This is a Sources Sought Notice Only. A market survey is being conducted to determine if there are adequate Small Business, SBA-certified HUBZone, SBA-certified 8(a), Women-Owned, or Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors available for a proposed project who meet the specific criteria outlined below. This is not a Solicitation Announcement or Request for Proposal. It does not constitute any commitment by the Government. No award will result from this notice. The purpose is to conduct market research to gain knowledge of potentially qualified sources. Responses to this Sources Sought Notice will be used by the Government to make an appropriate acquisition decision. The USDA Agricultural Research Service (ARS) will not award a contract on the basis of responses or pay for the preparation of any information submitted. Respondents will not be notified of the results of this notice. After completing an analysis of the responses, the Government will determine whether to limit competition to 8(a), HUBZone, SDVOSB, Women-Owned, or other small business firms, or to proceed with issuing an unrestricted solicitation, inviting full and open competition.
The USDA, ARS, NEA, Beltsville Agriculture Research Center (BARC) Facilities Division, Beltsville, MD location is conducting market research for the following requirement.
Contractor must be Federal Risk and Authorization Management Program (FedRamp) compliant or show proof towards becoming FedRamp compliant for Maximo Application Suite (MAS) in 2026.
Technical requirements:
The contractor must provide technical assistance to configure the USDA MAS 9 software in a usable format comparable to the format utilized in Maximo 7.6.1.2.
The contractor must perform the following tasks as a part of this engagement:
A. Provide the following AppPoints:
B. Hosting: Contractor must host software in a cloud based FedRAMP SaaS environment.
C. Provide updates and access to new software versions as they become available.
D. Provide 24 X 7 technical support.
The North American Industry Classification System NAICS) code is 513210. Size standards in millions of dollars are $47.0.
Companies who have experience, as well as an interest in doing business with ARS, should submit a Capabilities Statement which, for this notice, is not expected to be a proposal, but rather short statements regarding the company’s ability to demonstrate their expertise and experience in relation to the areas specified in this notice. Companies should also indicate their business size status for the applicable NAICS code. Responses to this notice must demonstrate clear and convincing evidence that competition would be advantageous to the Government, would not be cost or time prohibitive, and would not hinder the mission objective of the ARS research location. Interested contractors are instructed to provide only the data requested.
Responses must be submitted electronically by email only to the attention of Contract Specialist, Monte Jordan at monte.jordan@usda.gov not later than 3:00 p.m. CDT on or before Monday, January 12,2026. Reference Cloud-based Maximo Application Suite (MAS 9) in subject line. Telephone inquiries will NOT be accepted.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 513210 (last 12 months), benchmarked to sector 51.