eDiscovery Software Solution for USACE
ID: W912HQ25S0002Type: Sources Sought
Overview

Buyer

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

NAICS

Computer Systems Design Services (541512)
Timeline
    Description

    The U.S. Army Corps of Engineers (USACE) is seeking information from industry regarding the procurement of a cloud-based eDiscovery Software as a Service (SaaS) solution for its Automated Legal System (CEALS). This solution is intended to support approximately 725 legal and non-legal personnel in managing electronic data for various litigation and administrative actions, requiring capabilities such as cybersecurity accreditation, advanced processing features, and integration with existing systems. Interested vendors are invited to submit a capability package by 10:00 AM ET on November 14, 2025, to the primary contact, Mrs. Giorgiana Chen, at Giorgiana.Chen@usace.army.mil, or Mr. Douglas E. Pohlman at Douglas.E.Pohlman@usace.army.mil, with a focus on demonstrating their technical capabilities and past performance in similar projects.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) requires a cloud-based eDiscovery Software as a Solution (SaaS) for its Automated Legal System (CEALS). This solution will support approximately 725 legal and non-legal personnel enterprise-wide in managing electronic data for various litigation and administrative actions. The eDiscovery SaaS must have Defense Information Systems Agency (DISA) authorization to operate with IL4, IL5, and IL6 environments and be compatible with existing forensic collection tools or have collection capabilities. Key technical requirements include cybersecurity accreditation (FedRAMP IL4, IL5, IL6), data sharing capabilities with non-DoD users, forensic data collection, advanced processing features (bate-stamping, OCR, metadata extraction), integration with case management systems via APIs, and the ability to handle various data formats and sources. The SaaS must support advanced analytical features like deduplication, near-duplicate detection, Technology-Assisted Review (TAR 1.0 and 2.0), email thread analysis, custom tagging, and concept-based searches. It needs to accommodate 350 concurrent users, manage litigation holds, and include configurable access controls and comprehensive reporting for auditability. The contract includes a one-year base period with four option years, requiring contractor personnel to comply with strict security requirements, including AT Level 1 training, background checks, E-verify, and in some cases, a Facility Clearance (FCL). The contractor will provide technical support, software installation, perpetual licensing for 125 concurrent or 600 individual users, maintenance, and online training modules focusing on database administration, reviewer functions, and litigation hold management.
    The Environmental Security Technology Certification Program (ESTCP) is a Department of Defense initiative focusing on the demonstration and validation of innovative environmental and installation energy technologies. The FY 2026 program seeks proposals targeting urgent DoD needs that promise investment returns through cost savings and improved efficiencies. The program differentiates between technologies ready for demonstration—having completed necessary lab work—and those already in broad use, which are ineligible for consideration. Proposals must outline problem statements, technology descriptions, maturity, potential benefits, and project management details, all while adhering to specified formatting and submission deadlines. A multi-stage review process assesses pre-proposals, full proposals, and oral presentations, prioritizing technical merit, cost-benefit analysis, and transition potential for DoD use. Selected projects will partner with DoD liaisons to ensure successful site selection and technology transfer. Fund allocation and contractual stipulations, such as collaboration with small businesses, cybersecurity requirements, and compliance with federal regulations, are critical components of the proposal process. This ESTCP announcement establishes guidelines for innovators in the private sector to contribute to environmental solutions within the DoD.
    This document outlines the Subcontracting Plan for a federal contract, specifically providing details about subcontracting with small and disadvantaged businesses. It establishes an Individual Plan that spans the entire contract duration, identifying the total dollar values for both the main contract and potential subcontracting opportunities. The plan sets specific subcontracting goals for various categories of small business concerns, such as Small Disadvantaged Businesses, Women-Owned Small Businesses, and Veteran-Owned Small Businesses, highlighting the company’s commitment to promoting these entities. It details methods used to determine these goals, includes a program administrator responsible for executing the plan, and encompasses outreach efforts to ensure small businesses have equitable opportunities to compete for contracts. The document specifies maintenance of accurate records regarding subcontracting efforts and outlines assurances regarding compliance with government regulations, including timely payments to subcontractors. Overall, the plan emphasizes the importance of including small businesses in federal contracting opportunities, aiming to foster an inclusive environment in line with federal guidelines, thereby enhancing economic opportunities for underrepresented business sectors.
    Similar Opportunities
    USACE Enterprise Acquisition Forecast as of December 2024
    Buyer not available
    The Department of Defense, through the US Army Corps of Engineers (USACE), has released an Enterprise Acquisition Forecast for December 2024, outlining anticipated federal contract opportunities for fiscal year 2025. This forecast includes a detailed spreadsheet that categorizes potential contracts by type, financial values, NAICS codes, and project descriptions, focusing on key areas such as geospatial and engineering services, flood control, and infrastructure improvements. The document emphasizes small business opportunities, including set-asides for disadvantaged companies and a broad agency announcement for advanced research and technology development, thereby supporting USACE's mission in environmental protection and infrastructure resilience. Interested contractors can access the forecast through the attached spreadsheet and should prepare to engage with the outlined initiatives as they arise.
    (SPA) ProjNet Sofware
    Buyer not available
    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.
    Enterprise Common Shared Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking modifications to the Enterprise Common Shared Service (ECSS) Task Order to enhance its enterprise cloud environment, known as cARMY. The modification aims to incorporate ServiceNow into the existing cloud infrastructure, thereby expanding the Army's capabilities with additional cloud service providers, regions, networks, and common shared services that support application operations, including cybersecurity and remote access. This initiative is crucial for maintaining and improving the Army's authorized commercial cloud environments, ensuring robust IT service delivery and operational support. Interested parties can reach out to primary contact Hannah J. Kennedy at hannah.j.kennedy.civ@army.mil or secondary contact Kelly L. Herlein at kelly.l.herlein.civ@army.mil for further details.
    Leankor PM Software - Redacted EFO
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure program management software known as Leankor PM Software to support the PEO Combat Support & Combat Service Support (PEO CS&CSS). This software is intended for tracking and reporting on contract actions, with capabilities to create dashboards for contract information and personnel systems. The procurement is justified under FAR 16.505(a)(4) for items peculiar to one manufacturer, and the contract has been awarded to Carahsoft Technology Corp. Interested parties can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or by phone at 248-877-0681 for further inquiries.
    2025 ERDC Broad Agency Announcement
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is issuing the 2025 Broad Agency Announcement (BAA) for various research and development initiatives through its Engineer Research and Development Center (ERDC). This announcement invites pre-proposals for basic and applied research across multiple laboratories, including Coastal and Hydraulics, Geotechnical and Structures, Environmental, Information Technology, Construction Engineering, Cold Regions Research, and Geospatial Research, focusing on areas such as hydraulics, environmental restoration, and geospatial solutions. The BAA is crucial for advancing scientific knowledge in support of USACE, Army, and Department of Defense missions, and it encourages participation from educational institutions, non-profits, private industry, and small businesses. Interested parties can submit pre-proposals at any time, and for further details, they may contact Christopher Barnett at Christopher.M.Barnett@usace.army.mil or Robyn D. Wells at Robyn.D.Wells@usace.army.mil.
    Capacity as A Service (CaaS)
    Buyer not available
    The Department of Defense, through the Marine Corps Installations Command (MCICOM), is seeking small business vendors to provide Capacity as a Service (CaaS) to support its Research, Development, Testing, and Evaluation (RDT&E) core infrastructure and data centers. The procurement aims to modernize the Marine Corps' computing, networking, and storage resources, ensuring compatibility with various operating systems and adherence to Department of Defense security requirements. This initiative is crucial for enhancing the operational capabilities of the Marine Corps' laboratory environments and data centers, aligning with the Data Center Optimization Initiative (DCOI). Interested vendors must submit their responses by January 4, 2025, and can direct inquiries to Kevin D. Guertin at kevin.guertin@usmc.mil or Kellie Holley at kellie.holley@usmc.mil.
    ESCAPE SaaS Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for the Enterprise Supply Chain Analysis Planning & Execution (ESCAPE) Software as a Service (SaaS) Follow-on Contract. The primary objective is to procure a product contract that focuses on providing PTC Service Parts Management (SPM) SaaS capabilities for IL5 and IL6, along with additional services for training, analysis, configuration, and Tier 1-3 help desk support. This initiative is crucial for enhancing the Air Force's supply chain management capabilities and ensuring efficient operations. Interested parties are encouraged to respond by 4:00 PM Central Time on December 19, 2025, and should direct inquiries to Matthew Tonay at matthew.tonay.1@us.af.mil or Megan Donaghe at megan.donaghe@us.af.mil.
    Commercial Solutions Openings - ERDC Geospatial Research
    Buyer not available
    The Department of Defense, through the Engineer Research and Development Center (ERDC), is soliciting innovative solutions for its Geospatial Research Laboratory (GRL) under the Commercial Solutions Openings (CSO) initiative. This opportunity focuses on advancing research and development in six key areas: mission command decision environments, full-3D mapping capabilities, holistic geospatial foundations, remote sensing and mapping technologies, terrain-based positioning and navigation, and earth system dynamics for situational understanding. These projects are critical for enhancing the Army's operational capabilities and situational awareness. Interested parties can submit their solutions via the ERDCWERX platform starting June 30, 2025, until 5:00 PM CDT on July 15, 2026. For further inquiries, contact Anna Crawford at Anna.Crawford@usace.army.mil or LaShanda Areghan at lashanda.d.areghan@usace.army.mil.
    USSOUTHCOM J2 EDA IDIQ
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the USSOUTHCOM J2 Enhanced Domain Awareness (EDA) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This contract aims to provide strategic and technical support services to enhance domain awareness, requiring various IT and data management professionals, including roles such as Cloud Web Developer and Geospatial Solutions Architect. The contract includes a one-month phase-in period followed by a four-month base period, with three optional 12-month extensions, and emphasizes the reimbursement of other direct costs based on actual expenses incurred. Interested contractors must submit their proposals by January 5, 2026, at 11:00 AM, and can direct inquiries to Tonya Johnson at tonya.k.johnson11.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil.
    3389 LCHD-ESS Special Notice - Draft Specification
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the design, construction, testing, and delivery of a new Large Class Hopper Dredge (LCHD-ESS) to replace the aging ESSAYONS. The procurement aims to develop a vessel with a 6,500 cubic yard capacity, diesel-electric power, and azimuthing thruster propulsion, which must meet stringent performance requirements for dredging in challenging conditions while adhering to various regulatory standards, including those from ABS and CARB. This dredge will primarily operate on the West Coast, with key operational locations including the Columbia River and San Francisco, and is essential for maintaining navigable waterways. Interested contractors should direct inquiries to Michael J. Hunter at michael.hunter@usace.army.mil or Domenic Sestito at Domenic.L.Sestito@usace.army.mil, with proposals due by the specified deadlines.