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
    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 from CoStar. This procurement is essential for the Corps' operational needs, as the software is specifically tailored to meet their real estate management requirements. Interested firms that believe they can provide equivalent licenses 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. The NAICS code for this opportunity is 513210, with a size standard of $47 million, and responses should include the firm's CAGE code and business size classification.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    (SPA) ProjNet Sofware
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Albuquerque District, intends to award a sole-source contract for access to ProjNet software, which is essential for managing Bidders Inquiry processes for procurements. The contract will provide subscription services for continuous access to the ProjNet Bidder Inquiry software, ensuring uninterrupted service and maintenance for both government users and industry stakeholders involved in project reviews. This software is critical for compliance with Engineer Regulation 1110-1-8159, which mandates the use of Dr.Checks for military and civil projects requiring design reviews. Interested parties may submit capability statements or proposals by December 18, 2025, to Harry J Rivera Reyes at harry.j.riverareyes@usace.army.mil, with no reimbursement for submission costs. Firms must be registered in the System for Award Management (SAM) to be eligible for contract award.
    U.S. Government Space Required in Modesto, CA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Sacramento District, is seeking proposals for a full-service lease of retail office space in Modesto, California, to accommodate a U.S. Armed Forces Career Center. The government requires a minimum of 4,841 rentable square feet and a maximum of 6,367 rentable square feet, with a lease term not exceeding five years and the option for government termination rights. This procurement is crucial for maintaining operational efficiency and accessibility for military recruitment efforts in the area. Interested parties must submit their proposals electronically by 12:00 PM PDT on December 21, 2025, to Stacy Mooney at Stacy.A.Mooney@usace.army.mil, and must include necessary documentation such as exclusivity agreements and representation letters.
    DACA675260004900 - United States Army Corps of Engineers (USACE) seeks to lease approximately 2,536 gross square feet of retail space in Vancouver, WA for an Armed Forces Career Center (Military Recruiting Office)
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is seeking proposals to lease approximately 2,536 gross square feet of retail space in Vancouver, Washington, for an Armed Forces Career Center. The procurement aims to secure a fully serviced lease that includes base rent, utilities, and janitorial services for a term of five years, with specific requirements regarding location, accessibility, and building standards. This facility will play a crucial role in military recruitment efforts, necessitating a prime retail location that meets various operational and safety standards. Interested parties must submit their proposals electronically by February 1, 2026, and can direct inquiries to Tyrrell Tucker at tyrrell.c.tucker@usace.army.mil or Ryan Maas at Ryan.j.maas@usace.army.mil.
    U.S. Government Space Required in Visalia, CA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking a full-service lease for retail office space in Visalia, California, to accommodate a U.S. Armed Forces Career Center. The requirements include a minimum of 5,833 rentable square feet of space, with a lease term not exceeding five years and the provision of designated on-site parking for up to twenty-two government vehicles. This procurement is crucial for maintaining operational efficiency and accessibility for military recruitment efforts in the area. Interested parties must submit their responses electronically by 3:00 PM PDT on December 26, 2025, to Gia L. Jessiman at gia.l.jessiman@usace.army.mil, including necessary documentation to establish exclusivity in representing the building owner.
    Janitorial Services for U.S. Army Corps of Engineers, St. Louis District, FUSRAP Office Locations
    Dept Of Defense
    The U.S. Army Corps of Engineers, St. Louis District, is seeking quotations for janitorial services at various FUSRAP office locations. The procurement aims to secure comprehensive custodial services in accordance with the Federal Acquisition Regulation (FAR) guidelines, ensuring a clean and maintained environment for operational efficiency. This opportunity is set aside for HUBZone small businesses, with a NAICS code of 561720 and a small business size standard of $22 million. Interested vendors should direct inquiries to Mary Coventry at mary.a.coventry@usace.army.mil or Rebekah Lamb at rebekah.lamb@usace.army.mil, with the solicitation document being effective through Federal Acquisition Circular FAC 2025-04.
    CST STUDIO SUITE PACKAGE
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the CST Studio Suite Package and associated support services to DS Government Solutions Corporation based in Waltham, Massachusetts. This procurement is aimed at acquiring essential software and support services that are critical for the agency's operational needs, with the intention of fulfilling specific requirements that only one responsible source can meet. The contract will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties may express their capabilities to Elizabeth Harley via email at elizabeth.c.harley.civ@us.navy.mil, referencing Notice of Intent number N0017325Q1301261439.
    Sacramento River Erosion Contract 3
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to solicit bids for the Sacramento River Erosion Contract 3. This contract involves construction activities related to the erosion control of the Sacramento River East Levee, categorized under the NAICS code 237990 for Other Heavy and Civil Engineering Construction. The project is critical for maintaining the integrity of the levee system, which plays a vital role in flood risk management and environmental protection in the region. Interested contractors can reach out to Julie Maxwell at julie.maxwell@usace.army.mil or by phone at 916-557-7989, or Jennifer Wheelis at Jennifer.l.wheelis@usace.army.mil or 916-616-5987 for further details regarding the pre-solicitation notice.
    AI Scheduling Tool
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Sacramento District, is conducting a Sources Sought Notice to identify small business firms capable of providing an Artificial Intelligence (AI) scheduling tool to enhance predictive schedule analysis practices. The tool is expected to forecast delays, identify risks, and propose mitigation strategies while allowing for conversational interaction to develop solutions collaboratively. This initiative is crucial for improving project management efficiency and accuracy in construction scheduling, with a solicitation anticipated to be issued in late January to early February. Interested contractors are encouraged to submit their capability statements by January 6, 2026, to Lachad C. Jefferson at lachad.c.jefferson@usace.army.mil, with the subject line including Sources Sought No. W9123826S0008.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Appraisal Services for SLW (TRACT 34, R, 1), Sacra
    Interior, Department Of The
    The Department of the Interior is seeking qualified appraisers to provide land appraisal services for a 386.58-acre tract located approximately 8 miles southwest of Elk Grove, Sacramento County, California, intended for the Stone Lakes National Wildlife Refuge. The procurement requires offerors to possess a current California certified general appraiser license, demonstrate experience with comparable agricultural properties, and adhere to federal appraisal guidelines, including USPAP and UASFLA. This total small business set-aside contract, classified under NAICS Code 531320 and PSC R411, is crucial for ensuring accurate valuation of land for conservation purposes. Quotes are due by December 15, 2025, at 15:00 MS Time, and interested parties can contact Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391 for further information.