Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2025 SAM #8651
SOLICITATION NOTICE

D -- Remedial Action Cost Engineering and Requirements (RACER) Version 11.13

Notice Date
8/1/2025 10:47:11 AM
 
Notice Type
Presolicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
W2V6 USA ENG SPT CTR HUNTSVIL REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
PANHES-25-P-025548
 
Response Due
8/17/2025 7:00:00 AM
 
Archive Date
09/01/2025
 
Point of Contact
Robert Marsh, Phone: 9382259010, Paul Speering, Phone: 2568957412
 
E-Mail Address
robert.g.marsh@usace.army.mil, paul.f.speering@usace.army.mil
(robert.g.marsh@usace.army.mil, paul.f.speering@usace.army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
SYNOPSES OF PROPOSED CONTRACT ACTION - Notice of Intent to Award a Sole Source procurement for version 11.13 of the Remedial Action Cost Engineering and Requirements (RACER) software. The United States Army Corps of Engineers (USACE), Huntsville Engineering and Support Center (CEHNC) is issuing this synopsis in order to publicize its intentions to execute one (1) sole-source, firm-fixed priced contract award to AECOM Technical Service, Inc. for services required to develop version 11.13 of the RACER software in accordance with (IAW) FAR 5.203(a)(1) � �Publicizing and response time,� which states, �A notice must be published at least 15 days before issuance of a solicitation, or a proposed contract action that the Government intends to solicit and negotiate with only one source under the authority of 6.302, except that, for acquisitions of commercial items, the contracting officer may establish a shorter period for issuance of the solicitation.� The USACE Huntsville Center Team requires the personnel, technical, and functional services and supplies required to complete an analysis/clean-up of the current Problem/Change Request (P/CR) list, defect research and solution development, and updates to model documentation, resulting in version 11.13 of RACER. Both Department of Defense (DoD) Financial Management Regulation (FMR) and Defense Environmental Restoration Program (DERP) guidance provides for the use of electronic cost estimating software in most Environmental Liability (EL) estimating situations. The RACER application is used by DoD (including the Army, Navy, and the Air Force) and other Federal agencies for developing parts of out-year ELs estimates and annual budgets. Other DoD and Federal agencies also use RACER to prepare parametric cost estimates. Electronic cost estimating applications provide for consistency among EL cost estimates. This notice of intent is NOT a REQUEST FOR QUOTE, nor does it restrict the Government as to the ultimate acquisition approach. Additionally, this announcement does not obligate the Government to award a contract. The Government is not responsible for any costs incurred by responding to this notice. This notice of intent is not a request for competitive quotations; however, all responses received within the closing date for this notice will be considered by the government. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The most applicable North American Industrial Classification System (NAICS) code is 541519, All Other Computer Related Services. The business size standard for this NAICS code is $34M. Responses should appear on company letterhead and include, at minimum, affirmation of active registration in the System for Award Management (SAM), your Unique Entity Identifier (UEI), any applicable processed credentials and qualifications, and any applicable pricing data or information. All responses should include a point of contact, telephone number, and electronic mail address. Additionally, respondents should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone, service disabled veteran-owned small business, or qualify as socially or economically disadvantaged and whether they are U.S. or foreign owned. Responses should be furnished electronically to the contacts listed below no later than 9:00 a.m. CST, Sunday, 17 August 2025. Phone calls will not be accepted. Contract Specialist: PAUL SPEERING Email: paul.f.speering@usace.army.mil Contracting Officer: ROBERT MARSH Email: robert.g.marsh@usace.army.mil Attachment: Performance Work Statement
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/574e2e2cd6634ace88efa449ece3ee1f/view)
 
Place of Performance
Address: Huntsville, AL 35808, USA
Zip Code: 35808
Country: USA
 
Record
SN07533295-F 20250803/250801230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.