This is a Sources Sought announcement issued solely for market research and preliminary planning
purposes, in accordance with FAR Part 10. This notice does not constitute a Request for Quote (RFQ),
solicitation, or commitment by the Government. No award will be made based on responses to this
notice.
The U.S. Army Corps of Engineers (USACE), Humphreys Engineer Center Support Activity (HECSA), is
seeking information from industry regarding its capability to fulfill the requirements outlined in the
attached DRAFT Scope of Work. The Government is particularly interested in identifying qualified
small business sources.
The anticipated North American Industry Classification System (NAICS) code for this requirement is
541512 – Computer Systems Design Services. Interested vendors should confirm their business size
status under this code.
Submission Instructions:
Interested vendors are invited to submit a capability package that addresses the following:
1. Company Information
• Organization name (include teaming partners if applicable)
• Location
• CAGE Code
• Point of contact (email and phone)
2. Socioeconomic Status
• As registered in SAM.gov, indicate one or more of the following:
Small business
• 8(a)
• HUBZone
• Small disadvantaged business
• Woman-owned small business
• Service-disabled veteran-owned small business
• Large business
3. Technical Capability
• Comments on the attached Scope of Work
• Information on industry standards relevant to the described services/products
• Confirmation of ability to meet the requirements
• Estimated timeline for full delivery
• Identification of risks or challenges in meeting the requirements
• Mitigation strategies your organization would employ
4. Teaming Arrangements
• If applicable, describe the division of responsibilities between small and large business
partners
• Clearly identify which portions of the Scope of Work each party will perform
5. Rough Order of Magnitude (ROM)
Provide a non-binding ROM estimate for the services/products described
6. Contractual Insights
• Preferred contract vehicles
• Licensing models or service terms
• Warranty, maintenance, and support options
7. Past Performance
• Examples of 3 similar work performed for federal agencies
• Experience with DoD or USACE (if applicable)
8. Additional Technical Questions:
What cybersecurity certifications or compliance frameworks does your solution meet (e.g.,
FedRAMP, NIST SP 800-171)?
• Does your solution support integration with Microsoft 365, Exchange, or other USACE
platforms?
• Can your solution operate in a disconnected or air-gapped environment?
• What are the minimum hardware/software requirements for deployment?
• What level of technical support and training is included?
• Are there AI/ML capabilities for document classification or predictive coding?
• Do you offer modular licensing or scalable deployment options?
Is your system compliant or capable of becoming compliant with the GDPR in Germany which requires compliance with both the EU's GDPR and Germany's Federal Data Protection Act (BDSG), Japan's Act on the Protection of Personal Information (APPI), and South Korea's Personal Information Protection Act (PIPA) which include clauses to set national rules, especially for employee data.
9. Additional contractual questions:
Would your company be able to support recurring or evolving requirements under a task
order structure?
Do you recommend a single award or multiple award contract structure based on your
experience with similar efforts?
Are you currently on any Government-wide Acquisition Contracts (GWACs) or IDIQ
vehicles? Please provide a brief response to include the contract numbers and POCs
(names and email addresses).
What contract vehicles would you recommend for this type of requirement?
What warranty, maintenance, and support terms do you offer?
What licensing models are available (e.g., perpetual, subscription)?
Can your company support the full scope of work over multiple task orders and years?
Are you able to maintain consistent staffing, technical expertise, and service quality across
evolving requirements?
How quickly can your company respond to new task orders or changes in scope?
Do you have a dedicated program manager or team that would oversee all task orders
under a SATOC?
Have you successfully executed similar multi-year, multi-task contracts for federal
agencies?
What is your maximum capacity for concurrent task orders?
Format Requirements
• Submissions must be in searchable PDF format
• Maximum length: 30 pages, excluding cover page and table of contents.
• Font: Minimum 11-point, single-spaced.
• Include company name.
Interested companies shall respond to this sources sought synopsis no later than 10:00 AM ET on 14
November 2025. Responses can be submitted via email to Mrs. Giorgiana Chen, at
Giorgiana.Chen@usace.army.mil and Mr. Douglas E. Pohlman, at Douglas.E.Pohlman@usace.army.mil.
Questions due date: 10 A.M. ET on 29 October 2025.