NSWCCD Sysweld Software Renewals
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 Surface Warfare Center Carderock Division (NSWCCD) intends to procure SYSWELD software renewals, maintenance, and support on a sole-source basis from Keysight Technologies Inc. This is a combined synopsis/solicitation, but the government has determined only one source is reasonably available under FAR Part 13.106-1(b). Interested parties may submit capabilities statements by February 25, 2026, for consideration.
Purpose & Scope
This requirement is for the renewal of a single-seat, floating network license for SYSWELD software, including maintenance and support for an 8 Core/2 Job solver. The specific modules required are SWD-WLR-BAS and GEN-OPT-004. The software is critical for weld process optimization, ensuring continuity of ongoing projects, and maintaining interoperability with other Navy facilities.
Contract Details
- Type: Firm Fixed Price (Combined Synopsis/Solicitation)
- Duration: A base year (April 04, 2026, to April 03, 2027) plus four one-year options, extending the period of performance through April 03, 2031.
- NAICS Code: 513210 (Small Business Standard: $47 Million)
- Set-Aside: None (Intended Sole Source to Keysight Technologies Inc.)
- Place of Performance: Bethesda, MD
Submission & Evaluation
This notice is not a request for competitive quotes. However, all responses received by the deadline will be considered by the Government for the purpose of determining whether to conduct a competitive procurement. A determination not to compete this proposed purchase order is solely within the discretion of the Government.
Responses must include:
- Price(s)
- FOB point
- Point of contact (name and phone number)
- GSA contract number (if applicable)
- Business size
- Payment terms
- Clear indication of the quoter's capability to meet all specifications and requirements.
Key Dates
- Published Date: February 18, 2026
- Capabilities Statement Due: February 25, 2026, by 12:00 PM EST
Contact Information
- Primary Point of Contact: Michael S. Brodie
- Email: michael.s.brodie7.civ@us.navy.mil
- Phone: 757-600-8579