Software for training and assessing compliance with Section 508 of the Rehabilitation Act of 1973
ID: W912HQ25S0022Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW4LD USA HECSAALEXANDRIA, VA, 22315-3860, USA

NAICS

Software Publishers (513210)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 21, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 2:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking information from vendors regarding software solutions that support training and compliance with Section 508 of the Rehabilitation Act of 1973. The primary objective is to procure software that enhances digital accessibility across USACE's platforms, facilitating both automated and manual accessibility testing, while providing training resources to promote best practices. This initiative is crucial for ensuring equal access to digital content for individuals with disabilities and maintaining compliance with legal requirements. Interested parties must respond to the Sources Sought notice by April 25, 2025, at 10:00 A.M. ET, and can direct inquiries to Jordan Baker at jordan.d.baker@usace.army.mil or Giorgiana Chen at giorgiana.chen@usace.army.mil.

Files
Title
Posted
Apr 21, 2025, 8:06 PM UTC
The Statement of Objectives (SOO) outlines the procurement requirements for software to support training and ensure compliance with Section 508 of the Rehabilitation Act of 1973 and other accessibility standards. The primary aim is to enhance digital accessibility across the U.S. Army Corps of Engineers (USACE)'s digital platforms, products, and services. The selected software must facilitate both automated and manual accessibility testing, provide detailed reports on issues, and include training resources for staff to promote accessibility best practices. The contract period is for one year, with options to renew up to five years based on performance, primarily for use in USACE offices and remote environments. Key performance objectives include integrating with existing systems, providing remediation assistance, and offering multi-language support. Additionally, the software must comply with cybersecurity and data privacy policies, be compatible with current infrastructure, and ensure minimal disruption to regular operations. This initiative reflects USACE's commitment to inclusivity, ensuring equal access to digital content for individuals with disabilities while maintaining ongoing compliance with legal requirements.
Lifecycle
Title
Type
Similar Opportunities
ACC-APG Natick Division FY25 Upcoming Aquisitions
Buyer not available
The Department of Defense, specifically the ACC-APG Natick Division, is preparing to release a Request for Proposal (RFP) for the maintenance of Storyline 360, a software tool critical for enhancing combat readiness. This procurement, valued at approximately $21,000, is currently in the pre-award/package development stage, with an estimated solicitation release planned for May 2025, and will be awarded on a competitive basis under a Firm-Fixed-Price (FFP) contract for a one-year period. The initiative underscores the government's commitment to utilizing updated software solutions to support military operations effectively. Interested vendors can reach out to the Natick Division at usarmy.natick.acc-micc.mbx.ncd-internal-tasker@army.mil for further information.
cArmy Enterprise Assessment System (AEAS)
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking interested vendors to support the Center for Army Leadership at Fort Leavenworth, Kansas, through a Sources Sought notice for the cArmy Enterprise Assessment System (cAEAS). The objective is to procure a Commercial Off the Shelf (COTS) solution that facilitates the administration of Army assessments and feedback for various military audiences, enhancing leadership development and operational effectiveness. This initiative is crucial for addressing current challenges in assessment delivery and data management, as the cAEAS platform is designed to handle sensitive Department of Defense data while providing scalable assessment capabilities. Interested parties must submit a capabilities statement by 2:00 PM CST on May 3, 2025, to Mr. Christopher Barnes at christopher.a.barnes74.civ@army.mil, with the anticipated contract being a Firm Fixed Price award for one base year and two option years.
Data Control Software
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for a sole source procurement of Data Control Software to support the Winn Army Community Hospital located at Fort Stewart, Georgia. This contract, numbered W91YTZ25QA055, aims to fulfill various requirements related to document control software, including user subscriptions for compliance and medical case simulators, with a total funding amount of $47 million and an award date set for April 15, 2025. The initiative emphasizes the government's commitment to leveraging women-owned small businesses while ensuring compliance with applicable Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. Interested parties can direct inquiries to Francine Brown at francine.brown.civ@health.mil or by phone at 706-787-1409, with delivery terms extending through April 2028.
GE Digital iFIX License Renewal
Buyer not available
The U.S. Army Corps of Engineers (USACE) is planning to award a sole-source contract for the renewal of the GE Digital iFIX software license, along with technical support and version upgrades. This procurement is essential for maintaining a consistent and compatible SCADA and Historian software system across various federal power plants, particularly for monitoring and controlling operations at hydropower facilities. The contract will be awarded to CB Pacific Inc., as the GE iFIX software is proprietary and critical for the existing infrastructure, ensuring seamless operation and data collection. Interested parties must submit capability statements by 3:00 PM Pacific Time on May 1, 2025, to the contracting officer, Meagan Moralez, at meagan.n.moralez@usace.army.mil, as no solicitation will be posted.
25-SIMACQ-D30-0026 Learning Center IT Equipment
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, California, is conducting a Sources Sought Notice to identify potential vendors for the procurement of various IT equipment, including keyboard-mouse combos, studio headphones, power strips, UPS systems, and hard drives. This initiative aims to assess market capacity for these commercial items, which are crucial for enhancing operational capabilities within the Navy's learning centers. Interested parties are invited to submit their company information, capabilities, and cost estimates by 3:00 PM Pacific Time on April 29, 2025, via email to the primary contact, Jorge Ortiz, at jorge.u.ortiz.civ@us.navy.mil, or to the secondary contact, Brian Carpenter, at brian.a.carpenter14.civ@us.navy.mil. This notice serves as a preliminary information-gathering effort and does not guarantee contract awards or reimbursement for responses.
Product Manager (PdM) Combat Service Support Equipment (CSSE) Services RFI
Buyer not available
The Department of Defense, through the Marine Corps Systems Command (MARCORSYSCOM), is seeking responses to a Request for Information (RFI) for Acquisition Lifecycle Management Support related to the Product Manager Combat Service Support Equipment (CSSE). The objective is to gather capabilities statements from interested vendors to assist in planning and executing acquisition programs that encompass logistics, engineering, risk management, and training for various Marine Corps systems. This initiative is crucial for ensuring the effective development and staffing of programmatic efforts that support the Marine Corps' operational requirements. Interested parties must submit their white papers by May 8, 2025, and direct any questions to Jessica Munoz at jessica.m.munoz.civ@usmc.mil or Ebony King at ebony.king@usmc.mil by April 15, 2025. Responses will become government property, and there is no obligation for the government to contract for the requested services.
PEO STRI AI Tools for Software Refactoring and Rearchitecting- Request for Information (RFI)
Buyer not available
The Department of Defense, through the Army Contracting Command Orlando, is issuing a Request for Information (RFI) to gather insights on AI tools for software refactoring and rearchitecting, aimed at modernizing existing software systems into modular and cloud-compatible architectures. The RFI seeks to explore innovative solutions that enhance development practices, reduce complications from legacy systems, and align with Modular Open Systems Approach (MOSA) objectives, focusing on principles such as parallel development, minimized dependencies, rapid deployment, and high composability. Interested parties are encouraged to submit detailed descriptions of their AI tools, relevant case studies, and pricing information by April 30, 2025, to Brian Kemper at brian.m.williams14.civ@army.mil, as this initiative is part of a broader effort to leverage advanced technologies for software transformation within the military.
Army Contracting Command – Red River Army Depot (ACC-RRAD) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
Buyer not available
The Department of Defense, through the Army Contracting Command – Red River Army Depot (ACC-RRAD), is seeking innovative solutions for the modernization of its Organic Industrial Base (OIB) via a Commercial Solutions Opening (CSO). The primary objectives include the design, manufacture, and installation of advanced testing systems such as a Road Wheel Drum Tester and DC Tooling solutions, aimed at enhancing military vehicle maintenance and operational efficiency. These initiatives are critical for improving quality assurance, safety, and cost-effectiveness in military operations, reflecting the Army's commitment to leveraging advanced manufacturing technologies. Interested vendors must submit proposals by specified deadlines, with the Road Wheel Drum Tester due by November 7, 2024, and DC Tooling solutions by April 30, 2025. For inquiries, contact the CSO Inbox at usarmy.rrad.acc.mbx.cso@army.mil.
Sources Sought - Acquisition Professionals Suite of Information and Knowledge Sharing Platform
Buyer not available
The Department of Justice, specifically the U.S. Marshals Service (USMS), is conducting market research through a sources sought notice to identify potential sources for a comprehensive Acquisition Professionals Suite of Information and Knowledge Sharing Platform. This platform is intended to provide acquisition professionals with access to acquisition news, case law, newsletters, resources, and training, facilitating continuous learning and knowledge sharing within the DOJ/USMS acquisition workforce. Interested parties are invited to submit their qualifications and capabilities by April 30, 2025, to Kim Ramsay at kim.ramsay2@usdoj.gov, with the subject line SS-Acquisition Professionals Platform. This notice is for informational purposes only and does not constitute a solicitation or commitment by the Government.
Virtual Secure Remote (ViSR) CSfC solution - 3 each
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking vendors to provide three Virtual Secure Remote End User Devices (ViSR EUDs) to enhance secure communication capabilities for its personnel. This procurement aims to replace two outdated systems and introduce a new device for the Real Estate division, ensuring classified information access for a dispersed workforce operating outside traditional secure facilities. The contract emphasizes the importance of maintaining secure connectivity while optimizing resources, with delivery required within 30 days of award to a designated logistics facility in Alexandria, VA. Interested vendors must submit their capability statements by 10:00 AM ET on May 12, 2025, to Giorgiana Chen and Selena Brooks via email, and any questions must be submitted by April 30, 2025.