Opportunity
SAM #PANMCC26P0000038134
CAD, GIS, and GPS Support Services for Fort Carson and Pinon Canyon
Buyer
MICC Fort Carson
Posted
April 15, 2026
Respond By
April 29, 2026
Identifier
PANMCC26P0000038134
NAICS
541370, 541340
This opportunity seeks qualified vendors to provide CAD, GIS, and GPS support services for the Directorate of Public Works (DPW) at Fort Carson and the Pinon Canyon Maneuver Site in Colorado. - Government Buyer: - Department of the Army, Fort Carson Directorate of Public Works - Mission Installation Contracting Command (MICC) Fort Carson - OEMs and Vendors Mentioned: - Trimble (GPS and surveying equipment) - Nikon (binoculars) - Lietz/Sokkisha (theodolite) - Crain/Mound (leveling instrument) - Fletcher (multi-material cutter) - Hastings (measuring device) - Products/Equipment Requested: - GPS: Portable: GEOXH Trimble (1 unit) - Computer, Micro Laptop Portable AC/DC w/Battery (2 units) - Printer, Automatic Data Processing (1 unit) - Base Station Repeater (2 units) - Radio Modem Data Link: Trimtalk 900 (1 unit) - Receiver, Radio: 74450-92 Trimble (1 unit) - Tripod, Antenna: 2202000 Trimble Navigat (2 units) - Binoculars: Nikon Sprint III 10X20 Compa (1 unit) - Detector Metal, Ground Penetrating Radar (1 unit) - Surveying Set, GPS Data Entry (2 units) - Surveying Set Trimble R10 GNSS Receiver (1 unit) - Surveying Set, GPS Data Entry: R7 GNSS T (2 units) - Survey Instrument: TSC3 Trimble (2 units) - Theodolite, Surveying: DT20E Lietz/Sokkisha (1 unit) - Leveling Surveying: 903040 Crain/Mound (1 unit) - Cutter, Multi-Material: 04-712 Fletcher (1 unit) - Measuring Device: 39363 Hastings (1 unit) - Measure: Digiroller Plus 2 (1 unit) - Services Requested: - Non-personnel CAD, GIS, and GPS support services including data management, technical support, training, emergency operations center support, equipment oversight, data migration, and quality control - Unique/Notable Requirements: - Support covers both Fort Carson and Pinon Canyon Maneuver Site - Key roles: GIS Manager, CAD Manager, Survey Technician, Database Specialist - Government-furnished equipment includes Trimble GPS units and computers - Emphasis on quality control, training, and compliance with Army standards - Vendors must be registered in SAM.gov and associated with NAICS codes 541370 (GIS Services) and 541340 (CAD Services)
Description
SOURCES SOUGHT/REQUEST FOR INFORMATION (RFI)
DPW CAD-GIS-GPS Services- Ft. Carson
This notice constitutes a Request for Information (RFI) Pursuant to Federal Acquisition Regulation (FAR) Part 15.201 for the purpose of determining the capability of sources in the marketplace for a contemplated effort for the Directorate of Public Works (DPW) for Computer Aided Design (CAD), Geographic Information System (GIS), and Global Positioning Services (GPS) requirement on Fort Carson, Colorado. This RFI is for procurement planning purposes only for eventual award and shall not be construed as a request for proposals, solicitation, or commitment on the part of the Government to issue any future solicitation or award. The Government will not reimburse any costs associated with the development and submission of materials in response to this request.
The contemplated effort would be to award a contract with a 12-month base period and three 12-month option periods. The North American Industry Classification System (NAICS) code for this requirement is 541370 – GIS Services and 541340 – CAD Services. The Product Service Code (PSC) for this requirement is DB10 – IT and Telecom – Compute as a Service – Mainframe/Servers. All interested parties must have an active registration in SAM.gov and be associated with the NAICS codes 541370 and 541340.
Capability Statements shall clearly state the following: Capability to meet the requirement of DPW CAD-GIS-GPS Services on a similar scope in accordance with (IAW) the Performance Work Statement (PWS) attached. Offerors who cannot provide historical information for their company CAD-GIS-GPS Services of similar scope/scale should provide corresponding information to show how your company would meet the requirements of the PWS. This information should provide a strong level of confidence in the Government that an offeror would meet or exceed the performance requirements outlined in the PWS.
The capability statement should demonstrate understanding, capability, approach, qualification, and experience in meeting the work requirements identified in this notice. Finally, interested firms should identify challenges and risks associated with meeting the requirements of this notice and how the organization would minimize those risks. The Government will review the capability statement to determine if the firm interested can satisfy the requirements based on its demonstrated understanding, capability, approach, qualification, and past experience in each of the areas in this notice. Please note that a small business concern may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement. If a teaming arrangement is contemplated, then the response to this source sought must clearly discuss the areas of this notice that the small business firm intends to perform and the specific areas that the large business teaming partner intends to perform.
In furnishing the requested information, please include the following as part of the submission:
Name of the Organization Address of the Organization Telephone/Fax Number, Address, and Email address for the primary point of contact for Capabilities Statement CAGE Code and UEI Number for the Organization
5. Small business standing (i.e. large or small business)
If a Small Business, indicate Small Business Type(s) (e.g., Small Business, Woman-Owned Small Business, Economically Disadvantaged Woman-Owned Small Business, Small Disadvantaged Business, 8(a) Certified, HUBZone Certified, Veteran Owned Small Business, and/or Service-Disabled Veteran-Owned Small Business) If your organization holds any schedule (GSA, SBA 8a Program, etc.) A description of your organization’s capability to meet the requirements stated above A summary of your organization’s history relative to similar requirements
As much as possible, it is preferred that capability statements be nonproprietary. However, capability statements with company-sensitive data and concepts will be accepted, and the Government will respect restricted data markings. Responders are expected to appropriately mark their submissions that contain proprietary information; receipt of classified materials is not anticipated.
All responses shall be submitted electronically, via email, no later than 29 April 2026, at 11:00 AM (MDT), to the points of contact listed below. Only attach MS Word/Excel compatible files or Adobe Acrobat PDF files in electronic correspondence.
Points of Contact
Primary: SFC Michael Miller at michael.b.miller192.mil@army.mil
Secondary: Frank M. Camacho at frank.m.camacho.civ@army.mil