NSWCCD Recast Software
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 Surface Warfare Center Carderock Division (NSWCCD) intends to award a Firm Fixed Price (FFP) purchase order for Recast Software. This opportunity is a Total Small Business Set-Aside and is being procured using Simplified Acquisition Procedures. Quotes are due by Thursday, April 16, 2026, at 12:00 PM EST.
Scope of Work
This solicitation (RFQ N0016726Q1071) requires the procurement of specific Recast Software components, including:
- Recast Essentials Standard Bundle (3000/4000 Users)
- Right Click Tools Subscription (3000 Users)
- Insights Subscription (3000 Users)
- Patching subscription (3000 Users) The license effective period is from May 1, 2026, through April 30, 2027. The brand name "Recast Software" is mandatory, and offerors must provide documentation proving they are authorized resellers or distributors. A brand name justification indicates this is a non-competitive procurement for specific software required for seamless integration with existing NSWCCD systems.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) purchase order
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 513210 (Business size standard: $47 million)
- Questions/Clarifications Deadline: Tuesday, April 14, 2026, 12:00 PM EST (submit via email to michael.s.brodie7.civ@us.navy.mil)
- Quote Submission Deadline: Thursday, April 16, 2026, 12:00 PM EST
- Published Date: April 10, 2026
Evaluation
Award will be made to the responsible quoter whose quote is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) basis. Evaluation factors include Technical Acceptability, Past Performance, and Price. The Government intends to award without discussions.
Additional Notes
This is a combined synopsis/solicitation; a separate written solicitation will not be issued. Quote packages must be emailed to michael.s.brodie7.civ@us.navy.mil and include Official Company Name, Point of Contact (name, phone), CAGE Code, and SAM UEI number. Cybersecurity Maturity Model Certification (CMMC) requirements are applicable, with specific levels to be determined. Payment will be processed via Wide Area WorkFlow (WAWF).