COMBINED SYNOPSIS/SOLICITATION #: N0017825Q6500
Submitted by: Michael Johnson
NAICS Code: 513210
FSC/PSC Code: 7A21
Anticipated Date to be published in SAM.gov: 22 August 2025
Anticipated Closing Date: 27 August 2025
Contracts POC Name: Michael Johnson
Email Address: michael.h.johnson168.civ@us.navy.mil
Code and Description: 7A21 – TerraLens Software and Training
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.
Synopsis/Solicitation N0017825R6500 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449. The SF1449 form is being utilized to generate the applicable clauses from the Enterprise Procurement System
This requirement is not eligible for small business set-aside.
The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to award on a Brand Name Mandatory (BNM) basis for the following products manufactured by Kongsberg Geospatial Ltd.; Quantity two (2) of TerraLens Singal Developer License; TerraLens Development License Maintenance and Support; and TerraLens Runtime License; Quantity one (1) of TerraLens Training Course and Travel.
The software manufactured by Kongsberg is the only option with the required functionality that is necessary to interface with the systems currently installed. In order to be eligible for award, any potential vendor must provide letter of authorization from the manufacturer stating that they are an authorized reseller of these products.
Please include shipping/freight cost to Dam Neck, VA 23451. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 13. The order shall be firm fixed price.
All responsible offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency. The completion and submission to the Government of an offer shall indicate the Offeror’s unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken.
At time of proposal submission please submit any historical data and published pricing. Award will be made based on Lowest Price Technically Acceptable.
In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov.
Quote is due 27 August 2025, no later than 12:00 p.m. EDT with an anticipated award date by 12 September 2025. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to michael.h.johnson168.civ@us.navy.mil to the RFQ closing. Please be sure to include Synopsis/Solicitation Number N0017825R6500 in the subject line.
Attachments –
-SF1449: Solicitation for Commercial Items