 1002 Annual Software Maintenance and Support (IG) 30 September 2026 -29 September 2027 Opt. 2 - 2001 Annual Software Maintenance and Support (JAG) 30 September 2027 -29 September 2028 Opt. 2 - 2002 Annual Software Maintenance and Support (IG) 30 September 2027 -29 September 2028 Opt. 3 - 3001 Annual Software Maintenance and Support (JAG) 30 September 2028 -29 September 2029 Opt. 3 - 3002 Annual Software Maintenance and Support (IG) 30 September 2028 -29 September 2029 Opt. 4 - 4001 Annual Software Maintenance and Support (JAG) 30 September 2029 -29 September 2030 Opt. 4 - 4002 Annual Software Maintenance and Support (IG) 30 September 2029 -29 September 2030 Delivery/performance information is provided below: The anticipated base period is 12 months from date of award, anticipated to be 30 September 2025 through 29 September 2026. Additionally, four 12-month option periods are anticipated pursuant to FAR 52.217-9. If all options are exercised, the anticipated contract expiration date will be 30 September 2030. FOB Destination applies. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. A Government technical point of contact for delivery will be provided at time of contract award. This action is anticipated to result in the award of a single, firm fixed price (FFP) contract. The proposed contract action is for services for which the Government intends to solicit and negotiate with only once source under the authority of FAR Part 13. The intended sole source is for Legal Files Software, Inc., of Springfield, IL 62704 (CAGE: 3NYX7; UEI: HLHKNVLTSEL9), as they are the only firm capable of meeting NRC’s minimum need for this procurement. NRC is requesting thirty (30) licenses for the software and has used this software for the past ten (10) years. Legal Files is the sole manufacturer of the Legal Files WEB/Plug-In software package, which is an approved software package to be used on the NCMI network and complies with the current DOD security challenges. Moreover, use of this software will allow the JAG and IG offices to use the system and allow users to share and see each other files. There are no known authorized value-added resellers of this software. In addition, Legal Files is the only vendor authorized to provide technical support for the Legal Files software. All responsible sources may submit a quotation which shall be considered by the agency; however, only quotes meeting the NRC’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 responses will be considered; all responses from responsible sources will be fully considered. As a part of their submission, quoters should provide pricing information as well as information documenting the firm’s technical capability to perform the required work. The following provisions and clauses apply to this solicitation: - 52.212-1, Instructions to Offerors - Commercial Items. - 52.212-4, Contract Terms and Conditions - Commercial Items - 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items. Quoters are advised to include a completed copy of the provision at 52.212-3, Offerors Representations and Certifications - Commercial Items. 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/. The announcement will close at 3:30pm Eastern Standard Time (EST) on 17 September 2025. All quotes shall be submitted in writing via email to Elene Chappelle at elene.y.chappelle.civ@us.navy.mil.