1. This is a SOURCES SOUGHT announcement. The Government is seeking to identify qualified small and large business sources under the anticipated North American Industry Classification System (NAICS) 541511, Custom Computer Programming Services. The small business size standard is $34 million. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. This notice is issued solely for informational and planning purposes and does not constitute a solicitation.
2. The U.S. Army Corps of Engineers – Huntsville Center (USACE-HNC) has a need of support to acquire information on construction costs required to update various construction tasks in the Cost Book in accordance with the attached Draft Performance Work Statement (PWS). TRACES provides a standard suite of automated tools used for the preparation of planning and budgetary estimates, for analysis on budget cost data during design, bid opening and modification estimates, and captures contract costs for historical purposes. The Cost Book is a database of construction costs for three of the TRACES estimate software applications: MII, PACES, and RACER. Those applications are used for the development of government construction cost estimates such as detailed independent government estimates (IGEs) and parametric government estimates (used for planning and programming projects). The Cost Book contains specific information on construction costs which include detailed descriptions, crew make-up and its productivity as well as material data from government data. In the past, the Cost Book has included commercial data. It cannot always be determined how this commercial data is obtained and is backed up due to it being proprietary in nature. This is one reason the TRACES team was directed to make the Cost Book. The team was also directed to make the Cost Book transparent, fully traceable, well-documented, comprehensive, creditable, accurate, and auditable (See PWS for more information).
3. The purpose of this sources sought notice is to conduct market research to determine the availability of qualified contractors to perform these services to include Certified Small Businesses, 8(a) Small Businesses, HUBZone Certified Small Business Concerns, Woman Owned Small Businesses, Veteran Owned Small Businesses, Service-Disabled Veteran Owned Small Businesses, and Other Than Small Businesses. Based upon the responses received, consideration will be given to defining what part, or all, of the acquisition will be set-aside for small business competition.
4. Interested vendors are requested to submit a capability statement which furnishes information describing the organization’s capabilities for performing the Government’s requirement set forth in the attached DRAFT PWS, relevant demonstrated experience, qualifications, and shall include a list of current and/or prior contracts for which your company is performing or has performed for the same or similar services. In addition, all responses shall include the information: i. Company name, Cage Code, DUNS, address, technical point of contact information (Name, title, email address, and phone number), and if a small business, please stated the applicable small business socio-economic category/categories. ii. All responses to this notice must be unclassified. No classified response will be accepted. All information received in response to this sources sought that is marked proprietary will be handled accordingly. Responses to this notice will not be returned.
Submit responses via email to: Ms. Coronica L. Maehew; Email: coronica.l.maehew@usace.army.mil and Ms. Wendy D. Fields; Email: wendy.d.fields@usace.army.mil. Submission shall be received no later than 12:00 P.M. Central Time, Friday August 15, 2025. NO HARDCOPIES OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED.