Skip to content
Department of Defense

NOTICE OF INTENT TO SOLE SOURCE – Renewal of one (1) RecurDyn software licenses with software maintenance.

Solicitation: W911QX26QA026
Notice ID: 99591c0fce7c4012b7a55e8be697f0f3

Combined Synopsis Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Feb 06, 2026. Industry: NAICS 513210 • PSC 7B20.

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 MD
Live POP
Place of performance
Aberdeen Proving Ground, Maryland • 21005 United States
State: MD
Contracting office
Adelphi, MD • 20783-1197 USA

Point of Contact

Name
Nicole G. Hernandez
Email
nicole.g.hernandez2.civ@army.mil
Phone
520-945-7455

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC-APG • W6QK ACC-APG ADELPHI
Contracting Office Address
Adelphi, MD
20783-1197 USA

More in NAICS 513210

Description

  1. Description:

Disclaimer: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

NOTICE: INTENT TO SOLICIT ONLY ONE SOURCE (MANUFACTURER)

The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i). The name of the company the Government intends to award a contract to is Enginsoft LLC. (CAGE: 8FY30, Small Business) located at 6675 Mediterranean Dr STE 203 McKinney, TX 75072-5634. This notice of intent is not a request for competitive proposals.  However, the Government will consider all proposals received prior to the closing date and time of this solicitation.

This acquisition is issued as a Request for Quote (RFQ). W911QX26QA026

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06 Effective date 01 October 2025.  

For purposes of this acquisition, the associated NAICS code is 513210.  The small business size standard is $47,000,000.00.

Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable) for a twelve (12) month period of performance

Contract Line Item Number (CLIN) 0001: Qty one (1) - RecurDyn - ANNUAL MAINTENANCE YEAR

Specifications/Requirement: To provide Qty one (1) - RecurDyn - Annual Maintenance Year see CLIN structure above.

Delivery: is required by seven (7) business days after acceptance of the order. Delivery shall be made electronically to Aberdeen Proving Ground (APG), MD 21005. Acceptance shall be performed at Aberdeen Proving Ground (APG), MD 21005 The FOB point is Destination.

Clauses:

  1. The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition.  The following addenda have been attached to this provision:

In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong.

  1. Evaluation Criteria –N/A, Notice of Intent to Sole Source.
  2. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.
  3. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause N/A.
  4. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition.  The following additional FAR/DFARS clauses cited in this clause are applicable:

FAR:

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards

52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations

52.219-28 Post-Award Small Business Program Representation

52.222-3 Convict Labor-Cooperation with Authorities and Remedies  

52.222-19 Child Labor-Cooperation With Authorities And Remedies  

52.222-50 Combating Trafficking in Persons

52.225-13 Restrictions on Certain Foreign Purchases  

52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving  

52.232-33 Payment by Electronic Funds Transfer—System for Award Management  

52.232-36 Payment by Third Party

  1. The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):

Provisions:

52.204-7 System for Award Management  

52.204-16 Commercial and Government Entity Code Reporting  

52.204-17 Ownership or Control of Offeror

52.204-20 Predecessor of Offeror  

52.204-22 Alternative Line-Item Proposal 

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment  

52.204-26 Covered Telecommunications Equipment or Services—Representation

52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications  

52.252-1 Provisions Incorporated by Reference  

52.252-2 Clauses Incorporated by Reference  

252.204-7008 Compliance with Safeguarding Covered Defense Information Controls

252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation

252.204-7017 Prohibition On the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation  

252.204-7019 Notice Of NIST SP 800-171 Dod Assessment Requirements  

Clauses:

52.204-13 System for Award Management Maintenance  

52.204-18 Commercial and Government Entity Code Maintenance  

52.204-19 Incorporation by Reference of Representations and Certifications  

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

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

52.204-27 Prohibition On A Bytedance Covered Application  

52.213-2 Invoices

52.247-34 F.o.b. Destination  

52.232-40 Providing Accelerated Payments to Small Business Subcontractors  

52.233-1 Disputes  

52.233-4 Applicable Law for Breach of Contract Claim  

52.243-1Changes-Fixed Price

52.247-34 F.o.b. Destination

52.249-1 Termination For Convenience of the Government (Fixed-Price) (Short Form)

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

252.203-7002, Requirement to Inform Employees of Whistleblower Rights  

252.204-7000 Disclosure of Information

252.204-7003 Control of Government Personnel Work Product 

252.204-7008, Compliance with Safeguarding Covered Defense Information

Controls  

252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information

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  

252.211-7003, Item Unique Identification and Valuation  

252.223-7008, Prohibition of Hexavalent Chromium  

252.225-7000, Buy American Statute—Balance of Payments Program Certificate  

252.225-7001, Buy American Act and Balance of Payments Program  

252.225-7007 Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies 

252.225-7012, Preference for Certain Domestic Commodities  

252.225-7048, Export-Controlled Items  

252.225-7974, DEVIATION 2020-O0005, Representation Regarding Business Operations with the Maduro Regime, as prescribed in DEVIATION 2020-O0005

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 

252.232-7006, Wide Area Workflow Payment Instructions  

252.232-7010, Levies on Contract Payment  

252.239-7010, Cloud Computing Services

252.239-7017, Notice of Supply Chain Risk

252.239-7018, Supply Chain Risk

252.244-7000, Subcontractors for Commercial Products or Commercial Services  

252.246-7008, Sources of Electrical Parts  

252.247-7023, Transportation of Supplies by Sea  

252.243-7001, Pricing Of Contract Modifications  

Local Provisions:

APPLICABLE FOREIGN ACQUISITION PROVISIONS AND CLAUSES

EXCEPTIONS IN PROPOSAL

AWARD OF CONTRACT

INTENT TO SOLICIT ONLY ONE SOURCE

DEBRIEF OF UNSUCCESSFUL OFFERS

ADELPHI CONTR. DIVISION URL

FOREIGN NATIONALS PERFORMING

PAYMENT TERMS

Local Clauses:

ACC-APG POINT OF CONTACT

TECHNICAL POINT OF CONTACT

TYPE OF CONTRACT

GOVERNMENT INSPECTION AND ACCEPTANCE

TAX EXEMPTION CERT. (DAC)

PAYMENT INSTRUCTIONS

RECEIVING ROOM – APG

SUBSCRIPTION AND SOFTWARE PLATFORM RENEWALS

  1. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A
  2. The following notes apply to this announcement:

In accordance with FAR 32.003, contract financing cannot be provided for this acquisition.

Place of Performance: U.S. Army Research Laboratory, Aberdeen Proving Ground, MD 21005.

  1.  Offers are due no later than five (5) days after posting date by 11:59AM Eastern Standard Time (EST).

Set Aside: N/A

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.