Mississippi Bids > Bid Detail

Notice of Intent to Sole Source - Beach FX Support Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • A - Research and development
Opps ID: NBD00159489678526041
Posted Date: Aug 31, 2023
Due Date: Sep 7, 2023
Solicitation No: W912HZ23R0XRP
Source: https://sam.gov/opp/01f82ba518...
Follow
Notice of Intent to Sole Source - Beach FX Support Services
Active
Contract Opportunity
Notice ID
W912HZ23R0XRP
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
OTHER DIVISION
Office
W2R2 USA ENGR R AND D CTR
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Aug 31, 2023 12:21 pm CDT
  • Original Response Date: Sep 07, 2023 12:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Sep 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: AH11 - Natural Resources and Environment R&D Services; Water Resources; Basic Research
  • NAICS Code:
    • 541511 - Custom Computer Programming Services
  • Place of Performance:
    Vicksburg , MS 39180
    USA
Description

The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC),Coastal and Hydraulics Laboratory (CHL) Coastal Processes Branch in Vicksburg, Mississippi intends to award a contract on a sole source basis to CDM Smith upon the basis of the authority provided at FAR 13.106-1(b).



ERDC-CHL seeks services and support in the development of Beach-FX and the Generation 2 Coastal Risk Model (G2CRM). The models are engineering-economic software tools that calculate damage due to coastal storm events. Both models are actively used by USACE Districts and are regularly maintained to keep up with USACE Information Technology standards and guidance from various USACE centers of expertise. These updates require the contractor to update and modify the Beach-FX and G2CRM code over the lifetime of the tools.



Tasks:



Base Year, Year 1: The contractor will maintain the Beach-FX and G2CRM models to ACE-IT standards and provide updates to the models as identified by ERDC-CHL for up to 6 instances of bug updates. For any changes to the model the contractor will prepare a document describing the specific issue addressed and the model or interface revisions implemented to resolve that issue. In each instance ERDC-CHL will provide the contractor with sample studies to test the functionality of the updated model. The contractor will interrogate these studies to elucidate the observed behavior. The contractor will provide updated source code, executables, and installation packages necessary for fielding enhanced versions of the models upon updating model. The User’s Manual will be updated to include changes made to the model and will be delivered as electronic versions in MS Word and PDF file formats. All code and code modifications will belong to ERDC and delivered to CHL.



Option 1, Year 2: The contractor will maintain the Beach-FX and G2CRM models to ACE-IT standards and provide updates to the models as identified by ERDC-CHL for up to 6 instances of bug updates. For any changes to the model the contractor will prepare a document describing the specific issue addressed and the model or interface revisions implemented to resolve that issue. In each instance ERDC-CHL will provide the contractor with sample studies to test the functionality of the updated model. The contractor will interrogate these studies to elucidate the observed behavior. The contractor will provide updated source code, executables, and installation packages necessary for fielding enhanced versions of the models upon updating model. The User’s Manual will be updated to include changes made to the model and will be delivered as electronic versions in MS Word and PDF file formats. All code and code modifications will belong to ERDC and delivered to CHL.



Option 2, Year 3: The contractor will maintain the Beach-FX and G2CRM models to ACE-IT standards and provide updates to the models as identified by ERDC-CHL for up to 6 instances of bug updates. For any changes to the model the contractor will prepare a document describing the specific issue addressed and the model or interface revisions implemented to resolve that issue. In each instance ERDC-CHL will provide the contractor with sample studies to test the functionality of the updated model. The contractor will interrogate these studies to elucidate the observed behavior. The contractor will provide updated source code, executables, and installation packages necessary for fielding enhanced versions of the models upon updating model. The User’s Manual will be updated to include changes made to the model and will be delivered as electronic versions in MS Word and PDF file formats. All code and code modifications will belong to ERDC and delivered to CHL.



CDM Smith has been identified as the only company capable of offering the capabilities to perform the necessary work due to being the primary coder for this software. Due to the proprietary nature of the requested support, CDM Smith is the sole source authorized to fulfill the Government’s requirement.



The associated North American Industry Classification System (NAICS) code is 541511, which has a sizestandard of 600 employees.



This Notice of Intent is not a request for competitive quotations. However, interested parties may identify their interest and capability to respond to this requirement. Any interested party that believes they can fulfill this requirement should submit a capability statement to be reviewed. All submissions will be considered; however, there is no guarantee that submissions in response to this notice will in any way alter the Government's acquisition strategy.



Responses to this notice shall be submitted NLT 12:00 PM CDT, 7 September 2023 to kasey.t.davis@usace.army.mil and CHL-CT-quotes@usace.army.mil.



Telephone responses will not be accepted.



Responses to this notice will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. A determination by the Government not to compete the 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.



Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete the FAR and DFARS representations and certifications.


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • ERDC CONTRACTING OFC 3909 HALLS FERRY ROAD
  • VICKSBURG , MS 39180-6199
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Aug 31, 2023 12:21 pm CDTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >