govindex
Log in Sign up
Contract Record
Notice ID: 10ab5f2babe542ad9f5e9db9761b90c7
Combined Synopsis/Solicitation Posted 2026-02-27 19:07:41.675+00 Due 2026-03-04 20:00:00+00

OpenText Media Management Software and Services Upgrade

Agency
DEPT OF DEFENSE
Notice ID
10ab5f2babe542ad9f5e9db9761b90c7
Type
Combined Synopsis/Solicitation
Posted
2026-02-27 19:07:41.675+00
Award Amount
--
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 document will not be issued. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-6 Effective: 10/01/2025 This is a Total Small Business competitive announcement in accordance with 19.502-2 (a) on a Firm-Firm Fixed-Price (FFP) basis. The associated North American Industrial Classification System (NAICS) code for this procurement is 513210, The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is DA10. The Naval Research Laboratory (NRL), located in Washington, DC, is seeking to purchase OpenText Media Management Software and Services Upgrade. All interested Authorized OpenText OEM Resellers/Distributors shall provide quotations for the following: _XX___ See attached Statement of Work Supplies: BRAND NAME. Software/Hardware/Services: This procurement is for new equipment ONLY, unless otherwise specifically stated. No remanufactured or "gray market" items are acceptable. All equipment must be covered by the manufacturer's warranty. • Vendor shall be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, an authorized distributor, or an authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions • Offerors are required to submit documentation from the manufacturer stating that they are an authorized distributor for the specific items being procured. Note: Maintenance Renewals - The performance period for maintenance renewals, (software licenses, services, etc.), must begin on or after the date of contract award. The performance period cannot be back dated. If reinstatement fees are required, they must be listed on separate line items. Delivery Address: __XX___ U.S. Naval Research Laboratory 4555 Overlook Avenue, S.W. Bldg. 49 – Shipping/Receiving Washington, DC 20375 **FOB DESTINATION IS THE PREFERRED METHOD** Estimated Delivery Time: __________________ For FOB ORGIN, please provide the following information: FOB Shipping Point: _______________________ Estimated Shipping Charge: _________________ Dimensions of Package(s): ____________________ Shipping Weight: __________________________ SUBMISSION INSTRUCTIONS: All Quoters shall submit 1 (one) copy of their technical and price quote. Include your company DUNS Number and Cage Code on your quote. All quotations shall be sent via e-mail. GOVERNMENT POINT OF CONTACT Purchasing Agent Name: Katrina Gallagher Email: Katrina.t.gallagher.civ@us.navy.mil Please reference this combined synopsis/solicitation number on your correspondence and in the "Subject" line of your email. ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL. System for Award Management (SAM). The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Award may be made without discussions or negotiations, therefore prospective contractors shall have an active registration in the System for Award Management (SAM) database (www.sam.gov) in accordance with Federal Acquisition Regulation (FAR) Part 4.1102 and Part 52.204-7 when submitting a response to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable - Offers will be ranked lowest to highest according to price. A price analysis will be conducted to determine whether the lowest price will result from a single award or multiple awards. Based on the price analysis, the lowest price offer or multiple offers, will be forwarded to the requiring activity for technical evaluation (offer(s), in accordance with the specifications, will be deemed either technically acceptable or technically unacceptable). If the lowest price offer or offers is found technically acceptable and the pricing determined fair and reasonable by the Contracting Officer, evaluation will be deemed complete and award will be made based on the lowest price offer(s). If the lowest price offer is determined technically unacceptable, another analysis will be conducted amongst the remaining offers to determine if a single or multiple awards will provide the lowest price. The lowest price offer(s) will be sent for technical evaluation. This process is repeated in order of price until an offer or combination of offers is deemed technically acceptable and price is determined fair and reasonable. Table A-1. Technical Acceptable/Unacceptable Ratings: Rating Description Acceptable Quote meets all the minimum requirements/specifications as stated or provided in the RFQ specifications. Unacceptable Quote does not clearly meet the minimum requirements/specifications as stated or provided in the RFQ specifications. Options. When applicable, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Terms and Conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Exceptions. Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than the response date listed above. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail.

Basic Information

Notice ID
10ab5f2babe542ad9f5e9db9761b90c7
Solicitation #
N00173-26-Q-1301306922
Type
Combined Synopsis/Solicitation
Base Type
Combined Synopsis/Solicitation
Posted Date
2026-02-27 19:07:41.675+00
Response Due
2026-03-04 20:00:00+00
Archive Date
2026-03-09 00:00:00+00
Archive Type
autocustom
Active
Yes

Agency

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVAL RESEARCH LABORATORY
CGAC
017
FPDS Code
1700
AAC Code
N00173

Award

Awardee
--
Award Amount
--
Award Number
--
Award Date
--

Classification

NAICS Code
513210
Classification Code
DA10
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Set-Aside Code
SBA

Place of Performance

Street
--
City
Washington
State
DC
ZIP
20375
Country
USA

Organization

Type
OFFICE
City
WASHINGTON
State
DC
ZIP
20375-5328
Country
USA