Artificial Intelligence Geotechnical Borehole Logging 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 for an Artificial Intelligence (AI) Geotechnical Borehole Logging Tool. This is to identify qualified small businesses (including HUBZone, Woman-Owned, Service-Disabled Veteran-Owned, Veteran-Owned, and 8(a) concerns) and other businesses capable of providing a Commercial-Off-The-Shelf (COTS) Software-as-a-Service (SaaS) solution. The goal is to augment current practices in geotechnical data collection, management, and analysis. Responses are due April 14, 2026, at 11:00 AM PST.
Scope of Requirement
USACE seeks an existing COTS SaaS product that provides AI-enabled geotechnical borehole logging and data management. Key functionalities include:
- Digital field data entry with real-time quality controls.
- AI-driven cross-referencing of field data (ASTM D2488) against lab classifications (ASTM D2487) with discrepancy alerts.
- In-software AI assistance for workflow guidance and troubleshooting.
- Custom export functionality for integration with OpenGround Cloud.
- Ability to ingest, validate, and restructure gINT files (.gpj).
- Deployment within the USACE AWS CWBI cloud, satisfying IL4 cloud security requirements.
- Support for various geotechnical data formats (.xlsx, .csv, .gpj, .jpeg, .png, .tif, .pdf, .docx, .txt).
- Spatial data projection and 3D mapping capabilities.
- No developmental work or Government data for model training is allowed; the product must be mature and ready for rapid deployment.
- Contractor must provide dedicated support for user training and technical assistance.
Contract & Timeline
- Type: Sources Sought (Market Research ONLY)
- 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: April 14, 2026, 11:00 AM PST
- Published: March 13, 2026
- Anticipated Solicitation Release: Mid-to-late May (Government estimate)
Capability Statement Requirements
Interested firms must submit a capability statement (limited to 10 pages) covering:
- Offeror details (name, UEI/CAGE, address, POC, email, phone).
- Experience with comparable work within the past 2 years.
- Description of SaaS product functionality addressing all technical requirements, with examples.
- Standard timeline for deployment in CWBI AWS Cloud.
- Socioeconomic type and business size.
Additional Notes
This notice is for information and planning purposes only. Responses will determine the appropriate acquisition strategy, including potential small business set-aside. The Government will not notify respondents of review results.