SOLICITATION NOTICE
70 -- Avid software licenses and corresponding maintenance support
- Notice Date
- 8/12/2025 10:52:09 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N0018925QZ475
- Response Due
- 8/19/2025 11:00:00 AM
- Archive Date
- 09/03/2025
- Point of Contact
- Yasmin Mohamed, Phone: 2672315833
- E-Mail Address
-
yasmin.a.mohamed.civ@us.navy.mil
(yasmin.a.mohamed.civ@us.navy.mil)
- Description
- The RFQ number for this announcement is N0018925QZ475. The solicitation documents and incorporates provisions and clauses in effect through FAC 2025-05 and the most recent DFARS Publication Notice made effective 7 August 2025. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: https://www.acquisition.gov/far/. The NAICS code is 334220 and the Small Business Size Standard is 1250 (# of employees). The proposed acquisition is being solicited on a sole source basis using simplified acquisition procedures pursuant to FAR Parts 12 and 13.5. The government intends to solicit on a sole source basis to Avid Technology. The NAVSUP FLC Norfolk Contracting Dept, Pentagon Directorate is issuing this combined synopsis/ solicitation to renewal of Avid software licenses and corresponding maintenance. The resultant purchase order for this procurement will include commercial-off-the-shelf (COTS) supplies for which the Government intends to solicit and negotiate with only Avid Technology. It is intended to award a sole source firm fixed price purchase order. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source. Interested persons may identify their interest and capability to respond to the requirement or submit quotations. This notice of intent is not a request for competitive quotations. However, all responses received within five days after date of publication of this synopsis will be considered by the government. A determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a separate written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The closing date and time for receipt of the quoter�s quotation in response to the sole source combined synopsis/solicitation is 19 August 2025 at 12:00 PM EST. The quotation shall be submitted electronically via email to yasmin.a.mohamed.civ@us.navy.mil The government intends to award a single purchase order as a result of this combined synopsis/solicitation with the following CLIN structure. CLIN 0001: QTY (1), Avid Software Licenses and Maintenance support, Firm Fixed Price Shipping/Billing Details Joint Staff, J7 Deputy Directors Joint Training (JSDD JT) 116 Lake View Parkway Suffolk, VA 23435-2697 The required coverage dates for each CLIN are as follows: CLIN 0001: Coverage Period 26 August 2025 � 25 August 2026 The clause at 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2023) applies to this acquisition along with the following addenda to this clause: Clauses Incorporated by Reference 52.203-12 Limitation On Payments To Influence Certain Federal Transactions 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-22 Alternative Line Item Proposal 52.209-10 52.252-2 Prohibition on Contracting With Inverted Domestic Corporations 52.247-34 252.203-7000 F.O.B. Destination Requirements Relating to Compensation of Former DOD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7003 Agency Office of the Inspector General 252.204-7004 Antiterrorism Awareness Training for Contractors 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 252.225-7048 Export-Controlled Items 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Products or Commercial Services 252.247-7023 Transportation of Supplies by Sea Clauses to be incorporated by Full Text: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) � to be completed at time of award 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023). The required delivery for CLINs 0004 and 0005 is electronic and there are no physical items for these CLINs to which an item unique identifier can be affixed. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEVIATION 2025-O0003/ DEVIATION 2025-O0004) (MAR 2025). The following additional FAR clauses cited in 52.212-5 are applicable to the acquisition: FAR 52.204-10, FAR 52.204-27, FAR 52.209-6, FAR 52.219-28, FAR 52.222-3, FAR 52.222-19, FAR 52.222-36, FAR 52.222-50, FAR 52.225-13, FAR 52.226-8, FAR 52.232-33, FAR 52.240-1 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEVIATION 2025-O0003/ DEVIATION 2025-O0004) (MAR 2025) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-26 Covered Telecommunications Equipment or Services--Representation (OCT 2020) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2022) 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7016 Covered Defense Telecommunications Equipment or Services -- Representation (Dec 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation (MAY 2021) 252.225-7055 Representation Regarding Business Operations With the Maduro Regime (MAY 2022) 252.225-7059 Prohibition on Certain Procurements From The Xinjiang Uyghur Autonomous Region - REPRESENTATION (JUN 2023) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023) 52.212-2 EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) (a) The Government will award a delivery order on a Sole Source basis to Avid Technology. (b) Reserved. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2cc78b42a3e84017a19c6feb320fd73a/view)
- Place of Performance
- Address: Suffolk, VA 23435, USA
- Zip Code: 23435
- Country: USA
- Zip Code: 23435
- Record
- SN07547825-F 20250814/250812230052 (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 |