USACE Galveston District, Applanix POSMV CPU Purchase and Maintenance Agreement
ID: W912HY25QLXType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW076 ENDIST GALVESTONGALVESTON, TX, 77550-1229, USA

NAICS

Surveying and Mapping (except Geophysical) Services (541370)

PSC

PHYSICAL PROPERTIES TESTING AND INSPECTION (6635)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Army Corps of Engineers, Galveston District, is seeking proposals for the purchase and maintenance of six Applanix POS MV WaveMaster CPUs and antennas, as part of a total small business set-aside contract. The primary objective is to replace outdated hardware and ensure comprehensive firmware and hardware maintenance coverage for a period of five years. This procurement is critical for maintaining operational readiness and leveraging advanced technology within the Global Navigation Satellite System (GNSS) landscape. Interested contractors must submit their proposals by May 2, 2025, and can direct inquiries to Steven Penland at steven.d.penland@usace.army.mil or Joesph Warby at joesph.d.warby@usace.army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a solicitation for commercial items from potential contractors, issued by the U.S. Army Corps of Engineers, with a submission deadline of May 2, 2025. It includes detailed instructions for offerors on how to submit their proposals, along with necessary representations and certifications in compliance with federal regulations. The solicitation references various Federal Acquisition Regulations (FAR) and outlines requirements for small businesses, including those owned by service-disabled veterans and women. Key points include submission procedures, evaluation criteria, eligibility for federal contracts, and specific clauses that must be adhered to, such as compliance with federal tax liabilities and anti-trafficking provisions. The document emphasizes the importance of accuracy in representations, unique entity identification, and adherence to guidelines regarding telecommunications and technology usage. The comprehensive framework encourages participatory bidding from diverse businesses while ensuring compliance with federal standards.
    The Statement of Work (SOW) from the Galveston District of the US Army Corps of Engineers outlines the procurement and maintenance of six Applanix POS MV WaveMaster CPUs and antennas. The purpose is to replace outdated hardware and ensure firmware and hardware support for five years. The contractor will provide new systems, covering warranty provisions and software support for a duration of 60 months. Details include the system specifications, installation protocol, testing for accuracy, and an acceptance process involving government inspections. The contractor's responsibilities encompass installation coordination, technical support, and submission of properly formatted invoices for payment. Additionally, final payments necessitate a Release of Claims to absolve the government of future liabilities. This SOW reflects the government's commitment to maintaining cutting-edge technology within the GNSS landscape and ensuring operational readiness through strategic vendor partnerships.
    Lifecycle
    Similar Opportunities
    A-E HYDROGRAPHIC MAPPING AND SURVEYING SERVICES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Portland District, is seeking responses from small business firms for architect-engineering (A-E) services related to hydrographic mapping and surveying. The procurement aims to gather information on the capabilities and qualifications of interested parties to inform future solicitation strategies, with a focus on various hydrographic and geodetic services, including single transducer and multi-beam surveys, side-scan sonar, and environmental monitoring. This contract, anticipated to be advertised in April 2026, will be awarded in accordance with the Brooks A-E Act, and interested firms must submit their qualifications and relevant project examples by January 5, 2026, at 3:00 p.m. Pacific Time, to Kristel Flores and Alicia Evans via email. Firms must also be registered in the System for Award Management (SAM) to be eligible for consideration.
    Dynapower Pump Replacement 2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is soliciting proposals for the Dynapower Pump Replacement 2025 under Solicitation Number W912EE26QA004. This procurement, designated as a 100% Small Business Set-Aside, aims to replace an outdated Dynapower pump and servo/moog valve on the Mat Sinking Unit's Matboat 4801, with the contract to be awarded based on capability and price, favoring the lowest-priced, capable offer. The successful contractor will be responsible for delivering the replacement pump by January 9, 2026, or one week after the award, with quotes due electronically by December 31, 2025, at 11:00 AM. Interested parties should direct inquiries to Judy M. Huell at Judy.M.Huell@usace.army.mil or R. Brent Hester at richard.b.hester@usace.army.mil.
    Request for Information regarding industry’s capabilities and related experience to modernize the GPS-S.
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Systems Command (MCSC), is seeking industry input through a Request for Information (RFI) regarding the modernization of the Global Positioning System-Survey (GPS-S). The objective is to gather capabilities and experiences from potential contractors to enhance the GPS-S, which is crucial for providing accurate survey information to Marine Artillery Sensor Sections in diverse and challenging terrains. Key modernization efforts include integrating M-code GPS, ensuring compatibility with Windows 11-compliant software, facilitating communication between stations via AN/PRC-163 radio, and upgrading the handheld controller. Interested parties must submit their responses, limited to 15 pages, by December 24, 2025, and can direct inquiries to Melanie Williams at melanie.willaims.civ@usmc.mil.
    (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.
    HPE Hardware and Software Renewal
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure maintenance support for Hewlett Packard Enterprise (HPE) hardware and software. This procurement aims to ensure the continued security and operational integrity of the USCG network through annual maintenance, which includes technical support, security patch updates, and software release updates. The justification for this brand name procurement is based on the unique requirements of the HPE products, as outlined in FAR 16.505(a)(4)(i), which restricts the opportunity to a single manufacturer. Interested parties can reach out to Michael McFadden at Michael.A.McFadden@uscg.mil or by phone at 703-203-3198 for further details.
    MOUNT,RESILIENT,GEN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the MOUNT, RESILIENT, GEN, a critical hardware component. The procurement aims to establish a firm-fixed-price contract for the repair services, with a focus on ensuring a rapid turnaround time for repairs and compliance with stringent quality assurance standards. This opportunity is vital for maintaining operational readiness and supporting national defense initiatives, as the repaired items will be utilized in various military applications. Interested contractors should submit their quotes, including pricing and repair turnaround time, to Ethan Lentz at ETHAN.K.LENTZ.CIV@US.NAVY.MIL or by phone at 717-605-2892, with specific deadlines to be determined in the solicitation documents.
    Multiple Award Task Order Contract for the Lease of Cutterhead, Hydraulic Pipeline Dredges (not Less Than 24-Inch Diameter), Fully Operated with Attendant Plant and Personnel, with a Draft not to Exceed 9 Feet, for Construction and Maintenance Dredging wit
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Vicksburg District, is preparing to issue a Request for Proposals (RFP) for a Multiple Award Task Order Contract focused on the lease of cutterhead, hydraulic pipeline dredges with a diameter of not less than 24 inches. This procurement aims to secure fully operated dredging services, including the necessary plant and personnel, for construction and maintenance dredging activities within the Vicksburg District, with a draft not exceeding nine feet. The contract, valued at a combined capacity of $99.5 million, will be awarded as Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts over a five-year period, with individual task orders estimated between $5 million and $10 million. Interested vendors should register on the Interested Vendors List at https://sam.gov/ and are encouraged to monitor the Contract Opportunities Website for updates, as the solicitation is expected to be issued in January 2026, with proposals due in February 2026. For further inquiries, contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.
    RENEWAL OF FUGRO MARINESTAR DGNSS SATELLITE POSITIONING DATA SUBSCRIPTION SERVICE
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract with Fugro USA Marine Inc. to renew the MarineStar DGNSS satellite positioning data subscription service for Septentrio receivers. This service is critical for NOAA's uncrewed systems, which require precise point positioning via a Differential Global Navigation Satellite System (DGNSS) to produce accurate navigational charts. The contract will ensure continued access to the only DGNSS service provider with national coverage, which is essential for high-quality data in offshore environments. Interested firms that believe they can meet the government's requirements may submit documentation to Kyle Lawrence at kyle.lawrence@noaa.gov within 15 days of this notice, as no competitive proposals will be accepted.
    Acoustic Doppler System IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide an Acoustic Doppler System in accordance with specified salients, to be delivered to West Sacramento, CA. The procurement requires a geophysical instrument, specifically a Nortek Aquadopp Profiler and HR Mode, which must meet detailed technical specifications including a three-beam configuration, operational acoustic frequency of 2 MHz, and various internal sensors. This acquisition is crucial for the USGS's water resource management and monitoring efforts, with the Request for Quote (RFQ) scheduled to be issued on December 11, 2025, and quotes due by December 17, 2025, at 11:00 AM ES. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov before the question deadline.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.