SmartSketch software support 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 Defense Information Systems Agency (DISA), on behalf of Puget Sound Naval Shipyard & Intermediate Maintenance Facility, is soliciting proposals for the renewal of SmartSketch software support. This is a brand-name requirement for Intergraph Corporation ("Hexagon") SmartSketch software. The Government intends to issue a sole source order to an authorized reseller. Responses are due by April 08, 2026, at 11:00 AM CST.
Scope of Work
This opportunity covers the renewal of SmartSketch CS 11.01 software support for 60 continuous concurrent licenses. The support period is from the Date of Award through March 31, 2027. Key deliverables include ongoing software support, with the government authorized to receive any new releases or upgrades between April 01, 2026, and the award date at no additional cost. The requirement includes compliance with DFARS 252.211-7003 for Item Identification and Valuation.
Contract & Timeline
- Contract Type: Firm-Fixed Price (FFP)
- Period of Performance: Date of Award through March 31, 2027
- NAICS Code: 513210 (Software Publishers)
- Size Standard: $47,000,000
- Set-Aside: UNRESTRICTED
- Response Due: April 08, 2026, 11:00 AM CST
- Published Date: April 03, 2026
Submission & Evaluation
This is a sole source negotiated procurement. Responsible sources, particularly authorized resellers of SmartSketch software, are invited to submit a completed and signed solicitation. Resellers must also provide a letter or email from the Original Equipment Manufacturer (OEM) confirming their authorized reseller status. Offers will be reviewed for technical acceptability and price reasonableness. Technical evaluation subfactors include being the OEM or an authorized reseller, providing complete pricing and FAR/DFAR representations, satisfying the entire requirement, and having a valid System for Award Management (SAM) registration. Price evaluation will verify pricing, calculations, and presentation, with discounts requested.
Additional Notes
The procurement is justified by a Brand Name Class Justification & Approval (J&A), which covers software support for previously purchased proprietary, commercial off-the-shelf (COTS) brand-name software essential for maintaining existing infrastructure. While this specific solicitation is for a defined period, the class J&A covers an estimated five-year period (Jan 1, 2026 - Dec 31, 2030) for similar future procurements, which may be competed among authorized resellers via various contract vehicles. Delivery and inspection will be at the Naval Shipyard, Bremerton, WA. Numerous FAR and DFARS clauses are incorporated by reference.