Skip to content
Department of Defense

Replit Subscription

Solicitation: N0018926QD011
Notice ID: 77c26f96fa4e447bbb18f21338c63171
TypeCombined Synopsis SolicitationNAICS 541910PSC7B21DepartmentDepartment of DefenseAgencyDept Of The NavyStateVAPostedMar 26, 2026, 12:00 AM UTCDueApr 06, 2026, 04:00 PM UTCCloses in 1 days

Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Apr 06, 2026. Industry: NAICS 541910 • PSC 7B21.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: N0018926QD011. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$1,544,741,108
Sector total $1,544,741,108 • Share 100.0%
Live
Median
$350,000
P10–P90
$30,032$4,431,150
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,544,741,108)
Deal sizing
$350,000 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 VA
Live POP
Place of performance
Suffolk, Virginia • United States
State: VA
Contracting office
Norfolk, VA • 23511-3392 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
VA20260156 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026Virginia • Isle of Wight
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
+30 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 30 more rate previews.
Davis-BaconBest fitstate match
VA20260156 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Isle of Wight
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
Rate
BRICKLAYER
Base $22.44Fringe $10.23
+29 more occupation rates in this WD
Davis-Baconstate match
VA20260176 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Gloucester, Mathews
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
Rate
BRICKLAYER
Base $22.44Fringe $10.23
+29 more occupation rates in this WD
Davis-Baconstate match
VA20260010 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Brunswick, Charlotte, Cumberland +7
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
ELECTRICIAN
Base $37.95Fringe $25.95
Rate
POWER EQUIPMENT OPERATOR Bulldozer
Base $38.79Fringe $18.05
+8 more occupation rates in this WD
Davis-Baconstate match
VA20260003 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Pittsylvania
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
ELECTRICIAN
Base $37.95Fringe $25.95
Rate
POWER EQUIPMENT OPERATOR Bulldozer
Base $38.79Fringe $18.05
+8 more occupation rates in this WD

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 541910

Description

The RFQ number for this announcement is N0018926QD011 The solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06 and the most recent DFARS Publication Notice made effective 24 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 541910 and the Small Business Size Standard is 22.5 (MILLIONS OF DOLLARS). The proposed acquisition is being solicited on a sole source basis using simplified acquisition procedures pursuant to FAR Part 12. The government intends to solicit on a sole source basis to Replit, Inc., 1001 E. Hillsdale Blvd., Suite 400W, Foster City, CA 94404.  

The NAVSUP FLC Norfolk Contracting Dept, Pentagon Directorate is issuing this combined synopsis/ solicitation to procure (QTY) one (1) Replit AI Platform subscription for a coverage period of 12 months and an additional four (4) one-year options. 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 Replit, INC. 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, 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 6 April 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 (1) Replit Platform AI Subscription

12 months of subscription coverage to begin on date of award.

CLIN 1001: QTY (1) Replit Platform AI Subscription

12 months of subscription coverage.

CLIN 2001: QTY (1) Replit Platform AI Subscription

12 months of subscription coverage.

CLIN 3001: QTY (1) Replit Platform AI Subscription

12 months of subscription coverage.

CLIN 4001: QTY (1) Replit Platform AI Subscription

12 months of subscription coverage.

Shipping/Billing Details

9996 Pentagon Rm 2D932

Washington DC 20318

Delivery: ATTN: YNCS Chris Brown

The required delivery dates for each CLIN are as follows:

CLIN 0001: Date of award. Estimated 8 April 2026

CLIN 1001: 8 April 2027

CLIN 2001: 8 April 2028

CLIN 3001: 8 April 2029

CLIN 4001: 8 April 2030

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:

52.203-12

Limitation On Payments To Influence Certain Federal Transactions

52.204-7

System for Award Management

52.204-9

Personal Identity Verification of Contractor Personnel.

52.204-13

System for Award Management Maintenance

52.204-16

Commercial and Government Entity Code Reporting.

52.204-18

Commercial and Government Entity Code Maintenance

52.204-21

Basic Safeguarding of Covered Contractor Information Systems.

52.209-10

Prohibition on Contracting With Inverted Domestic Corporations

52.224-1

Privacy Act Notification.

52.224-2

Privacy Act.

52.232-18

Availability of Funds.

52.232-39

Unenforceability of Unauthorized Obligations.

52.247-34

F.O.B. Destination

252.203-7000

Requirements Relating to Compensation of Former DOD Officials.

252.203-7002

Requirement to Inform Employees of Whistleblower Rights

252.204-7004

Antiterrorism Awareness Training for Contractors

252.204-7012

Safeguarding Covered Defense Information and Cyber Incident Reporting

252.204-7015

Notice of Authorized Disclosure of Information for Litigation Support

252.204-7018

Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

252.204-7019

Notice of NIST SP 800-171 DoD Assessment Requirements.

252.204-7020

NIST SP 800-171 DoD Assessment Requirements.

252.204-7022

Expediting Contract Closeout

252.209-7004

Subcontracting with Firms that are Owned or Controlled by the Government

of a Country that is a State Sponsor of Terrorism.

252.211-7008

Use of Government-Assigned Serial Numbers.

252.223-7008

Prohibition of Hexavalent Chromium.

252.225-7048

Export-Controlled Items

252.225-7056

Prohibition Regarding Business Operations with the Maduro Regime

252.225-7060

Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region

252.225-7972

Prohibition on the Procurement of Foreign-Made Unmanned Aircraft

Systems. (DEVIATION 2024-O0014)

252.232-7003

Electronic Submission of Payment Requests and Receiving Reports

252.232-7010

Levies on Contract Payments

252.237-7010

Prohibition on Interrogation of Detainees by Contractor Personnel

252.239-7010

Cloud Computing Services. 

252.239-7017

Notice of Supply Chain Risk.

252.239-7018

Supply Chain Risk.

252.243-7002

Requests for Equitable Adjustment.

252.244-7000

Subcontracts for Commercial Products or Commercial Services

252.247-7023

Transportation of Supplies by Sea

Clauses to be incorporated by Full Text:

52.219-14     Limitations on Subcontracting (DEVIATION 2021-O0008)

52.252-2      CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

52.252-6 Authorized Deviations in Clauses.

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)

52.204-29 Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures.

52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony

Conviction under any Federal Law.

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)

252.204-7021 Contractor Compliance with the Cybersecurity Maturity Model Certification Level

Requirements.

252.204-7025 Notice of Cybersecurity Maturity Model Certification Level Requirements.

252.225-7000

Buy American--Balance of Payments Program Certificate.

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)

252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft

Systems—Representation. (DEVIATION 2024-O0014)

252.239-7009 Representation of Use of Cloud Computing.

52.217-5     Evaluation of Options.

52.229-11   Tax on Certain Foreign Procurements-Notice and Representation.

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

52.252-1     Solicitation Provisions Incorporated by Reference.

52.252-5     Authorized Deviations in Provisions.

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 Replit, INC.  

(b) Options. 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).

(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)

See the attached document for additional information as well as terms and conditions application to this procurement.

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.