Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 20, 2026 SAM #8852
SOLICITATION NOTICE

70 -- TestRails Server License

Notice Date
2/18/2026 11:58:30 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
513210 —
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660426Q0182
 
Response Due
2/19/2026 11:00:00 AM
 
Archive Date
03/06/2026
 
Point of Contact
Amy Prisco, Phone: 4018328503
 
E-Mail Address
amy.k.prisco.civ@us.navy.mil
(amy.k.prisco.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment N6660426Q0182-0001 This solicitation is being amended to update the period of performance from: CLIN 0001: April 13, 2026 to April 12, 2027 CLIN 0002 *Option Year: April 13, 2027 to April 12, 2028 to: CLIN 0001: April 3, 2026 to April 2, 2027 CLIN 0002 *Option Year: April 3, 2027 to April 2, 2028 No other changes have been made. __________________________________________________ Request for Quote (RFQ) number is N6660426Q0182 This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in 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 will not be issued. In accordance with FAR 5.203(b) this combined synopsis and solicitation will be posted for less than fifteen (15) days. This requirement is being solicited under 100% Small Business Set-Aside as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code is 513210: Software Publishers. The Small Business Size Standard is $47,000,000. NUWCDIVNPT intends to award a Firm Fixed Price (FFP) for TestRail Server License, P/N TRS-40, Brand Name Only, to a verified seller of TestRail software licenses to maintain compatibility and usability of existing test case organization. The Government estimates the associated impacts to budget and schedule by moving to a different manufacturer would be too costly to offset the potential savings from competition. The contractor shall perform services on-site at NUWCDIVNPT, Newport RI. Access instructions to NUWCDIVNPT are provided as Attachment 1 to this notice. The contractor shall submit a Firm Fixed Price quote for the following: CLIN 0001, Quantity 1, Description: TestRail Software Annual License, P/N TRS-40, Period of Performance: April 3, 2026 to April 2, 2027 CLIN 0002, *Option Year, Quantity 1, Description: TestRail Software Annual License, P/N TRS-40, Period of Performance: April 3, 2027 to April 2, 2028 *Options may or may not be exercised within one year of the award date and is at the unilateral discretion of the Government in accordance with FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item below. Any required deliveries made under this contract shall be F.O.B. Destination, NUWCDIVNPT Newport, RI. 02841 Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following Federal Acquisition Regulations (FAR) clauses and provisions apply to this solicitation: FAR 52.204-13 System for Award Management Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications. FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law FAR 52.212-1 Instruction to Offerors � Commercial Item FAR 52.212-2 Evaluation � Commercial Items FAR 52.212-3 Offeror Representations and Certifications � Commercial Items FAR 52.212-4 Contract Terms and Conditions � Commercial Products and Commercial Services FAR 52.217-5 Evaluation of Options FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 2 weeks of option exercise. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of clause) FAR 52.233-1 Disputes FAR 52.233-3 Protest After Award FAR 52.243-1 Changes--Fixed Price FAR 52.249-8 Default (Fixed-Price Supply & Service) In addition, the following Defense Federal Acquisition Regulations Supplement (DFARS) clauses and provisions apply to this order: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting � Alternate I DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.225-7013, Duty-Free Entry DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.232-7017, Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration (Jan 2023) DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Products or Commercial Services DFARS 252.246-7008 Sources of Electronic Parts DFARS 252.247-7023 Transportation of Supplies by Sea This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. If no surcharge is applicable, the Government�s preferred method of payment is via credit card. Offerors shall confirm if Government Purchase Card is an acceptable form of payment within the quotation as well as any additional charges. Otherwise, Electronic Payment will be made via Wide Area Workflow (WAWF).The quote shall include price and the following information with submission: point of contact (including phone number and email address), contractor CAGE code, and contractor SAM UID. Quotes shall be submitted via electronic submission to Amy.K.Prisco.civ@US.Navy.mil For questions pertaining to this acquisition, please contact Amy Prisco at the following: Amy.K.Prisco.civ@US.NAVY.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2b139f667913436580b8e7a5158bfc55/view)
 
Place of Performance
Address: Newport, RI, USA
Country: USA
 
Record
SN07719713-F 20260220/260218230042 (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.