Scout

W912HQ26S0021

Remaining Items – Technical Assistance and Coordination Outcomes Database

DEPT OF DEFENSE > DEPT OF THE ARMY > US ARMY CORPS OF ENGINEERS > SCO ALEXANDRIA > ENGINEER CENTER SUPPORT ACT HUMPHREYS > W4LD USA HECSA

Rejected
Actions
Open SAM.gov
Notice Type Sources Sought
Due 2026-04-14
Posted 2026-03-31
NAICS 541519
PSC DA01
Set-aside None listed
Scout Score 55

Quick analysis

USACE IWR seeks market research for modernization and O&M of the RI‑TACOd database hosted in AWS GovCloud; NAICS 541519, no set‑aside announced yet.

Scope centers on AWS GovCloud application development and sustainment (ReactJS, REST, DynamoDB/PostgreSQL), integrations (Power BI, ArcGIS/GeoJSON), CI/CD/IaC, and strict cybersecurity compliance (DISA STIGs, NIST SP 800‑53/800‑171, DFARS 252.204‑7012).

Procurement is anticipated as a firm‑fixed‑price task order; current notice is a Sources Sought with questionnaire requesting SOQ and key resumes.

Trace capabilities align to cloud/SE&I/IT O&M and DoD cybersecurity, but this is not a core differentiator lane; USACE is a new sub‑agency customer for Trace, creating strategic entry potential but with moderate competition and possible small‑business set‑aside risk.

Scope summary

  • AWS GovCloud hosting with CWBI management and repositories (CWBI GitHub)
  • Application modernization and O&M of RI‑TACOd, including ReactJS frontend and REST APIs
  • Database services using DynamoDB and/or PostgreSQL
  • Integrations: Power BI connectivity and ArcGIS via GeoJSON; export to Excel/CSV/PDF/PPT
  • CI/CD pipelines and infrastructure‑as‑code; code scanning and remediation
  • Cybersecurity compliance: DISA STIGs, NIST SP 800‑53 (RMF), NIST SP 800‑171, DFARS 252.204‑7012
  • US‑only data residency; contractor offsite performance
  • Data import/migration from MS Access (~5 years of records) and bulk editing features
  • Section 508 accessibility compliance
  • Project management with monthly PDT prioritization, documentation, training, QA/QC, staffing updates

Dimension scores

Total - 55/100
Technical Fit - 13/20

PWS calls for AWS GovCloud app modernization/O&M with ReactJS, REST, DynamoDB/PostgreSQL, CI/CD/IaC, and DoD cyber compliance (STIGs/NIST/DFARS). Trace capabilities include Infrastructure & Cloud (multi‑cloud), SE&I, IT O&M/managed services, and cybersecurity/OCC (company_profile). This is a solid adjacent IT/cloud fit but not a highlighted differentiator lane such as SATCOM/CDS/JADC2.

Past Performance - 11/20

Trace has substantial Army and DoD IT O&M and cyber past performance (e.g., GSM‑O DISA/Army, Army PEO C3N) but no explicit USACE/IWR work cited (company_profile). This aligns to 'same agency or mission area, different mechanism' rather than direct same‑customer/same‑mission.

Vehicles / Contract Access - 6/10

Current notice is a Sources Sought; anticipated FFP task order under FAR 12/13/15 with no restricted vehicle named (evidence ledger). This suggests full/open or TBD set‑aside rather than a vehicle Trace already holds.

Competitive Position - 4/15

No indication of incumbency or requirements uniquely favoring Trace (e.g., Starshield, NSA TI, global OCONUS). The work is standard AWS app dev/O&M with broad competition expected; USACE CWBI environment familiarity may favor incumbents not identified in materials.

Risk - 7/15

Moderate risk: new USACE/IWR relationship; possibility of small‑business set‑aside; compliance stack (NIST 800‑171/DFARS 7012, STIGs) and CWBI GitHub/scanning processes must be met. Execution is offsite with limited travel, and scope is familiar technically, which tempers risk (evidence ledger).

Strategic Value - 8/10

Pursuit could open a new relationship with USACE/IWR/CWBI within Army under NAICS 541519 (a primary Trace NAICS per company_profile), offering entrée to civil works cloud/data programs and follow‑on O&M/enhancements.

Compliance - 6/10

NAICS 541519 aligns with Trace’s registered/primary NAICS (company_profile). No set‑aside declared yet, but a small‑business set‑aside is possible per questionnaire. Compliance obligations include NIST SP 800‑171 and DFARS 252.204‑7012; Trace’s DoD cyber work suggests capability, but CMMC level is listed as 'verify internally' (company_profile), creating some uncertainty.

Concerns

  • Potential small‑business set‑aside could limit Trace’s ability to prime (questionnaire explicitly tests small‑business capacity).
  • New customer environment (USACE IWR/CWBI) without cited Trace past performance; possible incumbent advantage unknown.
  • Strict cyber and code governance (STIGs, NIST 800‑171/DFARS 7012, CWBI GitHub scanning) require proof of maturity and may drive upfront compliance effort.
  • Data migration from MS Access and geospatial/BI integrations add technical complexity and testing burden.
  • Partial PWS review; unreviewed sections may include additional obligations (e.g., SLAs, metrics, acceptance criteria).

Teaming opportunities

  • Small‑business prime partner option if requirement becomes set‑aside; Trace can position as key sub for complex compliance/cloud tasks.
  • Partner with firm(s) experienced in USACE CWBI processes, repositories, and ATO workflows to reduce environmental friction.
  • Augment with AWS GovCloud application developers (ReactJS, REST), PostgreSQL/DynamoDB SMEs, and DevSecOps/IaC engineers.
  • Add Section 508 remediation/testing expertise and ArcGIS/GeoJSON + Power BI integration specialists.
  • Confirm/augment DFARS 7012/NIST 800‑171/CMMC L2 compliance posture for audit‑ready documentation.

Competitive position

  • DoD‑grade cloud engineering and cybersecurity (STIGs, RMF, 800‑171) proven across DISA/Army programs, reducing ATO and compliance risk.
  • Multi‑cloud/AWS delivery capability with SE&I rigor for reliable, testable releases via CI/CD and infrastructure‑as‑code.
  • Army mission familiarity and managed services/O&M track record to sustain and enhance RI‑TACOd predictably under FFP.
  • Collaborative delivery with monthly PDT prioritization and transparent code in CWBI GitHub, ensuring Government ownership and continuity.

Bid/No bid factors

  • Possible small‑business set‑aside per market research may disqualify Trace as prime.
  • No explicit USACE/IWR past performance cited for Trace.
  • Compliance dependencies (NIST 800‑171/DFARS 7012; potential CMMC verification) must be confirmed.
  • PWS only partially reviewed; unexamined sections could add constraints or performance metrics.

Documents

Download all
A02.10 Questionnaire for RI-TACOd.docx Download
Summary

Market-research questionnaire for the anticipated solicitation for the Remaining Items – Technical Assistance and Coordination Outcomes Database (RI-TACOd). Requests firm identification, size/status (including small business categories), SAM/NAICS registration, Statement of Qualifications, key personnel resumes, and comments on the draft Performance Work Statement; provides government POCs.

  • NAICS: 541519 (Other Computer Related Services) — questionnaire asks if firm is registered in SAM under this NAICS
  • Asks firms to identify small-business status and specific set-aside categories (Small Business, 8(a), SDVOSB, WOSB/EDWOSB, HUBZone)
  • Request for Statement of Qualifications (SOQ) and resumes for key personnel — indicates selection will consider past experience and personnel qualifications
  • Large businesses explicitly asked to describe experience working with small business subcontractors — signals potential for subcontracting/team composition considerations
  • Solicits comments on the draft Performance Work Statement and asks whether required tasks are understood — opportunity to raise capability/clarity issues during market research
  • Asks for estimate of days needed to prepare a proposal package — government collecting timeline/industry responsiveness data
  • Provides points of contact with emails and phone: Contract Specialist Shanti Singh (Shanti.Singh@usace.army.mil) and Contracting Officer David A. Kaplan (david.a.kaplan@usace.army.mil, (703) 428-8487) — direct government contacts for follow-up
A02.12 PWS RI TACOd dated 2026.03.18.docx Download

Partially reviewed: Too large

Summary

Partial extract (selected sections 1 and 4 only) of the Performance Work Statement for modernization and O&M of the Remaining Items Technical Assistance and Coordination Outcomes database (RI‑TACOd). The PWS (USACE IWR/CWBI) specifies AWS GovCloud hosting, database/web development (DynamoDB and/or PostgreSQL, ReactJS UI), REST/GeoJSON services, Power BI/ArcGIS integration, CI/CD/Infra-as-Code, cybersecurity/STIG/NIST/DFARS compliance, and a 12‑month base with 12‑month options. Review limited due to large file; only sections 1 and 4 were provided, so other tasks/clauses may be present but not reviewed.

  • Customer: US Army Corps of Engineers, Institute for Water Resources (IWR); CWBI manages AWS GovCloud hosting
  • Program/mission: RI‑TACOd supports NFRMP, FPMS, PAS (flood risk, floodplain, Planning Assistance to States)
  • Scope: modernization + operations & maintenance (O&M) of a cloud‑hosted relational database and web UI; development tasks and multiple module enhancements (NFRMP, PAS) noted
  • Technical stack requirements: AWS GovCloud, DynamoDB and/or PostgreSQL, ReactJS frontend, REST APIs, GeoJSON for ArcGIS, Power BI integration, CI/CD and infrastructure-as-code
  • Deliverables: code (becomes USACE property), test/demo deployments, documentation, training, monthly prioritization with PDT, QA/QC and staffing updates
  • Security/compliance: DISA STIGs, NIST SP 800-53 (RMF), NIST SP 800-171, DFARS 252.204-7012; code must be stored in CWBI GitHub and remediated for scan findings
  • Place of performance: Contractor site (work performed offsite); Government hosts test/prod in CWBI cloud
  • Period of performance: 12‑month base with 12‑month option periods
  • Procurement: anticipated firm‑fixed‑price task order under FAR 12 (supplemented by FAR 13/15 as appropriate); current notice is Sources Sought (market research)
  • Data residency: all data must reside on equipment within the United States (DFARS citation)
  • Operational constraints: USACE access approvals for contractor personnel within 10 business days; limited travel (post‑award meeting only)
  • Functional requirements called out: REST endpoints, Power BI connectivity instructions, export formats (Excel/CSV/PDF/PPT), bulk editing/import from MS Access (~5 years of records), 508 compliance, geospatial service prep
  • Process/management: Contractor to provide project management and participate in PDT prioritization; monthly evaluation of tasks
  • Ownership/IP: All code and deliverables become Government property; must be maintained in CWBI's GitHub for scanning
  • Partial review caveat: only sections 1 and 4 were available for extraction (limitation: too_large); other PWS sections not reviewed may contain additional obligations or constraints
Technical details

Entry: sync

Review status: Up to date

Logical upstream opportunity: 8106

Notice lineage:

  • 8fdd5e08ff2a4255ae65ba0d904c3376 (posted 2026-03-31) - current

Last synced: 2026-04-01T15:52:10.794784+00:00

Last analyzed: 2026-04-01T15:54:21.368135+00:00

Latest package fingerprint: 7d4eb01cb24c61cef8c697c360b38d90c7cc14aec4700128c67744581daac935

Latest package notice: 8fdd5e08ff2a4255ae65ba0d904c3376

Latest package documents: 2

Evidence limitations
  • A02.12 PWS RI TACOd dated 2026.03.18.docx: partially reviewed (too large)
Recent package history
  • 2026-04-01T15:52:10.797344+00:00: 8fdd5e08ff2a4255ae65ba0d904c3376 with 2 docs

Labels

Human notes

No human notes yet.

Qualification Settings

Included notice types

Scope Filters

Use one code or phrase per line, or comma-separate.

System Settings

Runtime

Custom Search

Search time

These filters apply only to this run. Qualification settings stay unchanged.

Custom Search queries Fetchmesh and stores the results in Scout without mutating the default sync configuration.

Workspace visibility

All custom searches are public for now.

Included notice types

Scope Filters

Use one code or phrase per line, or comma-separate.

Browse Searches