Propeller AeroPoint Ground Control Point Targets

SOL #: W81YH80012375266Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC-WEST POINT
WEST POINT, NY, 10996-1514, United States

Place of Performance

West Point, NY

NAICS

Software Publishers (513210)

PSC

Computing Hardware And Software Products For Servers And Converged Appliances, Such As Physical And Virtual Server Environments, Tools, Operating Systems (Windows, Linux, Unix) And Virtualization Software. (7B22)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 12, 2025
2
Response Deadline
Dec 16, 2025, 5:00 PM

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.

The U.S. Government desires to procure brand name Annual Propeller AeroPoint Software as a Service Subscription for the Department of Geography and Environmental Engineering (D/GENE) at the United States Military Academy (USMA) on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set[1]aside.  We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.

This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.  This notice does not commit the U.S. Government to contract for any supply or service.  Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.  The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.  Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued.  If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry.  It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 513210 – Software Publishers and with a size standard of $47.0 million dollars. 

In response to this Sources Sought Notice, please provide:

1.  Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

2.  Identify whether your firm is interested in competing for this requirement as a prime contractor or not.  Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. Identify if you’re a Federal Supply Schedule (FSS) Contractor.

3.  Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (including size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.

4.  Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

5.  Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.

6.  Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. If you believe that this action is unreasonably restricting competition, include the subject of the acquisition, this announcement, and the MICC POC information from the SAM.gov notice.  Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

7.  Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.

8.  Please send all responses by Tuesday, 16 December 2025 at 12:00 PM EST to Dennis Cook, at Dennis.j.cook8.civ@army.mil , and be sure to include the Sources Sought Notice in your email subject line.

People

Points of Contact

Dennis CookPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Sources Sought
Posted: Dec 12, 2025
Propeller AeroPoint Ground Control Point Targets | GovScope