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: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED:
THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE competitive in terms of market prices, quality, and delivery. If ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING OFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE FIRST, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET.
This acquisition is issued as a Request for Quote (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025–06, effective date 26 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):
CLIN 0001 (Base Year) – Forty-five (45) Quantities of Virtual Contact Center (VCC) software licenses that will provide Tier 1 and Tier 2 Help desk support for the U.S. Army Research Laboratory (ARL) customer for a period of one (1) year. (Performance of Period (PoP)): 1/1/2026-12/31/2026).
CLIN 0002 (Option Year 1) – Forty-five (45) Quantities of Virtual Contact Center (VCC) software licenses that will provide Tier 1 and Tier 2 Help desk support for the U.S. Army Research Laboratory (ARL) customer for a period of one (1) year. (PoP: 1/1/2027-12/31/2027).
CLIN 0003 (Option Year 2) – Forty-five (45) Quantities of Virtual Contact Center (VCC) software licenses that will provide Tier 1 and Tier 2 Help desk support for the U.S. Army Research Laboratory (ARL) customer for a period of one (1) year. (PoP: 1/1/2028-12/31/2028).
Specifications/Requirement: See Salient Characteristics (attached)
Delivery: Delivery is required by 1 January 2026. Delivery shall be made to and be performed at U.S. Army Research Laboratory (ARL), 2800 Powder Mill Road, Adelphi, MD 20783. 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 - The specific evaluation criteria to be used are as follows:
Lowest Price Technically Acceptable
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors.
Technical Acceptability:
The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications.
Past Performance:
Past performance will not be evaluated. The Contracting Officer determines that past performance need not be evaluated because supplies being purchased are of a low complexity that past performance information would not make a substantial difference.
Price:
Price will be evaluated based on the total proposed price, including options, (if any).
Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. N/A
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 - None.
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:
52.204-7 SYSTEM FOR AWARD MANAGEMENT
52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS
52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE
52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING
52.204-17 OWNERSHIP OR CONTROL OF OFFEROR
52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE
52.204-20 PREDECESSOR OF OFFEROR
52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS
52.204-23 PROHIBITION ON CONTRACTING FOR HARDWARE, SOFTWARE, AND SERVICES DEVELOPED OR PROVIDED BY KASPERSKY LAB AND OTHER COVERED ENTITIES
52.209-6 PROTECTING THE GOVERNMENT’ INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT
52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS
52.217-5 EVALUATION OF OPTIONS
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT
52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS
52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE
52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS
52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION
52.222-3 CONVICT LABOR
52.222-19 CHILD LABOR—COOPERATION WITH AUTHORITIES AND REMEDIES
52.222-35 EQUAL OPPORTUNITY FOR VETERANS
52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES
52.222-37 EMPLOYMENT REPORTS ON VETERANS
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
52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS
52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
52.233-3 PROTEST AFTER AWARD
52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM
52.239-1 PRIVACY OR SECURITY SAFEGUARDS
52.247-34 F.O.B. DESTINATION
DFARS:
252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS
252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS
252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS
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 REPORTED CYBER INCIDENT INFORMATION
252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING
252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT
252.204-7016 COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES – REPRESENTATION
252.204-7017 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES – REPRESENTATION
252.204-7018 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES
252.204-7019 NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS
252.204-7020 NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS
252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM
252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM--BASIC
252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES
252.225-7055 REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME
252.225-7056 PROHIBITION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME
252.232-7010 LEVIES ON CONTRACT PAYMENTS
252.239-7017 NOTICE OF SUPPLY CHAIN RISK
252.239-7018 SUPPLY CHAIN RISK
252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS
252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA-BASIC
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 Special Instructions and Information found in the attached Adelphi Special Instructions and Information document):
FAR/DFARS
52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT
52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT
52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES--REPRESENTATION
52.204-27 PROHIBITION ON A BYTEDANCE COVERED APPLICATION
52.213-2 INVOICES
252.211-7003 ITEM IDENTIFICATION AND VALUATION
252.225-7007 PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE
52.252-2 CLAUSES INCORPORATED BY REFERENCE
Local Clauses:
ACC - APG POINT OF CONTACT
TECHNICAL POINT OF CONTACT
TYPE OF CONTRACT
GOVERNMENT INSPECTION AND ACCEPTANCE
EXERCISE OF OPTION
SUBSCRIPTION AND SOFTWARE PLATFORM RENEWALS
TAX EXEMPTION CERTIFICATE (ARL)
PAYMENT INSTRUCTIONS
DFARS COMMERCIAL CLAUSES
AWARD OF CONTRACT
ADELPHI CONTR. DIVISION URL
FOREIGN NATIONALS PERFORMING
PAYMENT TERMS
AVAILABILITY OF FUNDS
This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A
The following notes apply to this announcement: N/A
Place of Performance:
U.S. Army Research Laboratory
2800 Powder Mill Road,
Adelphi, MD 20783
Set Aside: TIERED SMALL BUSINESS SET-ASIDE
Offers are due No Later Than (NLT) three (3) Days After Posting by 11:59AM EST, at myoung.j.kang-Jones.civ@army.mil.
For information regarding this solicitation, please contact MJ Kang-Jones, myoung.j.kang-Jones.civ@army.mil.