- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Remaining Items – Technical Assistance and Coordination Outcomes Database
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Apr 14, 2026. Industry: NAICS 541519 • PSC DA01.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 541519 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 30 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 541519
Description
The US Army Corps of Engineers (USACE) Mission Support Battalion (UMSB) is seeking information from industry to determine the capabilities of industry and determine interested sources for a new requirement. This is a Sources Sought Notice for Market Research purposes only. This is not a request for proposals. The Government will not reimburse for any costs incurred to submit a response to this Sources Sought Notice. 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 inform respondents of the results of this survey.
It is anticipated that a contract will be award using RFO FAR 12 as supplemented by RFO FAR 13 and 15 as appropriate. Interested sources should respond to the attached questionnaire and submit a Statement of Qualifications to help facilitate the Government's market research. The Government will analyze all of the responses and determine if this requirement is suitable to do a total or partial set-aside for small businesses.
If the pool of small businesses is insufficient, the Government may elect to solicit this requirement using full and open competitive procedures. The Government does not intend to rank submissions.
The Institute for Water Resources (IWR) is a United States Army Corps of Engineers (USACE) Field Operating Activity (FOA) located within the Washington, DC National Capital Region (NCR), in Alexandria, VA and with satellite centers in New Orleans, LA; Davis, CA; Lakewood, CO; and Pittsburgh, PA. IWR was created in 1969 to analyze and anticipate changing water resources management conditions, and to develop planning methods and analytical tools to address economic, social, institutional, and environmental needs in water resources planning and policy. IWR is currently responsible for several water resources activities or programs, including evaluation of Civil Works (CW) strategic plans, CW policies and programs, investment and financial analysis, performance measurements and evaluations, infrastructure analysis, climate change and other water related activities. IWR provides technical assistance to USACE divisions, districts, laboratories, as well as other Federal agencies, international organizations, financial institutions, and partner countries. Assistance encompasses a broad range of topic areas related to levee and dam safety, risk assessment, dredging requirements, port/waterway transport, aquatic ecosystem restoration, environmental stewardship, flood and drought risk management, emergency preparedness, watershed planning, regulatory, multipurpose water resources including hydroelectric power, water supply and reallocation, recreation, and other water and related land resources issues.
The Remaining Items (RI) Technical Assistance and Coordination Outcomes (TACO) database, RI-TACOd, was developed in 2022 and directly supports program managers and users of the National Flood Risk Management Program (NFRMP), Floodplain Management Services (FPMS), and Planning Assistance to States (PAS) programs. The relational database application resides within the Amazon Web Services (AWS) GOV cloud, which is managed by USACE’s Civil Works Business Intelligence (CWBI) program. RI-TACOd uses AWS cloud-native tools and open-source technical solutions. The tool serves as the primary mechanism to gather and record project/study proposals for the NFRMP, FPMS, and PAS programs. This includes collecting proposals, ranking/prioritizing for eligibility, selecting for funding, tracking and reporting progress, and mission closeout. The AWS tools and scripts provide users with the means to submit their information, and program managers with the ability to manage and evaluate the process throughout its lifecycle. With RI-TACOd now deployed, USACE has identified operation and maintenance (O&M) tasks that are necessary for the database to continue to thrive, as well as new development tasks to help advance the tool to its next phase of existence.
It is anticipated that a firm fixed price task order will be awarded to Contractor to provide support to the Government for modernization of RI-TACOd.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
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.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.