Open Text Inc. - Artesia Renewal
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Research Laboratory (NRL), located in Washington, DC, is seeking quotations for the renewal of Open Text Inc. - Artesia software licenses and maintenance. This is a Total Small Business Set-Aside procurement, with responses due by May 4, 2026, at 4:00 PM EST. The procurement is for commercial items under a Firm Fixed-Price (FFP) basis.
Scope of Work
This requirement is for specific brand name Open Text Inc. Artesia software licenses and maintenance renewals. The detailed list includes:
- Artesia DAM for UNIX - CPU Production License Maintenance
- Media Management Extended Support/Limited Extended Support
- Media Management Web Toolkit Maintenance
- Artesia DAM PowerPoint Adapter Maintenance
- Media Management Adapter for Telestream FlipFactory Maintenance
- Media Management Creative Desktop Plugin for Adobe Creative Suite Maintenance (10 units)
The Period of Performance (PoP) for all listed items is from June 1, 2026, to May 31, 2027. All items must be new equipment, covered by the manufacturer's warranty. Offerors must be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, distributor, or reseller, and are required to submit a Letter of Authorization from the manufacturer.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (Request for Quotations - RFQ)
- Contract Type: Firm Fixed-Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 513210 ($47.0M small business size standard)
- PSC Code: DA10
- Response Due: May 4, 2026, 4:00 PM EST
- Published Date: April 28, 2026
- Delivery Address: U.S. Naval Research Laboratory, 4555 Overlook Avenue, S.W., Bldg. 49 – Shipping/Receiving, Code 3400, Washington, DC 20375
Evaluation
Award will be made to the responsible offeror whose quotation is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) evaluation. Offers will be ranked by price, and the lowest-priced technically acceptable offer(s) will be considered for award. The Government may evaluate options by adding their total price to the basic requirement.
Submission Requirements
Quoters must submit one copy of their technical and price quote via email. Submissions must include the company's DUNS Number and CAGE Code. A statement regarding the acceptance of the solicitation's terms and conditions is required. The Government intends to award a purchase order without discussions, so prospective contractors must have an active SAM.gov registration.
Government Point of Contact
James Chappell Email: james.chappell@nrl.navy.mil Phone: 202-923-1418