ADOBE AND CREATIVE CLOUD ETLA
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Research Laboratory (NRL) in Monterey, CA, is soliciting quotations for the purchase of 150 units of Adobe Acrobat Pro Enterprise for Government and Adobe Creative Cloud 2026 ETLA. This is a Firm-Fixed-Price (FFP), full and open competitive opportunity, with award based on Lowest-Priced, Technically Acceptable (LPTA) evaluation. Quotations are due by February 17, 2026.
Scope of Work
The requirement is for the procurement of 150 units of Adobe Acrobat Pro Enterprise for Government and Adobe Creative Cloud 2026 ETLA. This is a "Brand Name or Equal" procurement for new equipment only, requiring manufacturer's warranty. Vendors must be an Original Equipment Manufacturer (OEM), an authorized dealer, distributor, or reseller, and must provide documentation from the manufacturer confirming their authorization for the specific items being procured. The performance period for any maintenance renewals must commence on or after the contract award date.
Contract Details
- Opportunity Type: Solicitation (Full and Open Competition)
- Contract Type: Firm-Fixed-Price (FFP)
- NAICS Code: 541519 (Other Computer Related Services)
- PSC Code: 7A21 (Business Application Off The Shelf Software)
- Place of Performance: U.S. Naval Research Laboratory, 7 Grace Hopper Avenue, Bldg. 702, Monterey, CA 93943-5502
- Set-Aside: None (Full and Open Competition)
Evaluation Factors
Award will be made to the quoter offering the Lowest-Priced, Technically Acceptable (LPTA) solution.
- Factor 1: Price - Quotations will be evaluated for fairness and reasonableness.
- Factor 2: Technical - The Government will assess the quoter's capability to provide supplies/services in accordance with the solicitation specifications. Offers will be deemed "Acceptable" if they meet all minimum requirements or "Unacceptable" if they do not. Offers will be ranked by price, and the lowest-priced technically acceptable offer(s) will be selected for award.
Submission Requirements & Deadlines
- Questions Due: No Later Than (NLT) 3 business days after the RFQ sending (published Feb 11, 2026).
- Quotations Due: February 17, 2026, by 8:00 PM UTC.
- Submission Method: Via email to the Purchasing Agent.
- Required Quotation Contents:
- Open Market or GSA Federal Supply Schedule (FSS) pricing.
- Expiration date of quoted prices.
- Contractor's Federal Tax I.D., CAGE code, and DUNS number.
- Payment Terms (default Net 30).
- Company's published price list (if available).
- Estimated shipping and handling (if applicable).
- SAM Registration: Prospective contractors must have an active registration in SAM.gov.
Point of Contact
- Purchasing Agent: Erik Wells
- Email: erik.wells2.civ@us.navy.mil
- Phone: 202-875-9269