AI Scheduling Tool
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers (USACE) – Sacramento District (SPK) is conducting market research through this Sources Sought Notice to identify qualified small businesses, including HUBZone, WOSB, SDVOSB, VOSB, and 8(a) concerns, capable of providing an Artificial Intelligence (AI) construction scheduling tool. The tool should augment current practices in predictive schedule analysis. Responses are due by February 18, 2026.
Purpose & Scope
This notice is for market research only to determine the availability and capability of firms for a potential small business set-aside. The Government seeks an existing Commercial-Off-The-Shelf (COTS) or Software-as-a-Service (SaaS) product that can forecast construction schedule risk and assist project teams in developing risk-mitigation scenarios. The core solution must be a predictive AI model pre-trained on a large, diverse dataset of historical construction projects (minimum 100,000 distinct projects across multiple sectors). It must ingest standard scheduling files (e.g., Primavera P6, Microsoft Project) and feature a conversational user interface (LLM chatbot) for risk analysis and interactive modeling. The solution must be mature, ready for rapid deployment, and not require Government data for model training.
Technical Requirements
Key technical requirements include:
- Predictive AI Model: Forecast construction schedule risk, quantify delays/opportunities, provide completion date ranges and probability of delay.
- Conversational UI: LLM-enabled for explaining risk drivers, answering questions, and supporting mitigation planning.
- Commercial Product: COTS/SaaS, operational at award, providing meaningful results without USACE data for training.
- Pre-trained Dataset: Minimum 100,000 distinct historical construction projects from diverse sectors (vertical/horizontal), types, values, and geographical locations.
- Data Ingestion: Support Primavera (.xer, .xml), Microsoft Project (.mpp), and contextual documents (.pdf, .docx, .xlsx, .csv, .txt).
- Data Isolation: Logical segregation of USACE/SPK data; no use for model training without explicit authorization.
- Provisioning: New user accounts provisioned within 10 business days of award.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- Anticipated Award Type: Firm-Fixed Price Purchase Order
- NAICS Code: 513210 (Software Publishers), Size Standard: $47M
- Product Service Code: DA10 (IT and Telecom – Business Application/Application Development Software as A Service)
- Response Due: February 18, 2026, 11:00 AM PST
- Published Date: February 3, 2026
- Anticipated Solicitation Release: Mid-to-late February (likely 2026)
Capability Statement Submission
Interested contractors should submit a capability statement, limited to 10 pages, addressing:
- Offeror's contact information.
- Experience and capability with comparable work in the past 2 years.
- Description of the predictive model's dataset (size, sectors, regions).
- Standard timeline for provisioning new accounts.
- Socioeconomic type and business size.
Contact Information
Submit responses via email to Lachad.c.jefferson@usace.army.mil. Include "Sources Sought No. W9123826S0008" in the subject line.