Opportunity

SAM #N0018926QD011

Sole Source Subscription to Replit AI Platform for Joint Staff Public Affairs

Buyer

NAVSUP FLC Norfolk

Posted

March 26, 2026

Respond By

April 06, 2026

Identifier

N0018926QD011

NAICS

511210, 541910, 541512

This opportunity involves the procurement of an enterprise-level subscription to the Replit AI Platform for the Department of Defense, specifically supporting the Joint Staff Public Affairs and the Office of the Chairman of the Joint Chiefs of Staff (OCJCS) Public Affairs. - Government Buyer: - U.S. Navy, NAVSUP Fleet Logistics Center Norfolk, Contracting Office (Code N00189) - Department of Defense, Joint Staff Public Affairs - OEM Highlight: - Replit, Inc. (1001 E. Hillsdale Blvd., Suite 400W, Foster City, CA) - Vendors Mentioned: - Replit, Inc. (sole source) - Products/Services Requested: - Replit AI Platform (cloud-based development platform with proprietary AI-driven software agents and integrated cloud hosting) - Annual subscription, commercial-off-the-shelf (COTS) - Base year plus four one-year option periods (up to five years total) - Supports Media Common Operating Picture (MCOP) and enables non-technical personnel to create and deploy applications using natural language - Each CLIN (0001, 1001, 2001, 3001, 4001) represents one annual subscription - Unique/Notable Requirements: - Sole source justification due to Replit's proprietary technology - Firm fixed price purchase order - Electronic delivery - Delivery and acceptance at Deputy Director Joint Staff J7, Suffolk, VA - Platform must support real-time situational awareness and messaging for OCJCS Public Affairs - Place of Performance/Delivery: - Pentagon, Washington, DC (primary place of performance) - Deputy Director Joint Staff J7, Suffolk, VA (delivery/acceptance location) - No other OEMs or alternative vendors are specified; procurement is limited to Replit, Inc.

Description

Solicitation Announcement RFQ Number: N0018926QD011 The solicitation documents incorporate 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/. NAICS Code: 541910 Small Business Size Standard: $22.5 Million 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.

Procurement Details The NAVSUP FLC Norfolk Contracting Dept, Pentagon Directorate is issuing this combined synopsis/solicitation to procure 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 will include commercial-off-the-shelf (COTS) supplies and services for which the Government intends to solicit and negotiate only with Replit, Inc. It is intended to award a sole source firm fixed price purchase order.

Response Instructions 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 the 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.

Solicitation Information This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with FAR Subpart 12, supplemented with 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. Closing Date and Time for Receipt of Quotations: 6 April at 12:00 PM EST Submission Method: Quotations shall be submitted electronically via email to kevin.m.brenna21.civ@us.navy.mil

Contract Line Item Number (CLIN) Structure CLIN 0001: Quantity (1) Replit Platform AI Subscription12 months of subscription coverage to begin on date of award. CLIN 1001: Quantity (1) Replit Platform AI Subscription12 months of subscription coverage. CLIN 2001: Quantity (1) Replit Platform AI Subscription12 months of subscription coverage. CLIN 3001: Quantity (1) Replit Platform AI Subscription12 months of subscription coverage. CLIN 4001: Quantity (1) Replit Platform AI Subscription12 months of subscription coverage.

Shipping and Billing Details 9996 Pentagon Rm 2D932 Washington DC 20318 Delivery: ATTN: YNCS Chris Brown

Required Delivery Dates 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

Applicable Contract Clauses 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:

Contract Clauses 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 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; 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). Additional applicable FAR clauses: 52.204-10, 52.204-27, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-36, 52.222-50, 52.225-13, 52.226-8, 52.232-33, 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) 52.252-5 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)

Evaluation Details (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 applicable to this procurement.

View original listing