- 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
Replit Subscription
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.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 30 more rate previews.↓
Point of Contact
Agency & Office
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.
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.