SOURCES SOUGHT
D -- California Abandoned Mine Lands Agency Group (CAMLAG) Database Application Phase 3
- Notice Date
- 11/3/2025 9:54:45 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
- ZIP Code
- 95814-2922
- Solicitation Number
- W9123826S0005
- Response Due
- 11/27/2025 10:00:00 AM
- Archive Date
- 11/28/2025
- Point of Contact
- Davina Darden, Daniel E. Czech
- E-Mail Address
-
davina.d.darden@usace.army.mil, daniel.e.czech@usace.army.mil
(davina.d.darden@usace.army.mil, daniel.e.czech@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This Sources Sought Notice is for Market Research ONLY to determine the availability, capability and interest of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought Notice. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME as this is solely for Market Research. Please do not request such documentation. Requests for any of this information will go unanswered. If the conditions at FAR 19.502-2(b) are met the contracting officer is required to set the acquisition aside for small business concerns. Accordingly, interested contractors having the skill, capabilities, and workload capacity to complete the described project (either through self-performance and/or the managing of subcontractors) are invited to provide their capability statements to the point of contact listed below. All responses will be used to determine the appropriate acquisition strategy for a potential acquisition. The purpose of this notice is to obtain a snapshot of current market capabilities and gain knowledge of potential small business sources to include small business in the following socioeconomic categories: Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns to perform database updates to increase the capabilities, usability, and stability of currently existing applications. Other than small business are encouraged to express interest and submit capability statements as well. Contractors� capabilities will be reviewed solely for the purpose of determining an appropriate acquisition strategy to include whether this prospective action is appropriate to be set-aside for the small business community or should proceed as an unrestricted full and open acquisition. Other than small businesses are encouraged to respond to this NOTICE to provide a greater context of current market capabilities. However, per the Federal Acquisition Regulations, preference will be given to the small business categories as listed above. In determining the acquisition strategy, the Government must ensure there is adequate competition among the potential pool of available contractors. The Government estimates issuing a solicitation in January 2026. The Government intends to award a Firm Fixed Price purchase order to last 24 months from date of award. The NAICS Code is 541511, Custom Computer Programming Services. The Size Standard is $34,000,000. Product Service Code is DA01. GENERAL SCOPE: The third anticipated phase of support aims to create a new version of the AMLDB Web Application while simultaneously supporting the update of related AML GIS system components and processes. DMR expects this contract to increase the capabilities, usability, accessibility resiliency, and stability of the AMLDB application to meet these requirements. The PWS outlines the relevant services needed to deliver the project deliverables. DMR�s strategic goals for the AMLDB application include developing the new version of the AMLDB Web Application to: Significantly reduce long-term O&M needs by a) upgrading application libraries such as Yup and Esri Maps SDK for JavaScript with LTS (long-term support) versions that includes strong community support; b) improving documentation; c) test scripts/plans to validate expected behaviors. Utilize preferred application code and design principles from the existing version of the AML Web Application codebase to expedite project development and delivery. Improving application security posture by reducing known security vulnerabilities that have been patched in newer versions of application software. Improving data architecture and application design to optimize data calls and application/server performance. Enhance application functionality to improve user data management, reporting, and operational capabilities incorporating 3D data viewing. Create new partner data sharing capabilities by developing new Role-Based Access Control (RBAC) and data security mechanisms to enhance inter/intra-agency partnerships. Meet DOC ETSD web accessibility standards to meet organizational policy and improve accessibility for DMR stakeholders. Improved documentation, test plan, and develop CD/CI scripts to improve, modernize, and automate DevSecOps workflows, reduce resource needs, and long-term support/usage. Utilize an agile software development methodology through the development activities. CAPABILITY STATEMENT: The following requests are designed to inform the US Army Corps of Engineers, Sacramento District, of current service contractor market capabilities. Please provide your response to the following. The submission is limited to 10 pages. 1) Offeror's name, Unique Entity Identifier (ID), address, point of contact, phone number, and e-mail address. 2) Offeror's experience and capability to complete (either through self-performance or the managing of one or more subcontracts as a Prime) contracts of this magnitude and complexity and comparable work performed within the past 6 years. Describe the Prime�s self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project. 3) Offeror's socioeconomic type and business size (Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns). The Capabilities Statement will not be considered an offer (proposal) or a bid for any future Request for Quotes/Proposal that may result from this notice. Moreover, it will not restrict the Government to an ultimate acquisition approach. This notice is for information and planning purposes only. The respondents will not be notified of the results of any review conducted of the capability statements received. Please notify this office in writing via email by 27 November 2025, 10AM PT. Submit response and information through email to: davina.d.darden@usace.army.mil and steven.j.griffiths@usace.army.mil. Please include the Sources Sought No. W9123826S0005 in the subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f3072fa93d0a49fe8655a8bfc1101fdf/view)
- Place of Performance
- Address: Sacramento, CA, USA
- Country: USA
- Country: USA
- Record
- SN07634044-F 20251105/251103230041 (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 |