SOURCES SOUGHT SYNOPSIS
TITLE: USACE Galveston District, Applanix Maintenance Agreement and POSPac License
Notice Type: SOURCES SOUGHT SYNOPSIS
Source Sought Number: W912HY25X15R3
Response Date: April 17, 2025 at 2:00 PM (CST, Galveston, Texas)
The U.S. Army Corps of Engineers, Galveston District has a requirement for the above subject. THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS ANNOUNCEMENT SEEKS INFORMATION FROM INDUSTRY, WHICH WILL BE USED FOR PRELIMINARY PLANNING PURPOSES. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE U.S. ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. REPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SOURCES SOUGHT ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION.
The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Woman-Owned Small Business (WOSB). The Government must ensure there is adequate competition of responsible firms.
Project Information: Replace eleven (11) POS MV WaveMaster CPUs and antennas and provide firmware and hardware maintenance coverage for the following five (5) years/ sixty (60) months. Base year replaces 6 POS MV WaveMaster CPUs and antennas and Option year 1 replaces 5 POS MV WaveMaster CPUs and antennas.
The Disclosure of the Magnitude is between $250,000 and $500,000.
The North American Industry Classification System Code for this procurement is 541370 - Surveying and Mapping (except Geophysical) Services and which has a Small Business Size Standard of $19.0 Million.
The Product Service Code is 6635 – Physical Properties Testing and Inspection.
Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting (Sep 2021) (DEVIATION 2021-0ooo8). Firms will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded.
Prior Government contract work is not required for submitting a response to this announcement.
FIRMS RESPONSE SHALL INCLUDE THE FOLLOWING INFORMATION:
- Unique Entity Identifier (UEI) & Commercial and Government Entity (CAGE) (This information can be obtained from your System for Award Management (SAM) Registration at www.sam.gov ).
- Name of firm w/ address, phone, fax, e-mail address, and point of contact.
- Indicate whether your firm will submit a bid for this project if set-aside for Small Business (SB), 8(a) Small Business Development Program, Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran Owned Small Business (SDVOSB), Economically Disadvantaged, Women-Owned Small Business (EDWOSB) and Woman-Owned Small Business (WOSB).
- Firm’s Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable.
Qualifications: Responses to this source sought announcement shall indicate specialized experience and technical competence in:
Demonstrate experience in completing work outlined under the paragraph above for “Project Information.”
- Firm’s capability to perform the magnitude and complexity outlined in the Project Information above or comparable work performed within the past 5 years.
- Brief description of each project, customer name, and dollar value of the project – provide at least 3 examples.
Firms responding to this announcement, who fail to provide ALL required information requested and outlined above, may be excluded from further consideration in the review and analysis for acquisition strategy determination.
Anticipated solicitation issuance date is on or about April 2025, and the estimated proposal due date will be on or about May 2025. Estimated award on or about date is June 2026.
Interested Firm’s shall respond to this announcement No Later Than April 17, 2025 at 2:00 PM (LOCAL TIME, Galveston, Texas). All interested firms must be registered in SAM.gov to be eligible for award of Government contracts. Email your response to Steven Penland at Steven.D.Penland@usace.army.mil and Joseph Warby. at Joseph.D.Warby@usace.army.mil.