CST Studio Suite SWM
Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Feb 16, 2026. Industry: NAICS 513210 • PSC DA10.
Market snapshot
Awarded-market signal for NAICS 513210 (last 12 months), benchmarked to sector 51.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 513210
Description
NED SYNOPSIS/SOLICITATION #: N0017826Q6668
Submitted by: Jessica Gallagher
NAICS Code: 513210
FSC/PSC Code: DA10
Anticipated Date to be published in SAM.gov: 2/10/26
Anticipated Closing Date: 2/16/26
Contracts POC Name: Jessica Gallagher
Telephone#: 540-742-4098
Email Address: Jessica.b.gallagher2.civ@us.navy.mil
PSC/FSC Code and Description: DA10 – It and telecom - business application/application development software as a service
Basis for award:
☐ Brand Name or Equal - FAR 6.103-1(d)
☒ Sole Source - FAR 6.103-1(b)
☐ Full and Open - Far 6.101
☐ Total Small Business Set Aside - Far 19.104-1
This is a combined synopsis/solicitation for commercial items or service prepared in accordance with FAR Part 12 using the publicizing requirements of FAR Part 5.This announcement constitutes the only solicitation. Quotations are being requested and a separate written solicitation will not be issued.
Synopsis/Solicitation N0017826Q6668 is issued as a Request for Quotation (RFQ). The provisions and clauses incorporated in this solicitation are those in effect through the Federal Acquisition Regulation and Defense Federal Acquisition Regulation Supplement as of the date of issuance and are included in the attached SF 1449.
For commercial acquisitions using simplified procedures under FAR Part 12, Buy American applies unless the value exceeds the applicable Trade Agreements threshold, in which case Trade Agreements apply.
The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to award on a sole source basis for the following manufactured by Dassault Systemes (3DS). The Offeror shall ensure they can provide the requirements listed in the attached Requirements List.
The software and support must be compatible in all aspects (form, fit and function) with existing systems software presently installed. Purchasing any other software would not be compatible with the proprietary software from Dassault Systemes and would result in a duplication of costs. In addition, it would require in excess of 16 months to perform extensive research to find a suitable replacement for the software, reconfiguring infrastructures, and retraining employees on a different software product. It is determined that no other manufacturer’s software can provide the current capabilities or meet the Government’s minimum requirements.
All costs associated with this requirement must be included in the quoted price. This includes shipping and freight to Dahlgren, VA 22448-5114 as well as any tariff or duty charges. No additional costs may be added after award. Where applicable, DFARS 252.225-7013, Duty-Free Entry, will be incorporated. The Government will utilize Simplified Acquisition Procedures, and the order will be issued on a firm fixed-price basis.
All responsible offerors shall submit a quotation in response to this solicitation. By submission of a quotation, the offeror represents compliance with the applicable representations and certifications, which are incorporated by reference and completed in the System for Award Management (SAM), as applicable. Submission of a quotation shall constitute the offeror’s unconditional agreement to the terms and conditions of this solicitation. The offeror shall provide documentation from the Original Equipment Manufacturer (OEM) confirming the offeror is an authorized reseller or distributor of the brand-name item(s) quoted. Quotations submitted without such documentation may not be considered for award. Quotations that take exception to the terms and conditions of this solicitation may be rejected.
Offerors are encouraged to submit published pricing, historical pricing data, or other information to support the Government’s price analysis and determination of fair and reasonable pricing. Quotes will only be accepted from authorized re-sellers who have provided a Letter of Authorization. Award will be made on a Lowest Price Technically Acceptable basis.
In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov.
Proposal is due by 16 February 2026, no later than 12:00 p.m. EST with an anticipated award date by 16 March 2026. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to jessica.b.gallagher2.civ@us.navy.mil
to the RFQ closing. Email should reference Synopsis/Solicitation Number N0017826Q6668 in the subject line.
Attachments –
-Deliverables List
-SF1449: Solicitation/Contract/Order for Commercial Items
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The Department of the Navy is soliciting proposals for the CST Studio Suite software on a sole source basis from Dassault Systemes (3DS). The solicitation, N0017826Q6668, is posted on SAM.gov with a response deadline of February 16, 2026. Offerors must be authorized resellers of the required software and must ensure compatibility with existing systems.
The buyer intends to procure CST Studio Suite from Dassault Systemes to meet the specific software and support needs of the Naval Surface Warfare Center Dahlgren Division.
- Review solicitation details and requirements in the RFQ.
- Confirm authorization status with OEM (Dassault Systemes).
- Prepare quotation including all costs for software and support services.
- Ensure all necessary documentation is included with the submission.
- Quotation including all cost components.
- Document confirming authorized reseller status.
- Historical pricing data for price analysis.
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Specific deliverables list is not included in the summary.
- Details on the training needs for staff not mentioned.
- No insight on budget constraints or explicit pricing expectations.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.