CoStar Suite Real Estate Software Licenses
ID: 001477Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 6:30 PM UTC
Description

The U.S. Army Corps of Engineers, Sacramento District, is seeking to procure seven CoStar Suite Real Estate Software Licenses through a sole source acquisition. This procurement is intended to fulfill specific software needs for real estate management, and the justification for this sole source approach is based on the unique capabilities of CoStar's software. Interested firms that believe they can meet the requirements are encouraged to submit written notifications to the Contracting Officer, Jennifer Ferrer, at jennifer.l.ferrer@usace.army.mil, within five calendar days of this notice. Firms must include their CAGE code and indicate their business size in accordance with the NAICS Code 513210, which has a size standard of $47 million.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Notice of Intent to Sole Source - Technology Design PS45 Pocket Scan
Buyer not available
The U.S. Army Corps of Engineers (USACE), Portland District, intends to negotiate a sole source contract for the procurement of a TD PS45 Pocket Scan from Stroud Systems, Inc. This acquisition is aimed at supplying a non-destructive testing device to the Welding and Metallurgy Technical Center of Expertise Section, which is critical for ensuring the integrity of materials and structures. The procurement falls under the NAICS code 423830, focusing on Industrial Machinery and Equipment Merchant Wholesalers, and is categorized as a Total Small Business Set-Aside. Interested parties may submit capability statements or proposals to Mr. Darrell Hutchens at darrell.d.hutchens@usace.army.mil by April 7, 2025, although a formal solicitation will not be issued, and the government reserves the right to proceed without competition if no affirmative responses are received.
STORMSOURCE SOFTWARE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), intends to award a sole-source contract to StormSource LLC for a web-based appointment scheduling service critical to managing appointments for approximately 200,000 mariners globally. This procurement aims to enhance the efficiency of the Mariner Credentialing Program by providing secure, customizable scheduling capabilities that support over 120 users across various locations, ensuring access to mandatory examinations for Merchant Mariner Credentials (MMCs). The contract, valued at $115,000 over five years, is essential for maintaining improved customer service standards and operational efficiency, particularly in light of previous congressional concerns regarding delays in credential processing. Interested parties can reach out to Catherine M. Foster at catherine.m.foster@uscg.mil or by phone at 206-815-2203 for further information.
Litigation Case Management Software Solution
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking vendors to provide a cloud-based Litigation Case Management Software Solution to enhance its legal operations. The objective is to replace the existing SQL-based system with a comprehensive Software as a Service (SaaS) solution that can manage a variety of legal cases, including Federal Court litigations and contract disputes, while ensuring compliance with DoD security requirements. This procurement is crucial for improving efficiency and accountability in legal services, with the contract expected to span one base year and four optional years. Interested parties must submit their responses to the Sources Sought notice by April 14, 2025, at 10:00 A.M. ET, via email to the primary contact, Jordan Baker, at jordan.d.baker@usace.army.mil, and the secondary contact, Giorgiana Chen, at giorgiana.chen@usace.army.mil.
CUMULOCITY SOFTWARE, INTEGRATION, AND SUPPORT
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command – Rock Island (ACC-RI), is seeking a sole-source contract for Cumulocity software, integration, and support services from FGR Automation, LLC. This procurement is essential for maintaining the functionality of existing manufacturing devices at the Rock Island Arsenal Joint Manufacturing and Technology Center (RIA-JMTC), which rely on this specific software. The contract, which will be firm-fixed price and funded through Army Working Capital funds, is justified due to the lack of effective market competition and the unique requirements of the Cumulocity software, making FGR Automation the only viable source. Interested parties can reach out to Lynn Baker at lynn.d.baker8.civ@army.mil for further information.
CyberFEDS online subscription for USACE
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking information from qualified vendors regarding a potential contract for a subscription to the cyberFEDS online platform, which provides essential legal resources related to Federal sector employment law. The procurement aims to secure a continued subscription service that includes 180 licenses, covering a base year with four optional extension years, to support the USACE Office of the Chief Counsel in managing Employee Relations, Labor Relations, and Workforce Management. The cyberFEDS service is critical for maintaining informed legal counsel through access to federal legal cases, board decisions, guides, newsletters, and checklists. Interested parties must submit their capability statements and responses by 1:00 PM ET on April 14, 2025, to both Giorgiana Chen and Selena Brooks via email, with questions due by April 9, 2025.
7A--Notice of Intent ( Sole Source )
Buyer not available
The Department of Energy's Southwestern Power Administration intends to award a sole-source contract to DNV USA, Inc. for the renewal and upgrade of its Cascade BaseStation Software Licenses. This procurement aims to ensure the continued functionality and enhancement of critical software used for operational management within the agency. The Cascade BaseStation Software is vital for the administration's IT and telecom needs, specifically in business application software. Interested parties can reach out to Salahuddin R. Haessler at sal.haessler@swpa.gov or call 918-480-0043 for further details regarding this opportunity.
Notice of Intent to Sole Source Award - USACE Publication Depot Parcel and Package Shipping Services
Buyer not available
The U.S. Army Corps of Engineers (USACE) intends to award a sole-source contract to Federal Express Corporation for parcel and package shipping services, essential for the distribution of publications to various USACE sites. The contractor will be responsible for providing both domestic and international shipping, ensuring continuous accountability, with standard ground shipping as the preferred method and the option for overnight shipping as needed. This procurement is part of a mandatory sourcing solution under the Next Generation Delivery Service 2 (NGDS-2) IDIQ contract, with the contract period set from February 9, 2025, to February 8, 2026. Interested parties must submit their capability statements by April 14, 2025, to Contract Specialist Parker Condit at Parker.Condit@usace.army.mil.
TCMax Gold Software
Buyer not available
The Department of Defense, specifically the Department of the Air Force, intends to procure TCMax Gold Software licenses along with 12 months of Gold Support through a sole-source procurement action. This requirement is being fulfilled in accordance with FAR Part 13.106-1(b), as Soaring Software Solutions Inc. is the original equipment manufacturer (OEM) and retains exclusive distribution rights for the software and support services. Interested firms that wish to challenge this sole-source action must submit an interest letter demonstrating their authorization to compete, along with rationale for consideration, by April 7, 2025, at 7:00 AM PST to Contracting Officer Patricia Murray at patricia.murray.6@us.af.mil or by phone at (520) 228-3095. The government will evaluate responses but retains discretion over whether to proceed with a competitive procurement.
Design/Build Maintenance and Repair Army Reserve (MRAR) of Area Maintenance Support Activity (AMSA), B655, at the BT Collins Army Reserve Center, Sacramento, CA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a Design/Build contract focused on the maintenance and repair of the Area Maintenance Support Activity (AMSA), B-655, located at the BT Collins Army Reserve Center in Sacramento, California. The project aims to address failing facility components, construct an addition to alleviate space deficiencies, and extend the facility's economic life by 25 years, ensuring equipment readiness for Army Reserve units. This total small business set-aside opportunity has an estimated construction cost between $10 million and $25 million, with a contract duration of approximately 740 calendar days from the Notice to Proceed. Interested contractors must submit their proposals electronically, adhering to specific guidelines, and can contact Bonny Dylewski at bonny.c.dylewski@usace.army.mil for further information.
Design-Build Maintenance and Repair Army Reserve (MRAR) Renovation of Army Reserve Center (ARC) Building 662 at BT Collins ARC, Sacramento, CA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build Maintenance and Repair of the Army Reserve Center (ARC) Building 662 at BT Collins in Sacramento, California. The project aims to renovate the existing facility to eliminate deficiencies and extend its economic life by 25 years, ensuring compliance with the Americans with Disabilities Act and DOD Antiterrorism standards. This initiative is crucial for enhancing military infrastructure while supporting small businesses, as it is a total small business set-aside with an estimated contract value between $10 million and $25 million. Interested contractors must submit their qualifications and past performance documentation electronically, with the project duration estimated at 740 calendar days from the Notice to Proceed. For further inquiries, contact Alex Hamilton at alex.j.hamilton@usace.army.mil.