Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2026 SAM #8894
SOLICITATION NOTICE

70 -- 832674027 V-Stars Software Renewal

Notice Date
4/1/2026 9:29:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
513210 —
 
Contracting Office
IT CONTRACTING DIVISION - PL83 SCOTT AFB IL 62225-5406 USA
 
ZIP Code
62225-5406
 
Solicitation Number
HC102826R0020
 
Response Due
4/3/2026 11:00:00 AM
 
Archive Date
04/03/2026
 
Point of Contact
Logan Carlisle, Phone: 667-891-0321, Ashley Quisumbing, Phone: 16678901364
 
E-Mail Address
logan.c.carlisle2.civ@mail.mil, ashley.m.quisumbing.civ@mail.mil
(logan.c.carlisle2.civ@mail.mil, ashley.m.quisumbing.civ@mail.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This requirement is to provide United States Navy Norfolk Naval Shipyard (NNSY) with a firm-fixed-price delivery order for brand name, commercial off the shelf V-Stars software renewal. The requested Period of Performance will be Date of Award through March 16, 2027. The Government shall be authorized to any updates between March 15, 2026 and date of award at no additional cost. The proposed contract action is for the acquisition of a subscription for brand name, commercial-off-the-shelf, sole source V-Stars software renewal for United States Navy Norfolk Naval Shipyard (NNSY). The period of performance (PoP) is date of award through March 16, 2027. The Government shall be authorized to any updates between March 15, 2026 and date of award at no additional cost. At this time the OEM, V-Stars software, is the only source capable of providing all necessary products. The statutory authority for other than full and open competition is 10 USC 2304 (c) (1), as implemented by FAR 6.302-1(a)(2)(iii), only one responsible source and no other supplies or services will satisfy agency requirements. Companies who believe they can provide this service must indicate their interest in writing within 7 days of this notification and include a detailed capability statement. No reimbursement for any cost connected with providing capability information will be provided. All responsible sources will be considered in evaluating the determination to issue a sole-source contract. Quotations received in response to this notice cannot be accepted since this synopsis cannot be considered a request for quote or a request for proposal. A solicitation will NOT be posted to SAM.gov due to the sole source nature of the requirement. This notice of intent is not a request for competitive quotes. Vendors may send written correspondence to the following address: Ashley.m.quisumbingciv@mail.mil and logan.c.carlisle2.civ@mail.mil. All responsible sources will be considered for evaluating the determination to issue a sole source purchase order. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. The North American Classification System (NAICS) code 513210 will be used for determining company size status.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/cd97d09fe8444799a2edb5c0aeb65ef7/view)
 
Place of Performance
Address: Portsmouth, VA, USA
Country: USA
 
Record
SN07765526-F 20260403/260401230052 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.