SOLICITATION NOTICE
70 -- NOTICE OF INTENT TO SOLE SOURCE � Renewal of one (1) RecurDyn software licenses with software maintenance.
- Notice Date
- 8/20/2025 6:31:46 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 513210
—
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX25QA115
- Response Due
- 8/27/2025 8:59:00 AM
- Archive Date
- 09/11/2025
- Point of Contact
- Nicole G. Hernandez
- E-Mail Address
-
nicole.g.hernandez2.civ@army.mil
(nicole.g.hernandez2.civ@army.mil)
- Description
- Description: 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: INTENT TO SOLICIT ONLY ONE SOURCE (MANUFACTURER) The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i). The name of the company the Government intends to award a contract to is Enginsoft LLC. (CAGE: 8FY30, Small Business) located at 6675 Mediterranean Dr STE 203 McKinney, TX 75072-5634. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. This acquisition is issued as a Request for Quote (RFQ). W911QX25QA115 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05 Effective date 07 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) for a twelve (12) month period of performance Contract Line Item Number (CLIN) 0001: Qty one (1) - RecurDyn - ANNUAL MAINTENANCE YEAR Specifications/Requirement: To provide Qty one (1) - RecurDyn - Annual Maintenance Year see CLIN structure above. Delivery: is required by seven (7) business days after acceptance of the order. Delivery shall be made electronically to Aberdeen Proving Ground (APG), MD 21005. Acceptance shall be performed at Aberdeen Proving Ground (APG), MD 21005 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 �N/A, Notice of Intent to Sole Source. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. 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 N/A. 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: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor-Cooperation with Authorities and Remedies 52.222-19 Child Labor-Cooperation With Authorities And Remedies 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 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 all local clauses, can be found in the attached Provisions and Clauses Full-Text document): Provisions: 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-20 Predecessor of Offeror 52.204-22 Alternative Line-Item Proposal 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26 Covered Telecommunications Equipment or Services�Representation 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications 52.252-1 Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 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 252.204-7019 Notice Of NIST SP 800-171 Dod Assessment Requirements Clauses: 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Entities 52.204-25 Prohibition On Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-27 Prohibition On A Bytedance Covered Application 52.213-2 Invoices 52.247-34 F.o.b. Destination 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes 52.233-4 Applicable Law for Breach of Contract Claim 52.243-1Changes-Fixed Price 52.247-34 F.o.b. Destination 52.249-1 Termination For Convenience of the Government (Fixed-Price) (Short Form) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7000 Disclosure of Information 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 Information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018, Prohibition On the Acquisition of Covered Defense Telecommunications Equipment or Services 252.211-7003, Item Unique Identification and Valuation 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7000, Buy American Statute�Balance of Payments Program Certificate 252.225-7001, Buy American Act and Balance of Payments Program 252.225-7007 Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies 252.225-7012, Preference for Certain Domestic Commodities 252.225-7048, Export-Controlled Items 252.225-7974, DEVIATION 2020-O0005, Representation Regarding Business Operations with the Maduro Regime, as prescribed in DEVIATION 2020-O0005 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payment 252.239-7010, Cloud Computing Services 252.239-7017, Notice of Supply Chain Risk 252.239-7018, Supply Chain Risk 252.244-7000, Subcontractors for Commercial Products or Commercial Services 252.246-7008, Sources of Electrical Parts 252.247-7023, Transportation of Supplies by Sea 252.243-7001, Pricing Of Contract Modifications Local Provisions: APPLICABLE FOREIGN ACQUISITION PROVISIONS AND CLAUSES EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT INTENT TO SOLICIT ONLY ONE SOURCE DEBRIEF OF UNSUCCESSFUL OFFERS ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS Local Clauses: ACC-APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERT. (DAC) PAYMENT INSTRUCTIONS RECEIVING ROOM � APG SUBSCRIPTION AND SOFTWARE PLATFORM RENEWALS This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A The following notes apply to this announcement: In accordance with FAR 32.003, contract financing cannot be provided for this acquisition. Place of Performance: U.S. Army Research Laboratory, Aberdeen Proving Ground, MD 21005. Offers are due no later than five (5) days after posting date by 11:59AM Eastern Standard Time (EST). Set Aside: N/A
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2af71e0f74ab4c64b0fca29604439cf7/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN07559457-F 20250822/250820230056 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |