Synopsis/Solicitation

SOL #: N0016426Q0094Combined Synopsis/SolicitationSole Source

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NSWC CRANE
CRANE, IN, 47522-5001, United States

Place of Performance

Crane, IN

NAICS

Other Computer Related Services (541519)

PSC

Business Application Off The Shelf Software Delivered By Perpetual License, Which Also Encompasses Enterprise Level Software Enabling Mission Capability And Business Operational Support. (7A21)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 17, 2026
2
Submission Deadline
Mar 23, 2026, 8:00 PM

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 (NSWC) Crane is seeking to procure SA Analysis Software Maintenance Agreements and Ultimate Software Maintenance Agreements (SMA) on a sole source/brand name only basis from Hexagon Manufacturing Intelligence (Cage Code: 1WUK4). This acquisition, under FAR 13.106-1, is for software maintenance licenses as a product. While the government intends to negotiate with Hexagon, all responsible sources are invited to submit capability statements for consideration.

Scope of Work

This requirement includes:

  • CLIN 0001: Four (4) SA Analysis Software Maintenance Agreements.
  • CLIN 0002: Four (4) SA Analysis Software Ultimate SMAs.
  • CLIN 0003: One (1) Renewal fee for existing licenses. The contractor must furnish all necessary labor, materials, supplies, equipment, supervision, and transportation. Key requirements include providing software in full text (no hyperlinks), ensuring Commercial Supplier Agreements do not conflict with Federal law, prohibiting automatic renewals and unilateral changes, and possessing all necessary third-party licenses. Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self) or higher is required for handling Federal Contract Information (FCI) or Controlled Unclassified Information (CUI).

Contract & Timeline

  • Solicitation Number: N00164-26-Q-0094
  • Contract Type: Implied Firm Fixed Price
  • Period of Performance: April 30, 2026, through April 30, 2030 (for items 0001 and 0002)
  • NAICS Code: 541519 (Computer Systems Design Services), Size Standard: $30 million
  • Product Service Code: 7A21 (Business Application Off The Shelf Software)
  • Offer Due Date: March 23, 2026, at 4:00 PM Eastern Time
  • Published Date: March 17, 2026

Set-Aside & Eligibility

This is an unrestricted acquisition being conducted as a sole source procurement. Contractors must be properly registered in the System for Award Management (SAM) at https://sam.gov.

Submission & Evaluation

Offers, including capability statements from responsible sources, shall be emailed to marty.arvin2.civ@us.navy.mil. The Government will consider capability statements, but a determination not to compete based on responses remains solely at the Government's discretion. Information received will primarily inform whether to conduct a competitive procurement. Vendors are responsible for monitoring https://sam.gov for any amendments.

Contact Information

People

Points of Contact

Morgan HeltonSECONDARY

Files

Files

Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 17, 2026
Synopsis/Solicitation | GovScope