By way of this Sources Sought Notice, the USACE-Omaha District intends to determine the extent of capable small business or other than small business firms that are engaged in providing the requirement described hereunder. The responses to this notice will be used for planning purposes for upcoming procurements. Therefore, this notice does not constitute a Request for Proposal (RFP), Quotation or Bid; it does not guarantee the future issue of an RFQ/RFP/IFB; nor does it commit the government to contract for any supply, service, or construction. There is no solicitation currently available.
Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice. All costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Sources Sought Notice.
PROJECT DESCRIPTION: Pavement-Transportation Computer Assisted Structural Engineering (PCASE) software maintenance and updates
The Pavement Computer-Aided Structural Evaluation (PCASE) software suite is jointly managed by the US Army Corps of Engineers (USACE) Transportation Systems Center (TSC) and the Engineer Research and Development Center (ERDC) Geotechnical Structures Laboratory (GSL) Airfields and Pavements Branch (APB). PCASE is a key tool in transitioning new pavement design and evaluation methods and includes a suite of software tools designed to help DOD pavement engineers perform pavement designs and evaluations by implementing the criteria and standards into a comprehensive software tool. PCASE has been the Tri-Service’s primary tool for transitioning pavement design and evaluation software solutions for over 30 years. As such, PCASE requires updates periodically to improve the way the DOD designs and evaluates pavement systems.
ERDC-GSL is the Tri-Service lead for airfields and pavement research. They are responsible for researching, developing, and delivering new and innovative technologies for the design, construction, and evaluation of pavement systems for the Department of Defense (DOD). As new technologies are proven through research, development, testing and evaluation, the successful materials, equipment, and methods must be incorporated into Unified Facility Criteria (UFCs) and Unified Facility Guide Specifications (UFGSs) to allow them in new pavement design and construction projects. Once updated in the UFCs and UFGSs, these changes are implemented in PCASE. TSC maintains a Tri-Service web site to distribute these applications as well as other supporting documentation and information. Just as with the application, the support web site requires updates and maintenance to remain current.
This effort involves PCASE 7 maintenance including addressing bugs, assist with troubleshooting user questions/problems, and help ensure PCASE 7 is compliant with cybersecurity requirements, to include technical support to respond to questions associated with completing the Risk Management Framework (RMF) certification process for all three Services. Maintain code and ensure it meets all three Services cybersecurity requirements. PCASE 7 updates include items identified by the PCASE Tri-Service Working Group documented in the meeting minutes, Voting List, or as prescribed by the TSC Technical POC. Priorities for Task 2 will be set by the TSC Technical POC. All software updates shall be performed in coordination with ERDC-GSL and with the email approval of the TSC Technical POC. Website technical support includes updating and maintaining the Tri-Service and Transportation Systems Center (TSC) web sites to maintain communications, provide training, and provide technical support to the PCASE user community. Navy specific requirements relating to PCASE updates and implementing aircraft/pavement characteristic rating (ACR/PCR) criteria including updating code to implement cumulative damage procedures, providing tools to facilitate the transition from ACN/PCN to ACR/PCR procedures, and updating pavement evaluation reports.
All tasks shall be executed in compliance with National Institute of Standards and Technology (NIST) Application Development Security Technical Implementation Guide (STIG) as well as any STIGs applicable to components used in the development of this desktop application. In addition, all work performed will be in conformance with the PCASE Project Management Plan which outlines the overall functional and technical requirements, as well as the design/architecture, Topology, and Configuration Management Plan. Any deviation from the Project Management Plan must be approved and documented per the Configuration Management Plan.
Small Businesses are reminded under FAR 52.219-14(c)(1), Limitations on Subcontracting Services. At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Prior Government contract work is not required for submitting a response to this Sources Sought synopsis.
RESPONSES: Please respond to all information requested in this notice not later than 4:00 pm CST 08 MAY 2025. Please include the Sources Sought Notice Identification Number in the subject line of the email submission with Attention to: Shayna Zeleznik shayna.j.zeleznik@usace.army.mil and Jessica Beckman jessica.L.Beckman@usace.army.mil.
All interested, capable, qualified (under NAICS code 541511) and responsive contractors are encouraged to reply to this sources sought. Interested A-E PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in A/E projects of similar nature as described above. Narratives shall be no longer than 2 pages. Email responses are required.
Please include the following information in your response/narrative:
- Company Name, address, phone number, point of contract, email address.
- CAGE Code and Unique Entity Identifier (UEI).
- North American Industry Classification System Code (NAICS).
- State whether your firm is classified by the Small Business Administration as any of the following:
- Small Business
- Small Disadvantaged Business
- Service-Disabled Veteran Owned Small Business (SDVOSB)
- Section 8(a)
- Women Owned Small Business (WOSB)
- HUBZone
- Historically black colleges and Universities/Minority Institutions
- None of the above
- Is your company currently registered in System for Award Management (SAM)?
- Has your company performed work for the federal government under a different name or UEI/DUNS #, or as a member of a Joint Venture (JV)? If yes, provide an explanation.
- Details of similar projects and state whether you were the Prime or Subcontractor;
- Dates of work performed.
- Project references (including owner with phone number and email address).
- Project cost, term and complexity of job.
Comments will be shared with the Government and the project management team, but otherwise will be held in strict confidence.