SPECIAL NOTICE
D -- Notice of Intent to Sole Source - CSHORE-VEG Assessment and Simulation of Deer Island Restoration
- Notice Date
- 9/6/2023 7:18:00 AM
- Notice Type
- Special Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
- ZIP Code
- 39180-6199
- Solicitation Number
- W912HZ23R0XXUH
- Response Due
- 9/12/2023 10:00:00 AM
- Archive Date
- 09/27/2023
- Point of Contact
- Christine L. Wilson, William Rawe
- E-Mail Address
-
Christine.L.Wilson@usace.army.mil, william.t.rawe@usace.army.mil
(Christine.L.Wilson@usace.army.mil, william.t.rawe@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Coastal and Hydraulics Laboratory in Vicksburg, MS intends to award a purchase order on a sole source basis to Northeastern University upon the basis of the authority provided at FAR 13.106-1(b). The Coastal and Hydraulics Laboratory (CHL) within the Engineer Research and Development Center (ERDC) has a need to perform an assessment and simulation of Deer Island Restoration using CSHORE-VEG for the Barrier islands on the Gulf of Mexico Coast for the southern states. The requirement for this project is to access the effectiveness of emergent coastal wetlands on wave attenuation and investigate long-term variations of sediment transport, shoreline positions and beach width in the restored southern shoreline, and biomechanical properties of the emergent tidal marsh on Deer Island. CSHORE-VEG model software developed and maintained by Northeastern University has been identified as the only model software that meets the requirements of the Federal Government. The associated North American Industry Classification System (NAICS) code is 541511 Custom Computer Programming Services, which has a size standard of $34.0M. 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, 12 September 2023 to CHL-CT-QUOTES@USACE.ARMY.MIL. Please reference the Notice ID Number W912HZ23R0XUH in the Subject Line of your email. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5a47eb7955444065a3905cf2a2befa89/view)
- Place of Performance
- Address: Boston, MA 02115, USA
- Zip Code: 02115
- Country: USA
- Zip Code: 02115
- Record
- SN06819728-F 20230908/230906230102 (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 |