Amendment N6660426Q0182-0001
This solicitation is being amended to update the period of performance from:
CLIN 0001: April 13, 2026 to April 12, 2027
CLIN 0002 *Option Year: April 13, 2027 to April 12, 2028
to:
CLIN 0001: April 3, 2026 to April 2, 2027
CLIN 0002 *Option Year: April 3, 2027 to April 2, 2028
No other changes have been made.
__________________________________________________
Request for Quote (RFQ) number is N6660426Q0182
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. In accordance with FAR 5.203(b) this combined synopsis and solicitation will be posted for less than fifteen (15) days.
This requirement is being solicited under 100% Small Business Set-Aside as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code is 513210: Software Publishers. The Small Business Size Standard is $47,000,000.
NUWCDIVNPT intends to award a Firm Fixed Price (FFP) for TestRail Server License, P/N TRS-40, Brand Name Only, to a verified seller of TestRail software licenses to maintain compatibility and usability of existing test case organization. The Government estimates the associated impacts to budget and schedule by moving to a different manufacturer would be too costly to offset the potential savings from competition.
The contractor shall perform services on-site at NUWCDIVNPT, Newport RI. Access instructions to NUWCDIVNPT are provided as Attachment 1 to this notice. The contractor shall submit a Firm Fixed Price quote for the following:
CLIN 0001, Quantity 1, Description: TestRail Software Annual License, P/N TRS-40, Period of Performance: April 3, 2026 to April 2, 2027
CLIN 0002, *Option Year, Quantity 1, Description: TestRail Software Annual License, P/N TRS-40, Period of Performance: April 3, 2027 to April 2, 2028
*Options may or may not be exercised within one year of the award date and is at the unilateral discretion of the Government in accordance with FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item below.
Any required deliveries made under this contract shall be F.O.B. Destination, NUWCDIVNPT Newport, RI. 02841
Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following Federal Acquisition Regulations (FAR) clauses and provisions apply to this solicitation:
FAR 52.204-13 System for Award Management Maintenance
FAR 52.204-19 Incorporation by Reference of Representations and Certifications.
FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems
FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law
FAR 52.212-1 Instruction to Offerors – Commercial Item
FAR 52.212-2 Evaluation – Commercial Items
FAR 52.212-3 Offeror Representations and Certifications – Commercial Items
FAR 52.212-4 Contract Terms and Conditions – Commercial Products and Commercial Services
FAR 52.217-5 Evaluation of Options
FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item
The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 2 weeks of option exercise. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.
(End of clause)
FAR 52.233-1 Disputes
FAR 52.233-3 Protest After Award
FAR 52.243-1 Changes--Fixed Price
FAR 52.249-8 Default (Fixed-Price Supply & Service)
In addition, the following Defense Federal Acquisition Regulations Supplement (DFARS) clauses and provisions apply to this order:
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7003, Control of Government Personnel Work Product
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016)
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting – Alternate I
DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.225-7013, Duty-Free Entry
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.232-7017, Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration (Jan 2023)
DFARS 252.243-7001 Pricing of Contract Modifications
DFARS 252.244-7000 Subcontracts for Commercial Products or Commercial Services
DFARS 252.246-7008 Sources of Electronic Parts
DFARS 252.247-7023 Transportation of Supplies by Sea
This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.
If no surcharge is applicable, the Government’s preferred method of payment is via credit card. Offerors shall confirm if Government Purchase Card is an acceptable form of payment within the quotation as well as any additional charges. Otherwise, Electronic Payment will be made via Wide Area Workflow (WAWF).The quote shall include price and the following information with submission: point of contact (including phone number and email address), contractor CAGE code, and contractor SAM UID.
Quotes shall be submitted via electronic submission to Amy.K.Prisco.civ@US.Navy.mil For questions pertaining to this acquisition, please contact Amy Prisco at the following: Amy.K.Prisco.civ@US.NAVY.mil