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
- Zip Code: 20593
- 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 |