Skip to content
Department of Defense

TestRails Server License

Solicitation: N6660426Q0182
Notice ID: 6b72aa385f2a40de8c63c46bdc5e90be

Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: RI. Response deadline: Feb 16, 2026. Industry: NAICS 513210 • PSC 7A20.

Market snapshot

Awarded-market signal for NAICS 513210 (last 12 months), benchmarked to sector 51.

12-month awarded value
$106,048,976
Sector total $168,158,357 • Share 63.1%
Live
Median
$121,528
P10–P90
$20,414$1,958,370
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
63.1%
share
Momentum (last 3 vs prior 3 buckets)
+175867%($105,928,512)
Deal sizing
$121,528 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 RI
Live POP
Place of performance
Newport, Rhode Island • United States
State: RI
Contracting office
Newport, RI • 02841-1703 USA

Point of Contact

Name
Amy Prisco
Email
amy.k.prisco.civ@us.navy.mil
Phone
4018328503

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA WARFARE CENTER • NUWC DIV NEWPORT
Contracting Office Address
Newport, RI
02841-1703 USA

More in NAICS 513210

Description

Request for Quote (RFQ) number is N6660426Q0182

This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in 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 will not be issued. In accordance with FAR 5.203(b) this combined synopsis and solicitation will be posted for less than fifteen (15) days. 

This requirement is being solicited under 100% Small Business Set-Aside as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code is 513210: Software Publishers. The Small Business Size Standard is $47,000,000. 

NUWCDIVNPT intends to award a Firm Fixed Price (FFP) for TestRail Server License, P/N TRS-40, Brand Name Only, to a verified seller of TestRail software licenses to maintain compatibility and usability of existing test case organization.  The Government estimates the associated impacts to budget and schedule by moving to a different manufacturer would be too costly to offset the potential savings from competition.

The contractor shall perform services on-site at NUWCDIVNPT, Newport RI. Access instructions to NUWCDIVNPT are provided as Attachment 1 to this notice. The contractor shall submit a Firm Fixed Price quote for the following: 

CLIN 0001, Quantity 1, Description: TestRail Software Annual License, P/N TRS-40, Period of Performance: April 13, 2026 to April 12, 2027

CLIN 0002, *Option Year, Quantity 1, Description: TestRail Software Annual License, P/N TRS-40, Period of Performance: April 13, 2027 to April 12, 2028

*Options may or may not be exercised within one year of the award date and is at the unilateral discretion of the Government in accordance with FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item below.

Any required deliveries made under this contract shall be F.O.B. Destination, NUWCDIVNPT Newport, RI. 02841

Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following Federal Acquisition Regulations (FAR) clauses and provisions apply to this solicitation:

FAR 52.204-13 System for Award Management Maintenance

FAR 52.204-19 Incorporation by Reference of Representations and Certifications.

FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems

FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab

FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations

FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law

FAR 52.212-1 Instruction to Offerors – Commercial Item

FAR 52.212-2 Evaluation – Commercial Items

FAR 52.212-3 Offeror Representations and Certifications – Commercial Items

FAR 52.212-4 Contract Terms and Conditions – Commercial Products and Commercial Services

FAR 52.217-5 Evaluation of Options

FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item

The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 2 weeks of option exercise. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.

(End of clause)

FAR 52.233-1 Disputes

FAR 52.233-3 Protest After Award

FAR 52.243-1 Changes--Fixed Price

FAR 52.249-8 Default (Fixed-Price Supply & Service)

In addition, the following Defense Federal Acquisition Regulations Supplement (DFARS) clauses and provisions apply to this order:

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights

DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials

DFARS 252.204-7003, Control of Government Personnel Work Product

DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls

DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016)

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting – Alternate I

DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support

DFARS 252.225-7013, Duty-Free Entry

DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports

DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions

DFARS 252.232-7010, Levies on Contract Payments

DFARS 252.232-7017, Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration (Jan 2023)

DFARS 252.243-7001 Pricing of Contract Modifications

DFARS 252.244-7000 Subcontracts for Commercial Products or Commercial Services

DFARS 252.246-7008 Sources of Electronic Parts

DFARS 252.247-7023 Transportation of Supplies by Sea

This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. 

If no surcharge is applicable, the Government’s preferred method of payment is via credit card. Offerors shall confirm if Government Purchase Card is an acceptable form of payment within the quotation as well as any additional charges. Otherwise, Electronic Payment will be made via Wide Area Workflow (WAWF).The quote shall include price and the following information with submission: point of contact (including phone number and email address), contractor CAGE code, and contractor SAM UID.

Quotes shall be submitted via electronic submission to Amy.K.Prisco.civ@US.Navy.mil For questions pertaining to this acquisition, please contact Amy Prisco at the following: Amy.K.Prisco.civ@US.NAVY.mil

Files

Files size/type shown when available.

BidPulsar Analysis

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

Updated: Feb 14, 2026
Executive summary

The Department of the Navy is seeking quotes for a TestRail Server License under solicitation number N6660426Q0182. This procurement is a 100% Small Business Set-Aside, and the contract will encompass a Firm Fixed Price for a brand-name license required to maintain compatibility and usability for existing software systems at the Naval Undersea Warfare Center Division Newport. Responses are due by February 16, 2026, with a performance period starting on April 13, 2026.

What the buyer is trying to do

The buyer aims to procure a TestRail Software Annual License, specifically part number TRS-40, to ensure continuity with existing test case organization systems at NUWCDIVNPT.

Work breakdown
  • Submit a Firm Fixed Price quote for CLIN 0001: TestRail Software Annual License, P/N TRS-40, Quantity 1.
  • Provide an option year quote for CLIN 0002: TestRail Software Annual License, P/N TRS-40, Quantity 1 for the period April 13, 2027 to April 12, 2028.
  • Include all required company details: point of contact, phone, email, CAGE code, and SAM UID in the quote.
Response package checklist
  • Firm Fixed Price quote for CLIN 0001 and CLIN 0002.
  • Point of contact with phone number and email address.
  • Company CAGE code and SAM UID.
Suggested keywords
TestRailSoftware LicenseSmall Business Set-AsideFAR ComplianceNUWCDIVNPT
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Access instructions provided in Attachment 1 need to be reviewed for venue specifics.
  • Clarification on whether there are multiple software vendors for TestRail licenses.

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.