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
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
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.
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.
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.
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.
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).
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.
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
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
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)
- 2026-04-01T15:52:10.797344+00:00: 8fdd5e08ff2a4255ae65ba0d904c3376 with 2 docs
Labels
Human notes
No human notes yet.