SOLICITATION NOTICE
70 -- Replit Subscription
- Notice Date
- 3/26/2026 9:59:34 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541910
— Marketing Research and Public Opinion Polling
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N0018926QD011
- Response Due
- 4/6/2026 9:00:00 AM
- Archive Date
- 04/21/2026
- Point of Contact
- Kevin Brennan
- E-Mail Address
-
kevin.m.brennan21.civ@us.navy.mil
(kevin.m.brennan21.civ@us.navy.mil)
- Description
- The RFQ number for this announcement is N0018926QD011 The solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06 and the most recent DFARS Publication Notice made effective 24 Feb 2026. 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 541910 and the Small Business Size Standard is 22.5 (MILLIONS OF DOLLARS). The proposed acquisition is being solicited on a sole source basis using simplified acquisition procedures pursuant to FAR Part 12. The government intends to solicit on a sole source basis to Replit, Inc., 1001 E. Hillsdale Blvd., Suite 400W, Foster City, CA 94404. The NAVSUP FLC Norfolk Contracting Dept, Pentagon Directorate is issuing this combined synopsis/ solicitation to procure (QTY) one (1) Replit AI Platform subscription for a coverage period of 12 months and an additional four (4) one-year options. The resultant purchase order for this procurement will include commercial-off-the-shelf (COTS) supplies and services for which the Government intends to solicit and negotiate with only Replit, INC. 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 quotations 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, 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 6 April at 12:00 PM EST. The quotation shall be submitted electronically via email to kevin.m.brenna21.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) Replit Platform AI Subscription 12 months of subscription coverage to begin on date of award. CLIN 1001: QTY (1) Replit Platform AI Subscription 12 months of subscription coverage. CLIN 2001: QTY (1) Replit Platform AI Subscription 12 months of subscription coverage. CLIN 3001: QTY (1) Replit Platform AI Subscription 12 months of subscription coverage. CLIN 4001: QTY (1) Replit Platform AI Subscription 12 months of subscription coverage. Shipping/Billing Details 9996 Pentagon Rm 2D932 Washington DC 20318 Delivery: ATTN: YNCS Chris Brown The required delivery dates for each CLIN are as follows: CLIN 0001: Date of award. Estimated 8 April 2026 CLIN 1001: 8 April 2027 CLIN 2001: 8 April 2028 CLIN 3001: 8 April 2029 CLIN 4001: 8 April 2030 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: Contract Clauses to be incorporated by Reference: 52.203-12 Limitation On Payments To Influence Certain Federal Transactions 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel. 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 52.204-21 Basic Safeguarding of Covered Contractor Information Systems. 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.224-1 Privacy Act Notification. 52.224-2 Privacy Act. 52.232-18 Availability of Funds. 52.232-39 Unenforceability of Unauthorized Obligations. 52.247-34 F.O.B. Destination 252.203-7000 Requirements Relating to Compensation of Former DOD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Antiterrorism Awareness Training for Contractors 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 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements. 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. 252.204-7022 Expediting Contract Closeout 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism. 252.211-7008 Use of Government-Assigned Serial Numbers. 252.223-7008 Prohibition of Hexavalent Chromium. 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 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2024-O0014) 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 252.239-7010 Cloud Computing Services. 252.239-7017 Notice of Supply Chain Risk. 252.239-7018 Supply Chain Risk. 252.243-7002 Requests for Equitable Adjustment. 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: 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-6 Authorized Deviations in Clauses. 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) 52.204-29 Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures. 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. 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) 252.204-7021 Contractor Compliance with the Cybersecurity Maturity Model Certification Level Requirements. 252.204-7025 Notice of Cybersecurity Maturity Model Certification Level Requirements. 252.225-7000 Buy American--Balance of Payments Program Certificate. 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) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation. (DEVIATION 2024-O0014) 252.239-7009 Representation of Use of Cloud Computing. 52.217-5 Evaluation of Options. 52.229-11 Tax on Certain Foreign Procurements-Notice and Representation. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-1 Solicitation Provisions Incorporated by Reference. 52.252-5 Authorized Deviations in Provisions. 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 Replit, INC. (b) Options. 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). (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) See the attached document for additional information as well as terms and conditions application to this procurement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/77c26f96fa4e447bbb18f21338c63171/view)
- Place of Performance
- Address: Suffolk, VA, USA
- Country: USA
- Country: USA
- Record
- SN07759381-F 20260328/260326230054 (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 |