Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2025 SAM #8692
SOLICITATION NOTICE

A -- NOTICE OF INTENT TO AWARD A SOLE SOURCE FOR THE WATERWAYS RISK ASSESSMENT MODEL PHASE TWO

Notice Date
9/11/2025 7:32:35 AM
 
Notice Type
Presolicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
 
ZIP Code
20593
 
Solicitation Number
70Z02325RNAV10001
 
Response Due
9/12/2025 7:00:00 AM
 
Archive Date
09/27/2025
 
Point of Contact
Brenda S. Taylor, Phone: 2068150892, Kenechukwu A. Anakor, Phone: 2068150676
 
E-Mail Address
Brenda.S.Taylor2@uscg.mil, Kenechukwu.a.anakor@uscg.mil
(Brenda.S.Taylor2@uscg.mil, Kenechukwu.a.anakor@uscg.mil)
 
Description
Amendment: To update the period of performance and estimate. THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. The Government hereby submits a notice of intent to award a sole source Cost Plus Fixed Fee Contract to continue with Phase two for the development of the Waterways Risk Assessment Model Prototype. This requirement is to enhance and extend the risk analysis methodology and code base delivered in Phase One. Phase Two will incorporate all major strategic ports and waterways, leveraging machine learning techniques to scale the existing model to encompass the wider MTS. The work will also include the development of extensible, repeatable risk-reduction prototypes, accompanied by a user-friendly visualization platform and interface for end users. The proposed contract action is estimated to be between $500K - $520K The vendor will be The MITRE Corporation., 7515 Colshire Drive, Mclean, VA 22102-7539 UEI: DMHDNDCPWUD1. The period of performance will include one 12-months base year. The Government intends to procure this requirement under FAR 6.103-1 ""Only one responsible source and no other supplies or services will satisfy agency requirements"" and authority 10 U.S.C. 3204(a)(3)(B), ""it is necessary to award the contract to a particular source or sources, in order to establish or maintain an essential engineering, research, or development capability to be provided by an educational or other nonprofit institution or a federally funded research and development center"". U.S. Coast Guard Navigation Center (CG-NAVCEN) will be the procuring entity for this effort. The primary place of performance will be the Contractor�s facilities with site visits as needed to CG NAVCEN in the Washington DC area. The NAICS Code for this requirement is 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology). This notice of intent is not a request for competitive quotes. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice. POINT-OF-CONTACT: The Primary Contract Specialist for this Solicitation is Brenda Taylor, email: Brenda.S.Taylor2@uscg.mil. Any communication regarding this notice should be made in writing sent via email and must identify the Solicitation number, company name, address, phone number and point of contact.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/08afa9e200bb403fa53d7c97bee60d85/view)
 
Place of Performance
Address: Washington, DC 20593, USA
Zip Code: 20593
Country: USA
 
Record
SN07587084-F 20250913/250911230047 (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.