Skip to content
Department of Defense

Magnet Forensics Axoim Software Licenses

Solicitation: N0018926QD008
Notice ID: 478692df356c498fbd986b8b6d5568fa
TypeCombined Synopsis SolicitationNAICS 334220PSC5810DepartmentDepartment of DefenseAgencyDept Of The NavyStateDCPostedFeb 19, 2026, 12:00 AM UTCDueFeb 26, 2026, 05:00 PM UTCCloses in 3 days

Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: DC. Response deadline: Feb 26, 2026. Industry: NAICS 334220 • PSC 5810.

Market snapshot

Awarded-market signal for NAICS 334220 (last 12 months), benchmarked to sector 33.

12-month awarded value
$21,643,914
Sector total $20,371,516,771 • Share 0.1%
Live
Median
$173,530
P10–P90
$35,508$350,000
Volatility
Volatile181%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($21,643,914)
Deal sizing
$173,530 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for DC
Live POP
Place of performance
Washington, District of Columbia • 20318 United States
State: DC
Contracting office
Norfolk, VA • 23511-3392 USA

Point of Contact

Name
Kevin Brennan
Email
kevin.m.brennan21.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP GLOBAL LOGISTICS SUPPORT • NAVSUP FLC NORFOLK • NAVSUP FLT LOG CTR NORFOLK
Contracting Office Address
Norfolk, VA
23511-3392 USA

More in NAICS 334220

Description

The RFQ number for this announcement is N0018926QD008 The solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06 and the most recent DFARS Publication Notice made effective 17 Feb 2026. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: https://www.acquisition.gov/far/. The NAICS code is 334220 and the Small Business Size Standard is 1250 (# of employees). The proposed acquisition is being solicited on a sole source basis using simplified acquisition procedures pursuant to FAR Parts 12 and FAR Part 13. The government intends to solicit on a sole source basis to Magnet Forensics, LLC, 931 Monroe Dr NE Suite A 102-340 Atlanta, GA 30308.

The NAVSUP FLC Norfolk Contracting Dept, Pentagon Directorate is issuing this combined synopsis/ solicitation to procure (QTY) two (2) Magnet Forensics Axoim Software Licenses for the Joint Staff Security Office (JSSO) Technical Surveillance Countermeasures (TSCM) team. The resultant purchase order for this procurement will include commercial-off-the-shelf (COTS) supplies and services for which the Government intends to solicit and negotiate with only Magnet Forensics, LLC. It is intended to award a sole source firm fixed price purchase order.

The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source. Interested persons may identify their interest and capability to respond to the requirement or submit quotations. This notice of intent is not a request for competitive quotations. However, all quotations received within five days after date of publication of this synopsis will be considered by the government. A determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a separate written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The closing date and time for receipt of the quoter’s quotation in response to the sole source combined synopsis/solicitation is 26 February 2026 at 12:00 PM EST. The quotation shall be submitted electronically via email to kevin.m.brenna21.civ@us.navy.mil

The government intends to award a single purchase order as a result of this combined synopsis/solicitation with the following CLIN structure:

CLIN 0001: QTY (2) Magnet AXIOM Advanced Software # 6AX210

Coverage Period of 29 Aug, 2026 to 28 Aug, 2027

Shipping/Billing Details

Joint Staff, DOM/JSSO

9300 Joint Staff Pentagon

Room 1E1000

Washington DC 20318-9300

The required delivery dates for each CLIN are as follows:

CLIN 00001: 30 Days After Date of Contract

The clause at 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2023) applies to this acquisition along with the following addenda to this clause:

Contract Clauses to be incorporated by Reference:

52.204-13

System for Award Management Maintenance. Oct 2018

52.204-18

Commercial and Government Entity Code Maintenance.

252.203-7000

Requirements Relating to Compensation of Former DoD Officials. Sep 2011

252.203-7002

Requirement to Inform Employees of Whistleblower Rights. Dec 2022

252.204-7004

Antiterrorism Awareness Training for Contractors. Jan 2023

252.204-7012

Safeguarding Covered Defense Information and Cyber Incident Reporting. May 2024

252.204-7015

Notice of Authorized Disclosure of Information for Litigation Support. Jan 2023

252.204-7018

Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or

Services.

252.225-7056

Prohibition Regarding Business Operations with the Maduro Regime. Jan 2023

252.232-7003

Electronic Submission of Payment Requests and Receiving Reports. Dec 2018

252.232-7010

Levies on Contract Payments. Dec 2006

252.244-7000

Subcontracts for Commercial Products or Commercial Services. Nov 2023

252.225-7060

Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region. Jun 2023

252.247-7023

Transportation of Supplies by Sea. Oct 2024

52.203-12

Limitation on Payments to Influence Certain Federal Transactions. Jun 2020

52.209-10

Prohibition on Contracting with Inverted Domestic Corporations.

252.225-7048

Export-Controlled Items. Jun 2013

252.204-7012

Safeguarding Covered Defense Information and Cyber Incident Reporting.

(DEVIATION 2024-O0013 REVISION 1)

252.201-7000

Contracting Officer's Representative. Dec 1991

252.237-7010

Solicitation Provisions:

52.204-16

Commercial and Government Entity Code Reporting. Aug 2020

52.204-24

Representation Regarding Certain Telecommunications and Video Surveillance Services

or Equipment.

52.212-1

Instructions to Offerors-Commercial Products and Commercial Services.

Prohibition on Interrogation of Detainees by Contractor Personnel.

252.203-7005

Representation Relating to Compensation of Former DoD Officials. Sep 2022

252.204-7008

Compliance with Safeguarding Covered Defense Information Controls. Oct 2016

252.204-7017

Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or

Services-Representation.

252.204-7024

Notice on the Use of the Supplier Performance Risk System. Mar 2023

252.225-7055

Representation Regarding Business Operations with the Maduro Regime. May 2022

252.225-7059

Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-

Representation.

52.204-7

System for Award Management.

Clauses to be incorporated by Full Text:

52.252-2      CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

252.232-7006  WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) – to be completed at time of award

252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023). The required delivery for CLINs 0004 and 0005 is electronic and there are no physical items for these CLINs to which an item unique identifier can be affixed.  

52.212-5     CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEVIATION 2025-O0003/ DEVIATION 2025-O0004) (MAR 2025). The following additional FAR clauses cited in 52.212-5 are applicable to the acquisition:

FAR 52.204-10, FAR 52.204-27, FAR 52.209-6, FAR 52.219-28, FAR 52.222-3, FAR 52.222-19, FAR 52.222-36, FAR 52.222-50, FAR 52.225-13, FAR 52.226-8, FAR 52.232-33, FAR 52.240-1

52.212-3     OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEVIATION 2025-O0003/ DEVIATION 2025-O0004) (MAR 2025)

52.204-24  Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)

52.204-26  Covered Telecommunications Equipment or Services--Representation (OCT 2020)

252.203-7005  REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2022)

252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (OCT 2016)

252.204-7016  Covered Defense Telecommunications Equipment or Services --

Representation (Dec 2019)

252.204-7017  Prohibition on the Acquisition of Covered Defense Telecommunications

Equipment or Services--Representation (MAY 2021)

252.225-7055 Representation Regarding Business Operations With the Maduro Regime (MAY 2022)

252.225-7059  Prohibition on Certain Procurements From The Xinjiang Uyghur Autonomous Region - REPRESENTATION (JUN 2023)

52.252-1     SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

52.212-1      INSTRUCTIONS TO OFFERORS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023)

52.212-2     EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)

(a) The Government will award a delivery order on a Sole Source basis to Magnet Forensics, LLC.

(b) Reserved.

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of provision)

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.