This document is a Brand Name Class Justification and Approval (J&A) for an exception to fair opportunity under Federal Acquisition Regulation (FAR) Subpart 16.5, specifically for software support. The Defense Information Systems Agency (DISA) requires this J&A to continue mission-critical software support for proprietary, commercial off-the-shelf software already integrated into existing infrastructure. The modification (MOD 1) increases the current ceiling to ensure continuous renewal of software licenses and support until December 31, 2025. The justification is based on the fact that only the Original Equipment Manufacturer (OEM) or its authorized resellers can provide support for proprietary software, as third-party support is unauthorized and other products cannot seamlessly integrate. Market research confirms that only brand-name software support meets agency requirements, and competition will be maximized among authorized resellers for individual requirements. This J&A covers a five-year period, from January 1, 2021, to December 31, 2025.
This government solicitation, HC102826R0003, issued on October 23, 2025, is an RFP for TPS Converter Studio Software Support. The offer due date is October 30, 2025, at 1:00 PM. This is a sole-source, unrestricted small business set-aside acquisition with a NAICS code of 513210 and a size standard of $47,000,000. The contract includes a base period and two option years for software support, with performance periods extending through August 27, 2028. Inspection, acceptance, and delivery of services will occur at the FLEET READINESS CENTER SOUTHEAST (FRCSE) in Jacksonville, FL. The evaluation criteria prioritize technical acceptability from an Original Equipment Manufacturer or authorized reseller, complete pricing, and valid SAM registration. The document also incorporates various FAR and DFARS clauses, including those related to System for Award Management, telecommunications equipment prohibitions, and representations regarding commercial products and services.