Search Contract Opportunities

AI Scheduling Tool

ID: W9123826S0008 • Type: Sources Sought • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

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. Interested contractors having the skill, capabilities, and workload capacity to complete the described project 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 who can provide an Artificial Intelligence (AI) scheduling tool to augment current practices in predictive schedule analysis. Other than small business is 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 late January to early February.

The Government intends to award Firm-Fixed Price Purchase Order.

The NAICS Code is 513210 (Software Publishers). The size standard is $47M.

Product Service Code is DA10 IT and Telecom Business Application/Application Development Software as A Service.

GENERAL SCOPE:

The US Army Corps of Engineers (USACE) Sacramento District (SPK) would like to acquire software utilizing an Artificial Intelligence (AI) scheduling tool to augment current practices in predictive schedule analysis. The tool must receive schedule data to forecast delays or opportunities, identify risk, and provide risk-mitigation proposals. In addition to a predictive model, SPK requires the tool to have the ability to interface/interact with the product conversationally, to gain insight into suggestions and efficiently develop solutions in an iterative and cooperative manner. The vendor must provide a representative point of contact for initial user training and technical support for the duration of the contract.

Technical Requirements:

  • Software will use a predictive AI model.
  • Predictive model will be augmented by a Large Language Model (LLM) for conversational insight analysis.
  • AI model must leverage sufficient quantity of historical project data, across multiple sectors of construction, to accurately predict schedule activities.
  • Software shall be compatible with but not limited to the following file extensions: .xer, .xerx, .xml, .mpp, .mpx, .p6r, .csv, .xlsx, .xls, .pdf, .docx, .txt, .json, .yaml, .mdb, zip, .gtf, .gbr, files.
  • Software shall enable upload and make use of administrative files (specifications, regulatory guidance, schedule constraints, etc.) for USACE-specific context and analysis accuracy.
  • USACE/SPK data will be anonymized and isolated from other customer/database data.

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, CAGE Code, address, point of contact, phone number, and e-mail address.

2) Offeror's experience and capability to complete contracts of this complexity and comparable work performed within the past 2 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 January 6, 2026 at 11:00am PST. Submit response and information through email to: Lachad.c.jefferson@usace.army.mil . Please include the Sources Sought No. W9123826S0008 in the subject line.

Overview

Response Deadline
Jan. 6, 2026, 2:00 p.m. EST Past Due
Posted
Dec. 5, 2025, 1:22 p.m. EST
Set Aside
None
Place of Performance
Sacramento, CA 95814 United States
Source

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$150,000 - $500,000 (AI estimate)
Odds of Award
22%
On 12/5/25 USACE Sacramento District issued Sources Sought W9123826S0008 for AI Scheduling Tool due 1/6/26. The opportunity was issued full & open with NAICS 513210 and PSC DA10.
Primary Contact
Name
La Chad Jefferson   Profile
Phone
(916) 557-5236

Secondary Contact

Name
DeAnna L. Wagner   Profile
Phone
(916) 557-6690

Documents

Posted documents for Sources Sought W9123826S0008

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W9123826S0008

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W9123826S0008

Experts for AI Scheduling Tool

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SPD > US ARMY ENGINEER DISTRICT SACRAMENT
FPDS Organization Code
2100-W91238
Source Organization Code
100221301
Last Updated
Dec. 5, 2025
Last Updated By
deanna.l.wagner@usace.army.mil
Archive Date
Jan. 21, 2026