USACE HQ FY25 Quality Management Software
ID: W912EK25HQQMSType: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ROCK ISLANDROCK ISLAND, IL, 61299-5001, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Aug 28, 2024, 12:00 AM UTC
  2. 2
    Updated Oct 3, 2024, 12:00 AM UTC
  3. 3
    Due Oct 19, 2024, 7:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified vendors to provide Quality Management Software (QMS) for a contract that spans a base year of 10.5 months with four additional 12-month option years. The objective of this procurement is to secure subscriptions and licenses that will enhance quality management within USACE, streamline administrative processes, and facilitate risk management by centralizing key functions and providing visibility into activities. The software must support 151 dedicated users and 80 concurrent users, include customizable workflow capabilities, and provide comprehensive technical and consulting support, including adherence to various ISO standards. Interested parties should contact Kate Behrens or Nicholas Moore via email for further details, as this opportunity is set aside for small businesses under the SBA guidelines.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Quality Assurance (QA) Services - Mongolia
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Quality Assurance (QA) Services in Mongolia. The objective of this procurement is to ensure compliance with construction and building materials standards through thorough inspection services, as outlined under NAICS code 541350 and PSC code H356. These services are critical for maintaining the integrity and safety of construction projects in the region. Interested parties should reach out to MAJ David Terhune at david.e.terhune@usace.army.mil for further details regarding the presolicitation process.
CQM Class Notifications
Buyer not available
The Department of Defense, specifically the Department of the Army, is issuing a special notice for the procurement of CQM Class Notifications, with the place of performance located in Davenport, Iowa. This opportunity aims to enhance communication and management of construction quality management notifications, which are critical for ensuring compliance and quality standards in military construction projects. Interested vendors can reach out to Bryce Iwinski at bryce.e.iwinski@usace.army.mil or call 309-794-5812 for further details regarding this procurement opportunity.
Facilities Project Management and Quality Assurance Support Logistics (LOG), Walter Reed Army Institute of Research (WRAIR)
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking proposals from small businesses for Facilities Project Management and Quality Assurance Support Logistics at the Walter Reed Army Institute of Research (WRAIR). The contract aims to provide essential services for overseeing medical research facility operations and maintenance, ensuring compliance with quality standards across facilities ranging from 22,140 to 1,000,000 square feet. This procurement is critical for maintaining operational continuity and supporting military health research initiatives, with a contract period from May 16, 2025, to May 15, 2030, and options for extensions. Interested parties must submit their proposals by April 21, 2025, and direct inquiries to Nathaniel Reus at nathaniel.a.reus.civ@health.mil or 301-619-9209.
PACES & RACER Software Maintenance and Support
Buyer not available
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.
Project Manager Professional (PMP) Training, Fort Worth, TX
Buyer not available
The U.S. Army Corps of Engineers (USACE), Fort Worth District, is soliciting quotes for Project Management Professional (PMP) Training under RFQ number W9126G25Q3959, with a focus on enhancing project management skills among federal personnel. The training aims to provide 35 hours of in-person instruction, essential for PMP exam eligibility, and must be conducted over one week for approximately 17 participants, adhering to the guidelines set forth by the Project Management Institute (PMI). This initiative is part of a broader effort to improve project management capabilities within the USACE while ensuring compliance with federal acquisition standards and supporting small business participation, as the contract is a total small business set-aside. Interested vendors must submit their quotes by April 14, 2025, and can direct inquiries to Shenika Lewis at shenika.m.lewis@usace.army.mil or Alexander Rust at alexander.g.rust@usace.army.mil.
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.
Software for training and assessing compliance with Section 508 of the Rehabilitation Act of 1973
Buyer not available
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 enhance digital accessibility across USACE's platforms by providing software that facilitates both automated and manual accessibility testing, detailed reporting on issues, and training resources for staff. This initiative is crucial for ensuring equal access to digital content for individuals with disabilities while maintaining compliance with legal requirements. Interested parties must submit their responses to the Sources Sought notice by April 22, 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.
CMPRO Software
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure CMPRO software exclusively from Professional System Associates, Inc. This procurement is justified as a sole-source acquisition due to CMPRO being the only tool that meets the Navy's specific cybersecurity and operational requirements for the Unmanned Influence Sweep System (UISS) and Littoral Combat Systems. The contract will be awarded as a firm fixed-price purchase order, with interested parties invited to submit capabilities statements by 11:59 AM on April 15, 2025, to assess the potential for competitive procurement. Inquiries regarding this opportunity can be directed to Michael Bonaiuto at michael.bonaiuto@navy.mil.
Sources Sought for Architect-Engineer Design Services for Civil Works Projects (U.S. Army Corps of Engineers, Kansas City District)
Buyer not available
The U.S. Army Corps of Engineers (USACE), Kansas City District, is seeking qualified architect-engineer firms to provide civil works design services for various projects, including military installations and hazardous waste missions. The procurement aims to establish a Multiple-Award, Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order contract, with a total capacity limit of $95 million, to support a range of civil design services such as flood risk management, eco-restoration, and engineering support. Interested firms are encouraged to submit a capabilities package by May 7, 2025, to Contract Specialist Erick Ottoson at erick.s.ottoson@usace.army.mil, with a copy to Contracting Officer Laura Hedrick at laura.l.hedrick@usace.army.mil, as this notice serves as a market survey and is not a request for proposals.
MSD QuikPlex PM
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for a service plan for the MESO QuickPlex SQ 120 System, as outlined in Combined Synopsis/Solicitation N0017825Q6735. The procurement aims to secure a Total Service Package that includes pre-contract inspection, maintenance, technical support, and necessary software or hardware upgrades for the instrumentation over a 12-month period, with an option for an additional year based on performance. This service is critical for ensuring the operational readiness and quality assurance of the equipment used in defense applications. Interested contractors must submit their quotations by April 15, 2025, with an anticipated award date by May 15, 2025. For further inquiries, contact Jessica Gallagher at jessica.b.gallagher2.civ@us.navy.mil or by phone at 540-742-4098.