GHS Software
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 Defense Logistics Agency (DLA) Maritime - Portsmouth has issued a Combined Synopsis/Solicitation for GHS (General HydroStatics) Software, a brand name mandatory requirement. This opportunity is a Total Small Business Set-Aside and seeks proposals for software licenses, optional modules, and an annual subscription for use at Portsmouth Naval Shipyard in Kittery, ME. Quotes are due by April 7, 2026, at 10:00 AM EST.
Scope of Work
The requirement is for the procurement of GHS Software, including:
- 4 perpetual access licenses and 3 additional seat licenses.
- Optional Modules: Condition Graphics (CG), Load Editor W/Windows (LEw), Multi-Body (MB), and Tank Soundings (TS).
- Annual GHS Maintenance & Subscription (M&S) for 4 licenses and 4 optional modules per seat. Key capabilities include intact and damaged stability analysis, vessel loading and optimization, longitudinal strength assessment, complex salvage/grounding calculations, and battle damage assessment. This is an "All or None" requirement, and delivery is required ASAP to Portsmouth Naval Shipyard, Kittery, ME.
Contract Details
This solicitation is prepared in accordance with FAR Part 12 and Simplified Acquisition Procedures under FAR Part 13 or 13.5. The Product Service Code is 7A20 (Application Development Software) and the NAICS Code is 513210 with a small business size standard of $47 million. Payment terms are Net 30 Days after acceptance of material, with Government Purchase Card (GPC) or Wide Area Workflow (WAWF) accepted. The Buy American Act provisions apply, and final inspection and acceptance will occur at the destination.
Submission & Evaluation
Quotes must be emailed to both gary.1.chandler@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL by the deadline. Evaluation will utilize the Lowest Price Technically Acceptable (LPTA) criteria. A reverse auction may be held. Offerors must include freight in pricing, provide a point of contact, GSA contract number (if applicable), business size, and payment preference. Required representations, including FAR 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019, must be completed and submitted with the quote. Failure to do so may result in non-consideration. If no offers meet the Government's required delivery date (ASAP), award may be made to the LPTA offeror based on the soonest delivery.
Eligibility / Set-Aside
This is a 100% Small Business Set-Aside. Potential contractors must be registered and active in the System for Award Management (SAM) database. Offerors must indicate their business size (e.g., Small, Large) and whether they are quoting as a manufacturer or dealer. Small business joint venture offerors must submit specific representations as detailed in the solicitation.
Important Notes
This procurement incorporates provisions and clauses effective through FAC 2026-01 and DFARS Change Notice 20251110, along with specific DLAD local notes and clauses. Key considerations include supply chain traceability, specific packaging and marking requirements (MIL-STD-129, ASTM-D-3951), the use of the Vendor Shipment Module (VSM) for shipping labels, and prohibitions on certain materials like mercury and asbestos. The DLA reserves the right to make a single award for all items if the total proposal is low.