Loading...
N68520-26-RFPREQ-F600000-0063
Response Deadline
May 14, 2026, 8:00 PM(EDT)7 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
Title of requirement: Concerto Critical Multi-Project Management (CCPM) Software Maintenance and Support Services for The Commander, Fleet Readiness Center (COMFRC).
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with Part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.
Realization Technologies Inc. (Cage Code: 1NU06) is the only known source for this requirement and has ownership of the Commercial-Off-The-Shelf Concerto Software and its source code with no resellers. The Government intends to purchase on a Firm Fixed Price basis and to solicit and award the proposed contract on a sole source basis to Realization Technologies, Inc, under the authority of FAR Part 12.
Solicitation number N6852026R1007 is issued as a request for proposal (RFP) for Concerto Critical Multi-Project Management (CCPM) Software Maintenance and Support Services.
This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at https://www.acquisition.gov/far-overhaul
Description of Requirement:
The Naval Air Systems Command (NAVAIR), Commander, Fleet Readiness Centers (COMFRC), Patuxent River, Maryland intends to procure Critical Chain multi-Project Management (CCPM) Software Maintenance and Support Services for major programs at Department of War (DoW) sites. Specifically, supported locations include those operating under the Navy’s Commander, Fleet Readiness Center (COMFRC) sites, and include FRC Southeast (Jacksonville, FL) and FRC Mid-Atlantic (Virginia Beach, VA).
This contract encompasses support services necessary to maintain, deploy, and sustain the Concerto CCPM application at the existing Concerto sites, as well as to support any special projects involving these sites that may arise. Services shall include software maintenance and may also include implementation and training as required.
Offerors must be registered in the System for Award Management (SAM) database prior to submission of an offer to be considered for award of any DoW contract.
Place of Performance, Inspection, and Acceptance: This contract will be a Base + Four (4) Option Years starting 01 June 2026 to 31 May 2031. Deliver FOB Destination.
CLIN Structure, Quantities, and Units of Measure:
X001: Concerto Application/System Engineer Day (FFP)—Qty 9 Days
X002: Concerto Software FRCSE & FRCE Annl Maint - Lrg Site (FFP)—Qty 1 LOT
X003: EAM Software FRCSE & FRCE Annl Maint - Lrg Site (FFP)—Qty 1 LOT
X004: ODC Travel (FFP NTE) -- (OPTIONAL)—1 LOT
X005: TECH DATA (CDRLS)—Qty NSP
Contract Type: The Government intends to award a single Firm Fixed Price (FFP) award.
North American Industry Classification System (NAICS) code: 513210
Product Service Code (PSC): DA01-- IT and Telecom – Business Application/Application Development Support Services (Labor)
Attachments: Please see Attachment 01_Statement of Work.
Other than Full and Open Competition: Realization Technologies (Cage Code: 1NU06) is the only known source for this requirement and has ownership of the Commercial-Off-The-Shelf Concerto Software and its source code with no resellers. Therefore, IAW with Federal Acquisition Regulation (FAR) Part 12 and FAR 6.103-1 only one responsible source and no other supplies or services will satisfy agency requirements.
Applicable Provisions and Clauses: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-01. The Government intends to include the following Revolutionary FAR and DFAR Overhaul clauses and provisions, either by reference or in full text in the resulting award.
NOTE: The FAR and DFARS clauses may be accessed in full text at https://www.acquisition.gov/far-overhaul
CLOSING DATE: Interested persons may identify their interest and capability to respond to the requirement or submit proposals, which will be considered by the agency. All proposals received by Time 4:00PM (EST) on 14 May 2026 will be considered by the Government. A determination by the Government not to compete this proposed contract based upon the responses to this notice is solely within the discretion of the government. Information received will normally be considered for the purpose of determining whether to conduct a competitive procurement. The Government will not pay for any information received.
Cost of Quotes: Expenses incurred in the preparation of quotes in response to this combined synopsis/solicitation are the vendor’s sole responsibility and not reimbursable by the Government.
QUESTIONS AND INQUIRIES: All questions and inquiries concerning any aspect of this requirement must be submitted in writing to Alyssa Wenger and Kalynn Jackson via email; alyssa.m.wenger.civ@us.navy.mil; Kalynn.r.jackson.civ@us.navy.mil. The Government’s response to inquiries will be made in writing. Any resulting additions, deletions, or changes to the combined synopsis/solicitation will be updated on this SAM.gov posting.
Please provide the following information with your response:
PLEASE NOTE: A quotation does not constitute an award; therefore, an obligation to your company is not official until you receive a purchase order.
Alyssa Wenger
Kalynn Jackson
DEPT OF DEFENSE
DEPT OF THE NAVY
NAVAIR
NAVAIR HQS
FLEET READINESS CENTER
FLEET READINESS CENTER
ATTN CHIEF OF STAFF
47038 MCLEOD ROAD, BLDG 448
PATUXENT RIVER, MD, 20670
NAICS
Software Publishers
PSC
IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)