Software Keys
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 (RFQ SPMYM326Q5024) for Hexagon Software Keys. This is a sole source requirement to Hexagon Manufacturing Intelligence, as the software is a direct replacement compatible with existing pipe bending machines. Quotations from other manufacturers will not be considered. Responses are due February 5, 2026, at 3:00 PM EDT.
Scope of Work
The Portsmouth Naval Shipyard requires two (2) Hexagon Software Keys (SA ULT STD SW KEY; Hexagon part number 1015-004-S). The software keys are essential for compatibility with current pipe bending machines and serve as a direct replacement for existing software. Place of Manufacture/Country of Origin is required for each line item.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (FAR Part 12, Simplified Acquisition Procedures FAR Part 13)
- Set-Aside: None (Sole Source to Hexagon Manufacturing Intelligence)
- NAICS Code: 333517 (Small Business Standard: 500 employees)
- FSC Code: 3419
- Evaluation: Lowest Price Technically Acceptable (LPTA), "All or None" basis. Vendor responsibility will be determined using PPIRS and FAR 9.104.
- Anticipated Award: Single award without discussions.
- Payment Terms: Net 30 Days after acceptance of material.
- Required Delivery Date: February 27, 2026.
Submission & Evaluation
Offerors must submit quotes by February 5, 2026, at 3:00 PM EDT. Submissions must include:
- Price(s), FOB point, Cage Code, point of contact (name and phone number).
- GSA contract number (if applicable).
- Business size under the NAICS Code.
- Preferred payment method (Government Commercial Purchase Card or Wide Area Workflow).
- Completed provisions: FAR 52.204-24, 52.204-26, DFARS 252.204-7016, and 252.204-7019.
- If not the actual manufacturer, provide Manufacturer's Name, Location, and Business Size.
- Clear indication of capability to meet all specifications.
- Small business joint ventures must submit specific representations as per FAR 52.212-3(c) and 52.219-1(c).
Important Notes
- Offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov/.
- Technical submissions must meet minimum requirements.
- NIST SP 800-171 DoD Assessment requirements apply if the offeror is required to implement NIST SP 800-171.
- Quotations should be emailed to robert.dowdle@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL.
- The solicitation incorporates provisions and clauses in effect through FAC 2025-06 and DFARS Change Notice 2025-1110.