VA Desktop Validator Standard perpetual license

SOL #: N00173-26-Q-1301358817Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL RESEARCH LABORATORY
WASHINGTON, DC, 20375-5328, United States

Place of Performance

Washington, DC

NAICS

Computer and Computer Peripheral Equipment and Software Merchant Wholesalers (423430)

PSC

Application Development Software Delivered By Perpetual License, Consisting Of Analysis, Design, Development, Code, Test And Release Packages Associated With Application Development Projects. (7A20)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
May 12, 2026
2
Submission Deadline
May 19, 2026, 11:00 AM

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) is soliciting quotations for VA Desktop Validator Standard and Enterprise perpetual licenses along with associated annual Premier Level Maintenance. This is a Total Small Business Set-Aside opportunity, seeking brand name or equal products. Quotations are due by May 19, 2026, at 11:00 AM EST.

Scope of Work

The requirement is for the purchase of new VA Desktop Validator Standard perpetual licenses for Windows 10/11 (300 units) and VA Desktop Validator Enterprise perpetual licenses for Windows Server (25 units). This also includes Annual Premier Level Maintenance for all purchased licenses, including Non-Production and Disaster Recovery licenses. Items must be brand name or equal, new equipment only, covered by manufacturer's warranty. Vendors must be an Original Equipment Manufacturer (OEM), authorized dealer, distributor, or reseller, and provide documentation from the manufacturer confirming their authorization. Maintenance renewals must begin on or after the contract award date. Delivery is to the U.S. Naval Research Laboratory in Washington, DC.

Contract & Timeline

  • Type: Request for Quotations (RFQ), Firm-Fixed-Price (FFP)
  • Set-Aside: Total Small Business (FAR 19.5)
  • NAICS: 423430 (Computer and Electronic Product Merchant Wholesalers)
  • PSC: 7A20 (Application Development Software Delivered By Perpetual License)
  • Response Due: May 19, 2026, 11:00 AM EST
  • Published: May 12, 2026

Submission Requirements

Quoters must submit one copy of their technical and price quote via email. Submissions must include the company's DUNS Number and CAGE Code. Quoters must also state their acceptance of the solicitation's terms and conditions or list any exceptions with rationale. Active registration in SAM.gov is required.

Evaluation Criteria

Award will be made to the responsible offeror whose offer is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) approach. Offers will be ranked by price, and the lowest-priced technically acceptable offer(s) will be considered for award. Technical acceptability requires meeting all minimum requirements/specifications. Options will be evaluated by adding their total price to the basic requirement, and unbalanced option prices may lead to an offer being deemed unacceptable.

Point of Contact

For questions, contact Marche Hampton at Marche.T.Hampton.civ@us.navy.mil. Reference the solicitation number in all correspondence.

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 12, 2026