Search Contract Opportunities

Jira Atlassian Maintenance Renewal

ID: N00173-25-Q-1301232924 • Type: Synopsis Solicitation

Description

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 document will not be issued.

This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-07 Effective: 9/30/2024

This is a Total Small Business Set-Aside in accordance with FAR 13.003 (b)(1) on a Firm-Firm Fixed-Price (FFP) basis.

The associated North American Industrial Classification System (NAICS) code for this procurement is, with a small business size standard of 513210.
The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is DA10.

The Naval Research Laboratory (NRL), located in Washington, DC, is seeking to purchase:

All interested companies shall provide quotations for the following:

_____________________________________________________________________________

_____________________________________________________________________________

___X___ See specification attachment

Supplies: BRAND NAME or EQUAL

Software/Hardware/Services:

This procurement is for new equipment ONLY, unless otherwise specifically stated. No remanufactured or "gray market" items are acceptable. All equipment must be covered by the manufacturer's warranty.

Vendor shall be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, an authorized distributor, or an authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions

Offerors are required to submit documentation from the manufacturer stating that they are an authorized distributor for the specific items being procured.

Note: Maintenance Renewals - The performance period for maintenance renewals, (software licenses, services, etc.), must begin on or after the date of contract award. The performance period cannot be back dated. If reinstatement fees are required, they must be listed on separate line items.

Delivery Address:

____x____ U.S. Naval Research Laboratory

4555 Overlook Avenue, S.W.

Bldg. 49 Shipping/Receiving

Code 3400

Washington, DC 20375

SUBMISSION INSTRUCTIONS:

All Quoters shall submit 1 (one) copy of their technical and price quote.

Include your company DUNS Number and Cage Code on your quote.

All quotations shall be sent via e-mail.

GOVERNMENT POINT OF CONTACT

Purchasing Agent Name: James Chappell

Email: james.e.chappell2.civ@us.navy.mil

Please reference this combined synopsis/solicitation number on your correspondence and in the "Subject" line of your email.

ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL.

The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Award may be made without discussions or negotiations, therefore prospective contractors should have an active registration in the System for Award Management (SAM) database (www.sam.gov) in accordance with Federal Acquisition Regulation (FAR) Part 4.1102 and Part 52.204-7 when submitting a response to this solicitation.

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

Lowest Price Technically Acceptable - Offers will be ranked lowest to highest according to price. A price analysis will be conducted to determine whether the lowest price will result from a single award or multiple awards. Based on the price analysis, the lowest price offer or multiple offers, will be forwarded to the requiring activity for technical evaluation (offer(s), in accordance with the specifications, will be deemed either technically acceptable or technically unacceptable). If the lowest price offer or offers is found technically acceptable and the pricing determined fair and reasonable by the Contracting Officer, evaluation will be deemed complete and award will be made based on the lowest price offer(s). If the lowest price offer is determined technically unacceptable, another analysis will be conducted amongst the remaining offers to determine if a single or multiple awards will provide the lowest price. The lowest price offer(s) will be sent for technical evaluation. This process is repeated in order of price until an offer or combination of offers is deemed technically acceptable and price is determined fair and reasonable.

Options. When applicable, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

Terms and Conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:

"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."

OR

"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"

Exceptions. Quoter shall list exception(s) and rationale for the exception(s).

Submission shall be received not later than the response date listed above. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail.

Background
The Naval Research Laboratory (NRL), located in Washington, DC, is seeking to purchase commercial items as part of a combined synopsis/solicitation. This procurement is aimed at acquiring new equipment only, specifically software and hardware related to Jira Service Management and associated tools. The goal is to ensure that all equipment comes with the manufacturer's warranty and is provided by authorized distributors or resellers.

Work Details
The contract includes the procurement of the following software licenses for Jira and related products:

1) Jira Service Management (Data Center) for 250 Agents;
2) Confluence (Data Center) for 250 Users;
3) ScriptRunner for Jira Data Center for 250 Users;
4) Theme Extension for Jira Service Management Data Center for 250 Users;
5) Extension for Jira Service Management Data Center for 250 Users;
6) Notifications in Jira (Desktop and Icon Alerts) Data Center for 250 Users;
7) Queues for Jira & JSM Data Center for 250 Users.

All items are commercial term license renewals with specific start and end dates from August 31, 2025, to August 31, 2026. Vendors must provide documentation proving they are authorized distributors of the proposed equipment.

Period of Performance
The performance period for maintenance renewals must begin on or after the date of contract award and cannot be backdated. The specific licenses have a performance period from August 31, 2025, to August 31, 2026.

Place of Performance
U.S. Naval Research Laboratory, 4555 Overlook Avenue, S.W., Bldg. 49 – Shipping/Receiving, Code 3400, Washington, DC 20375.

Overview

Response Deadline
April 4, 2025, 12:00 p.m. EDT Past Due
Posted
April 1, 2025, 2:11 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Washington, DC 20375 United States
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Signs of Shaping
The solicitation is open for 2 days, below average for the Naval Research Laboratory. 89% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 4/1/25 Naval Research Laboratory issued Synopsis Solicitation N00173-25-Q-1301232924 for Jira Atlassian Maintenance Renewal due 4/4/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 513210 (SBA Size Standard $47 Million) and PSC DA10.
Primary Contact
Name
James Chappell   Profile
Phone
(202) 923-1418

Additional Contacts in Documents

Title Name Email Phone
None James E. Chappell Profile james.e.chappell2.civ@us.navy.mil None

Documents

Posted documents for Synopsis Solicitation N00173-25-Q-1301232924

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation N00173-25-Q-1301232924

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N00173-25-Q-1301232924

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N00173-25-Q-1301232924

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > ONR > ONR NRL > NAVAL RESEARCH LABORATORY
FPDS Organization Code
1700-N00173
Source Organization Code
100255323
Last Updated
April 4, 2025
Last Updated By
james.e.chappell2.civ@us.navy.mil
Archive Date
April 4, 2025