Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 20, 2025 SAM #8760
SOLICITATION NOTICE

D -- Remedial Action Cost Engineering and Requirements (RACER) and Parametric Cost Engineering System (PACES) Software Notice of Intent to Sole Source Single Award Task Order Contract (SATOC)

Notice Date
11/18/2025 6:29:07 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-000267
 
Response Due
12/4/2025 1:00:00 PM
 
Archive Date
12/19/2025
 
Point of Contact
Robert Marsh, Phone: (938) 225-9010, Tracey Neal, Phone: (256) 895-1508
 
E-Mail Address
robert.g.marsh@usace.army.mil, tracey.neal@usace.army.mil
(robert.g.marsh@usace.army.mil, tracey.neal@usace.army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
SYNOPSIS OF PROPOSED CONTRACT ACTION - Notice of Intent to Award a Sole Source Indefinite Delivery/Indefinite Quantity (IDIQ), Single Award Task Order Contract (SATOC) of the Remedial Action Cost Engineering and Requirements (RACER) and Parametric Cost Engineering System (PACES) software applications. The United States Army Corps of Engineers (USACE), Huntsville Engineering and Support Center (CEHNC) is issuing this synopsis to publicize its intentions to execute one sole-source, firm-fixed priced SATOC to AECOM Technical Service, Inc with a five-year ordering period plus a 6-month option to extend services in accordance with FAR 52.217-8. These services are in support of the RACER and PACER software applications 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.� CEHNC requires the personnel, technical, and functional services and supplies to support, sustain, and enhance the RACER and PACES software applications which are responsible for developing cost engineering estimating models for building construction, environment remedial action cleanup, and site work construction. The services which will be provided at the task order level include support services; defect management; software enhancement; software testing; documentation; training; performing a Statement on Standards for Attestation Engagements No. 18 (SSAE 18)/System and Organization Controls 1 (SOC 1) audit in accordance with standards established by the American Institute of Certified Public Accountants (AICPA); and providing verification, validation, and accreditation (VV&A) support. The individual task orders off the SATOC will be firm-fixed price. The RACER application is used by DoD (including the Army, Navy, and the Air Force) and other Federal agencies to support a growing number of environmental sustainment, management, and remediation efforts. RACER is based on parametric cost estimating techniques and is used to create parametric cost estimates for environmental remediation projects where the factors affecting the project vary widely from site to site. PACES is used to plan and budget infrastructure construction, facility, and renovation costs and manage the frequent criteria changes and updates to building systems. It is also based on parametric cost estimating techniques but is used to create cost estimates early in the programming and design phase of a construction or renovation project. 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 541511, Custom Computer Programming 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. Respondents should indicate whether they are a large business, small business, 8(a) concern, women-owned small business, HUBZone, service disabled veteran-owned small business, or qualify as socially or economically disadvantaged. In addition, respondents should state whether they are U.S. or foreign owned. Responses should be furnished electronically to the contacts listed below no later than 3:00 p.m. CST, Thursday, 4 December 2025. Phone calls will not be accepted. Contract Specialist: TRACEY NEAL Email: tracey.neal@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/workspace/contract/opp/5765b9a496a44da9ab5afbeb8e9e3968/view)
 
Place of Performance
Address: Huntsville, AL 35808, USA
Zip Code: 35808
Country: USA
 
Record
SN07644696-F 20251120/251118230037 (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.