PACES & RACER Software Maintenance and Support
ID: PAN000267Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2V6 USA ENG SPT CTR HUNTSVILHUNTSVILLE, AL, 35806-0000, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers’ Huntsville Engineering and Support Center, is seeking qualified contractors for the maintenance and support of the PACES and RACER software systems. The procurement aims to identify both small and large businesses capable of providing helpdesk support, software development, documentation, and training services, with a focus on enhancing cost estimation accuracy for military and environmental projects. The contract will span a base year with four one-year options, emphasizing the importance of quality assurance, effective defect management, and adherence to government standards throughout the project. Interested firms must submit their capability statements by April 14, 2025, and can direct inquiries to Tracey Neal at tracey.neal@usace.army.mil or Robert Marsh at robert.g.marsh@usace.army.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for maintaining and enhancing the PACES and RACER software titles, utilized by the U.S. Army Engineering and Support Center for cost estimating in military and environmental projects. The contract requires a contractor to provide helpdesk support, software development, document creation, and training services. Key aspects include quality assurance through steering committees specific to PACES and RACER and the implementation of an Agile or Waterfall software development methodology. The contractor must adhere to quality management protocols, delivering effective defect management and software testing aligned with government standards. Documentation for the PACES and RACER systems is also mandated, ensuring functional clarity and compliance with DODI 5000.61. The document emphasizes communication, management reporting, and travel requirements for contractor personnel throughout the contract duration, focusing on seamless project execution across various federal entities. Ultimately, this framework aims to enhance cost estimation accuracy while maintaining high operational standards and security protocols.
    The U.S. Army Corps of Engineers’ Huntsville Engineering and Support Center is seeking qualified contractors to develop parametric cost models for construction and remediation projects. This Sources Sought announcement aims to identify small and large businesses capable of fulfilling this need under NAICS code 541511, Custom Computer Programming Services. Interested firms must provide capability statements demonstrating experience in developing software for cost engineering, particularly using PACES and RACER applications. The project emphasizes not only the creation of cost estimates but also the enhancement and documentation updates for existing software systems. The intended contract will span a base year with four one-year options. Respondents are asked to complete a questionnaire detailing their qualifications, experience, and resources to conduct these specialized services for the federal government. Submissions must adhere to a specified format and be received by April 14, 2025. The core objective is to determine the viability and distribution of the acquisition between small businesses and larger contractors, ensuring that the government optimizes its procurement strategy effectively.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    P&P AE GEN III MATOC Capacity Increase
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Engineering and Support Center in Huntsville, is seeking to increase the capacity of its Planning and Programming (P&P) Branch's Indefinite Delivery Contracts (IDCs) for Architectural and Engineering Services. The objective is to raise the shared contract capacity from $160 million to $258 million to support ongoing operations, with a focus on providing technical support for facility management and planning for the Department of Defense and other government entities. This procurement is critical for ensuring continued support in areas such as master planning, engineering analyses, and environmental documentation, although it excludes full design and construction services. Interested parties must submit their qualifications and capabilities via email to Coronica L. Maehew by 4 p.m. Central Time on March 24, 2025, as this notice is not a request for competitive proposals.
    UNITED STATES MARINE CORPS (USMC) PACIFIC POSTURE ENTERPRISE (PPE)
    Buyer not available
    The United States Marine Corps (USMC) is seeking qualified small businesses to provide Information/Knowledge/Records Management and Microsoft 365 Application Support, as well as Enterprise Program Management and Financial Management Analysis Support Services for the Pacific Posture Enterprise (PPE). The procurement aims to enhance operational support and compliance with international agreements in the Pacific region, focusing on technical, analytical, and financial program analysis services, including the management and development of the Enterprise Decision Support Tool (eDST) and the Command Library. This opportunity is part of the 8(a) Program, with a one-year base contract and four one-year options, and interested firms must submit an eight-page capability statement by March 27, 2025, to Carrie Yearian at carrie.e.yearian.civ@usmc.mil or Kristina Schneider at kristina.r.schneider.civ@usmc.mil.
    ERDC Communications Infrastructure Contract
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the ERDC Communications Infrastructure Contract, aimed at providing essential communication infrastructure services at the Engineer Research and Development Center (ERDC) in Vicksburg, Mississippi. The contract encompasses the installation, maintenance, and repair of communication networks, including the establishment of two distinct networks (CorpsNet and RDE) within the newly constructed Building 9000, requiring specialized labor, materials, and adherence to stringent industry standards. This procurement is critical for ensuring efficient telecommunications management and infrastructure support across federal sites, with a contract value ranging from $2,500 to $22.95 million over a five-year period. Interested small businesses must submit their proposals by April 1, 2025, and can direct inquiries to TriNeciya Martin at trineciya.c.martin@usace.army.mil or Christy Love at christy.j.love@usace.army.mil 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 a qualified vendor 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 various 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 7, 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.
    Request for Information - USACE-HPCMP HITS-UIII
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking capabilities statements through a Request for Information (RFI) for the High Performance Computing Modernization Program Integrated Technical Services (HITS-U III). The objective is to identify potential contractors who can provide ongoing support for the Department of Defense's Supercomputing Resource Centers, focusing on integration, administration, cybersecurity, and operational support for both classified and unclassified high-performance computing systems. This initiative is crucial for maintaining the operational effectiveness of the HPCMP, which supports approximately 2,500 active users engaged in data-intensive research and analysis. Interested parties must submit their responses electronically by April 8, 2025, and can reach out to Melissa Lynn at melissa.k.lynn@usace.army.mil or by phone at 601-920-9176 for further information.
    IBM Rational DOORS Engineering Software
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWC PD), is seeking proposals for the procurement of IBM Rational DOORS Engineering Software, designated under solicitation number N6449825Q5053. The contract aims to acquire 18 units of the IBM Engineering Requirements Management DOORS Family floating software to enhance requirements management capabilities within engineering projects, ensuring compliance with federal regulations and standards. This software is critical for optimizing requirements communication, collaboration, and verification, thereby streamlining project efficiency. Responses are due by 3:00 PM on March 18, 2025, with the delivery period set from April 1, 2025, to March 31, 2026. Interested vendors, particularly small businesses including service-disabled veteran-owned, HUBZone, and women-owned enterprises, should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil for further details.
    Theater Battle Management Core Systems (TBMCS) 2.0 software development and sustainment support effort
    Buyer not available
    The Department of Defense, specifically the Marine Corps Systems Command (MARCORSYSCOM), is seeking qualified contractors to provide software development and sustainment support for the Theater Battle Management Core Systems (TBMCS) 2.0. The objective of this procurement is to enhance the TBMCS, which serves as a critical tool for air war planning, by developing, analyzing, integrating, and managing software applications that comply with modern software practices and cybersecurity standards. This initiative is vital for improving joint air warfare command and control capabilities, ensuring effective program management, and maintaining compliance with governmental directives. Interested parties must submit their capability statements and estimated pricing by March 17, 2025, to the designated contacts, Bryan D. Keys and Alicia Sims, at bryan.keys@usmc.mil and alicia.sims@usmc.mil, respectively.
    Pointwise Software Support Renewal
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command at Redstone Arsenal, is seeking to renew its software support for Pointwise, a proprietary software essential for computational fluid dynamics (CFD) applications. This sole source requirement is based on the unique capabilities of Pointwise, which is critical for generating high-fidelity aerodynamic modeling for both rotary and fixed-wing aircraft, and no viable alternatives were identified during market research. The renewal is vital for maintaining operational efficiency and supporting ongoing defense projects, with plans for contract award in Fiscal Year 2025. Interested parties may submit capability statements, but no solicitation documents are available at this time, and the agency will not cover any costs incurred in response to this notice.
    ENTERPRISE LEVEL LOGISTICS AND ENGINEERING TECHNICAL SUPPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking qualified contractors to provide enterprise-level logistics and engineering technical support services. The primary objective of this procurement is to enhance flight-line readiness within the Naval Aviation Enterprise through comprehensive maintenance, repair, and overhaul (MRO) capabilities across various Fleet Readiness Centers located in the U.S. and Japan. This initiative is crucial for sustaining naval aviation operations, ensuring high operational standards, and compliance with Department of Defense requirements. Interested small businesses are encouraged to respond to this Sources Sought notice, with a total contract value anticipated to be around $474 million, and the RFP is expected to be released in early 2025. For further inquiries, interested parties may contact Sarah Metcalf at sarah.e.metcalf2.civ@us.navy.mil or Beverly Rhamdeow at beverley.s.rhamdeow.civ@us.navy.mil.
    Corps Water Management System (CWMS) Database Authorization
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for a Firm Fixed Price contract focused on the development and implementation of an updated Authorization Scheme for the Corps Water Management System (CWMS) database. The primary objectives include transitioning from 32 independent databases to a single cloud-based system that integrates both public and private data, specifically through an Oracle RDS with an HTTP REST API, while establishing permissions for read, write, create, update, and delete actions for various data objects. This initiative is crucial for enhancing USACE's capabilities in hydrologic engineering and effective water resource management, ensuring secure and efficient data access control to support decision-making processes. Proposals are due by March 28, 2025, and interested parties can contact David A. Kaplan at david.a.kaplan@usace.army.mil or Quan Nguyen at Quan.Nguyen@usace.army.mil for further information.