Search Contract Opportunities

Remedial Action Cost Engineering and Requirements (RACER) software version 11.12 notice of intent to sole source

ID: PANHES-25-P-025321 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a response outline indicating that my company is also capable of performing this sole source work
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

SYNOPSES OF PROPOSED CONTRACT ACTION - Notice of Intent to Award a Sole Source procurement for version 11.12 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 11.12 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 develop RACER version 11.12 and address Exigent Legacy Defects and develop specific model / technology documentation.

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 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. 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

Background
The United States Army Corps of Engineers (USACE), Huntsville Engineering and Support Center (CEHNC) is issuing this synopsis to publicize its intention to execute a sole-source, firm-fixed priced contract award to AECOM Technical Service, Inc. for the development of version 11.12 of the Remedial Action Cost Engineering and Requirements (RACER) software.

The RACER application is utilized by various Department of Defense (DoD) agencies and other Federal entities for electronic cost estimating in Environmental Liability (EL) estimating situations, ensuring consistency in cost estimates.

Work Details
The contractor will provide personnel, technical, and functional services to develop RACER version 11.12, address Exigent Legacy Defects, and create specific model/technology documentation. Key tasks include:
1. Development of the software with incorporation of comments from the Final Build Software Test Readiness Review (STRR).
2. Coordination and scheduling of conference calls with government personnel regarding software builds and testing.
3. Conducting USGCB checks as required.
4. Performing a vulnerabilities scan using an automated code analysis tool prior to testing, correcting any identified coding flaws that are not false positives.
5. Updating the Estimate Development Report/Post Processor Utility to be compatible with RACER 11.12, delivering revisions for government verification testing at the Alpha Build stage.
6. Developing a Project Management Plan (PMP) and a Quality Management Plan (QMP).
7. Providing monthly status reports summarizing work conducted, action items, defect summaries, and updated schedules during the contract period.

Period of Performance
The anticipated period of performance for this contract is from September 30, 2025, to September 29, 2026.

Place of Performance
The work will be performed at the contractor's facilities utilizing their hardware and software systems.

Overview

Response Deadline
Aug. 17, 2025, 10:00 a.m. EDT Due in 2 Days
Posted
Aug. 1, 2025, 3:55 p.m. EDT
Set Aside
None
Place of Performance
Huntsville, AL 35808 United States
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
Est. Level of Competition
Sole Source
Odds of Award
58%
On 8/1/25 Engineering Support Center Huntsville issued Presolicitation PANHES-25-P-025321 for Remedial Action Cost Engineering and Requirements (RACER) software version 11.12 notice of intent to sole source due 8/17/25. The opportunity was issued full & open with NAICS 541511 and PSC DA01.
Primary Contact
Name
Robert Marsh   Profile
Phone
(938) 225-9010

Secondary Contact

Name
Paul Speering   Profile
Phone
(256) 895-7412

Documents

Posted documents for Presolicitation PANHES-25-P-025321

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Presolicitation PANHES-25-P-025321

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation PANHES-25-P-025321

Similar Active Opportunities

Open contract opportunities similar to Presolicitation PANHES-25-P-025321

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > OTHER DIVISION > W2V6 USA ENG SPT CTR HUNTSVIL
FPDS Organization Code
2100-W912DY
Source Organization Code
100221637
Last Updated
Aug. 1, 2025
Last Updated By
robert.g.marsh@usace.army.mil
Archive Date
Sept. 1, 2025