SOURCES SOUGHT
99 -- Litigation Case Management for USACE
- Notice Date
- 10/22/2025 10:49:20 AM
- Notice Type
- Sources Sought
- NAICS
- 513210
—
- Contracting Office
- W4LD USA HECSA ALEXANDRIA VA 22315-3860 USA
- ZIP Code
- 22315-3860
- Solicitation Number
- W912HQ26S0003
- Response Due
- 11/5/2025 12:00:00 PM
- Archive Date
- 11/20/2025
- Point of Contact
- Giorgiana Chen, Jordan Baker, Phone: 7034286372
- E-Mail Address
-
Giorgiana.Chen@usace.army.mil, Jordan.D.Baker@usace.army.mil
(Giorgiana.Chen@usace.army.mil, Jordan.D.Baker@usace.army.mil)
- Description
- This is a SOURCES SOUGHT SYNOPSIS announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. The U.S. Army Corps of Engineers (USACE) � USACE Mission Support Battalion (UMSB) has been tasked to solicit for and award a contract for Litigation Case Management Software Solution Services in support of the USACE Office of Counsel. A draft Performance Work Statement (PWS) describing the licenses required has been attached. The proposed contract will be Firm Fixed Price with a period of performance of one base year and four option years. The purpose of this DRAFT PWS is to gather industry comments, suggestions, or questions before the release of the solicitation. This notice is for market research purposes only with the intent to identify vendors that are interested and capable of performing the requirements listed in the attached DRAFT PWS. The applicable NAICS code for this requirement is 513210 Software Publishers. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the company's current and past performance in relation to the areas specified in the attached document. It is asked that interested parties respond to this sources sought synopsis by providing the following information: Name of the firm point of contact, phone number, email address, CAGE code, SAM UEI number, small business status and socio-economic status as listed in the System for Award Management and the corresponding NAICS code. Company's technical capability to perform a contract of this scope and complexity to include, but not limited to: Comments on the attached draft PWS. Demonstrate your company has the resources, personnel, and equipment necessary to provide access to the required software described in the draft PWS, including: Relevant experience with similar litigation case management systems Availability of qualified personnel and technical resources System scalability, security, and integration capabilities Support and maintenance services offered Responses to the following technical questions: What data migration capabilities does your solution offer for legacy systems? How does your software ensure compliance with federal cybersecurity standards (e.g., FedRAMP, NIST)? What user training and onboarding support is included? Can your system accommodate role-based access and audit trails? What reporting and analytics features are available? A rough order of magnitude estimation for the entire project, including licensing, implementation, training, and support. Contracting Considerations: Responses to the following contracting questions: � Are there existing contract vehicles (e.g., GSA Schedule, 2GIT, SEWP) under which your solution is available? � What is your typical lead time for implementation following contract award? � Do you offer volume licensing or enterprise pricing models? � Are there any licensing restrictions or limitations the Government should be aware of? Other Considerations: Any other information your company believes the Government should consider prior to releasing a formal solicitation. This market survey is for informational and planning purposes only and does not constitute a Request for Proposal (RFP). It is not to be construed as a commitment by the U.S. Government. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the results of this survey. Format Requirements � Submissions must be in searchable PDF format � Maximum length: 30 pages, excluding cover page and table of contents. � Font: Minimum 11-point, single-spaced. � Include company name in your response and POC information (name; e-mail; phone number). Interested companies shall respond to this Sources Sought notice no later than 5 November 2025 at 3:00 P.M. ET. Responses shall be submitted via email to both the Contract Specialist, Jordan Baker at email: jordan.d.baker@usace.army.mil and the Contracting Officer, Giorgiana Chen at email: giorgiana.chen@usace.army.mil. Questions due date: 10:00 A.M. ET on 30 October 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/083c1a743b0c4388bd0ad9eb3c502567/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07625822-F 20251024/251022230041 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |