Adobe Subscription Licenses
ID: M6700425Q1008Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERALBANY, GA, 31704-0313, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the U.S. Marine Corps Blount Island Command, is seeking proposals for the procurement of Adobe subscription licenses, including 300 licenses for Adobe Acrobat DC Professional and 3 licenses for Adobe Creative Cloud Desktop Application. These licenses are essential for maintaining critical operational functions within the Marine Corps, particularly for processing documents generated by Microsoft Office Suite, and are required to be delivered under firm fixed price terms from May 2025 to May 2026. The procurement process emphasizes compliance with federal acquisition regulations and prioritizes small business participation, with a total small business set-aside designation. Interested vendors must submit their quotes by 12:00 PM on April 18, 2025, and can direct inquiries to Erica Vaughn at erica.vaughn@usmc.mil or Stanley Sanders at stanley.sanders@usmc.mil, with questions due by April 1, 2025.

Point(s) of Contact
Files
Title
Posted
Mar 28, 2025, 7:05 PM UTC
This memorandum outlines the justification for using a sole-source procurement method for renewing software licenses under the Simplified Acquisition Threshold. The proposed acquisition includes 300 licenses for Adobe Acrobat Professional DC and 3 licenses for Adobe Creative Cloud Desktop Application, essential for maintaining critical operational functions within the Blount Island Command. The document cites that only one vendor, Adobe, can provide these specific licenses due to proprietary rights and an exclusive licensing agreement. The software is vital for processing documents generated by Microsoft Office Suite and is already approved for use in the Marine Corps Enterprise Network. The procurement period is set from May 23, 2025, to May 22, 2026. The memorandum ensures compliance with FAR regulations while emphasizing the urgency and necessity of maintaining existing software for government operations.
Mar 28, 2025, 7:05 PM UTC
The document outlines a Request for Quote (RFQ) by the U.S. Marine Corps Blount Island Command for the procurement of Adobe subscription licenses, including detailed specifications for required software products. The main entry specifies two distinct Adobe products: Adobe Acrobat DC Professional and Adobe Creative Cloud Desktop Application, specifically for enterprise environments, to be delivered under firm fixed price terms inclusive of necessary licensing and accessories, with a delivery window spanning from May 2025 to May 2026. Contractors must confirm their offers by 12:00 PM on April 18, 2025, and must adhere to restrictions against substituting equipment, ensuring that only specified products will qualify for award consideration. Questions regarding the RFQ are required to be submitted by April 1, 2025. A comprehensive set of federal acquisition regulations and clauses related to competition, contracting ethics, and compliance with service standards are included, highlighting the emphasis on small business participation and adherence to specific codes and reporting requirements. Overall, this RFQ reflects the government's commitment to procuring necessary commercial software through a structured competitive process, prioritizing compliance and proper vendor credentials.
Mar 28, 2025, 7:05 PM UTC
The document outlines the Vendor Questions & Answers related to the Adobe Subscription Licenses solicitation (M6700425Q1008) as of March 27, 2025. Key inquiries addressed include the submission method, where email is preferred for submitting quotes and attachments. It clarifies that while there is no specific format required for the pricing quote, unit and total pricing for each Contract Line Item Number (CLIN) must be included. The document states that electronic delivery of licenses to user accounts suffices for confirmation and specifies that the VIP ID referenced is a government-held agreement for the U.S. Marine Corps at Blount Island Command. Lastly, it notes that instructions for the Wide Area Workflow (WAWF) invoicing will be provided after an award, indicating an organized process for contractor management post-award. This document is part of federal government procurement efforts to guide vendors in complying with specific requirements for submitting proposals and fulfilling contract obligations effectively.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Jira Maintenance Renewal
Buyer not available
The Department of Defense, specifically the Naval Research Laboratory, is seeking quotations for the renewal of Jira Service Management licenses, expanding the capacity from 100 to 250 users. This procurement aims to enhance software capabilities essential for operational efficiency within the organization, ensuring that the increased user access aligns with the growing demands of software management. Interested vendors must be authorized Atlassian OEM resellers and provide documentation confirming their status, with all submissions due via email to the primary contact, Cheryl Benthall, by the specified deadline. The procurement is structured as a Firm-Fixed-Price (FFP) contract, and the evaluation will be based on the Lowest Price Technically Acceptable criteria.
Purchase a Direct to Substrate Printer with Maintenance or Warranty for 60 months
Buyer not available
The Defense Logistics Agency (DLA) is seeking to procure a Direct to Substrate printer along with maintenance or warranty services for a duration of 60 months. The printer will be utilized for producing color labels on Avery 2900 face film, which is essential for labeling various printed products. This procurement is part of a broader effort to enhance the DLA's document services capabilities, and it is open to full and open competition following recent amendments. Interested vendors must submit their quotes and all required documentation by April 25, 2025, at 10:00 AM EST, and can direct inquiries to David Purvis at david.1.purvis@dla.mil or by phone at 717-770-4906.
RTI SW
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is soliciting quotes for specific software products, including the RTI Connext DDS Secure and the RTI CORBA Compatibility Kit, under the combined synopsis/solicitation N0017825Q6734. The procurement aims to acquire essential software licenses that are critical for the development, testing, and delivery of key components within the LCS SUW MP, with a focus on ensuring compatibility with existing systems. Interested vendors must submit their quotations by April 21, 2025, with the anticipated award date in May 2025; all submissions should be directed to Keith Aubert at keith.m.aubert2.civ@us.navy.mil or by phone at 540-742-8886. This opportunity is not set aside for small businesses, and firms must be registered in the System for Award Management (SAM) to be eligible for award.
ServiceNow for NAVSEA HQ, NSWC Newport, Carderock, and Panama City
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for licenses to support the ServiceNow Service Portal for various Naval Surface Warfare Centers and NAVSEA HQ. This procurement aims to enhance operational efficiency by providing essential software licenses, as the ServiceNow platform is critical for automating HR processes and improving data management across the organization. The solicitation utilizes the Carahsoft Technology Enterprise Software Initiative as the mandatory source for all Department of Defense software requirements, with a firm-fixed price agreement expected. Interested vendors must submit their quotes by April 18, 2025, to the primary contact, Arnel Ngo, at arnel.a.ngo.civ@us.navy.mil, or by phone at 757-478-2013, ensuring compliance with federal acquisition regulations throughout the process.
RFI - DOJ Microsoft EA Alternatives & M3/M5 License Replacements
Buyer not available
The Department of Justice (DOJ) is seeking information on viable alternatives to Microsoft technologies, specifically the Microsoft M3 (Microsoft 365 E3) and M5 (Microsoft 365 E5) license bundles, through a Request for Information (RFI). The DOJ aims to evaluate enterprise-wide solutions that can provide comparable or superior functionality, flexibility, and cost efficiency while reducing dependency on a single vendor. This initiative is crucial for ensuring that the DOJ's technology investments remain innovative and effective in meeting its operational needs. Interested vendors must submit their responses by April 25, 2025, to the designated contacts, Tracey Cross and Sakura Higa, via email, with no funds available for response preparation.
DX Application Performance Management (DX APM) Java and .NET Agent Maintenance
Buyer not available
The Department of Defense, specifically the Army Contracting Command – Rock Island (ACC-RI), is seeking proposals for the maintenance of DX Application Performance Management (DX APM) Java and .NET Agents, along with an upgrade to DX Introscope. This procurement involves support for seven licenses of the specified software, with a contract structured as a firm fixed-price purchase order over a potential five-year period, including one base year and four option years. The DX APM is crucial for enhancing the Army's IT infrastructure management and performance monitoring capabilities. Interested vendors must submit their quotes by 2 PM Central Time on April 16, 2025, via email to Morgan Dowell at morgan.a.dowell.civ@army.mil, and must be registered in the System for Award Management (SAM) prior to award.
RightFax SW Renewal
Buyer not available
The Department of Defense, specifically the U.S. Army, is seeking vendors for the renewal of a firm-fixed price contract for RightFax software and maintenance services, as outlined in a Sources Sought Notice. This procurement is justified under FAR 8.405-6(a)(1)(i)(B), indicating that only one source can provide the specialized services required due to the unique configuration of the software. The RightFax software is critical for maintaining effective and secure communication systems within the Army's operations, and the U.S. Government encourages all interested businesses, particularly small businesses across various socioeconomic categories, to respond to this notice. Interested parties must submit their responses by COB April 21, 2025, to the primary contact, Ms. Lauren Zuniga, at lauren.e.zuniga.civ@army.mil, or Ms. Adrian Atkinson at adrian.j.atkinson.civ@army.mil.
Annual software subscription for HardwareWall software
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure an annual software subscription for HardwareWall software to support the Triton Unmanned Aircraft System (UAS). This procurement aims to ensure operational updates, security compliance, and functional support for military operations, including maritime surveillance and intelligence gathering. The selected vendor will be responsible for providing firm fixed pricing for the software licenses, with delivery required by May 15, 2025. Interested parties must submit their quotes by April 18, 2025, at 10:00 am Eastern Standard Time, to the designated contacts, Roshaia Thomas and Roberta Nethercutt, via the provided email addresses.
25-SIMACQ-E30-0013 SMART Lic. GATOR SPS
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, California, is seeking a sole source vendor, Resource Analysis Corporation, to provide SMART program licenses for the G/ATOR, SPS-75, and SPS-77 systems under solicitation number N63394-25-Q-0024. This firm-fixed-price contract, with a delivery period from October 1, 2025, to September 30, 2029, aims to address critical obsolescence management issues through the unique capabilities of the SMART software, which includes Bill of Material management and real-time data monitoring. Interested vendors must submit their quotes in PDF format by April 16, 2025, and are required to comply with specific provisions from the Federal Acquisition Regulation and Defense Federal Acquisition Regulation Supplement. For further inquiries, vendors can contact Jorge Ortiz at jorge.u.ortiz.civ@us.navy.mil or Brian Carpenter at brian.a.carpenter14.civ@us.navy.mil.
Brightly Software
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking to procure software solutions from Brightly Software, Inc. for the National Defense University (NDU) to enhance maintenance and inventory management processes. The procurement specifically targets the Asset Essentials Core and Capital Forecast Direct software products, which are critical for project management, work order services, and tracking maintenance activities across NDU's campuses in Washington, D.C. This software is essential for maintaining operational efficiency and supporting NDU's mission to train the Joint Professional Warfighter, with a contract period set from May 1, 2025, to April 30, 2026. Interested vendors must submit their quotations by April 17, 2025, and ensure registration in the System for Award Management (SAM) while adhering to Section 508 accessibility standards. For further inquiries, vendors can contact Rubean Joy Varghese at rubean.j.varghese.civ@us.navy.mil.