The Performance Work Statement (PWS) outlines the requirements for maintaining and enhancing the Remedial Action Cost Engineering and Requirements (RACER™) software, utilized by the U.S. Army Corps of Engineers. The contractor is responsible for analyzing the current Problem/Change Request (P/CR) list, researching defects, and updating model documentation for version 11.13 of RACER. Key tasks include thorough analysis of the P/CR list, proposing remediation schedules, developing solutions, and updating technology documentation.
Performance metrics dictate at least 90% task completion on time and with accuracy. The contractor must ensure proper communication with government personnel, maintain high-quality standards throughout all project phases, and adhere to specified deadlines for deliverables. Additionally, the government will supply relevant documentation and guidelines but expects the contractor to provide qualified personnel and resources.
The PWS emphasizes systematic documentation and comment management processes to ensure government feedback is incorporated effectively. A strict invoicing process is outlined for contractor payments, stressing the importance of compliance with financial regulations. Overall, this initiative ensures the RACER software remains an efficient tool for cost estimation in environmental remediation across federal agencies.
The U.S. Army Corps of Engineers (USACE) intends to award a sole-source contract to AECOM Technical Services, Inc. for the development of version 11.13 of the Remedial Action Cost Engineering and Requirements (RACER) software. This action is in compliance with FAR regulations and requires public notice at least 15 days before contract issuance. The contract aims to address the current Problem/Change Request list, conduct defect research, and update model documentation related to the software, which is essential for the Department of Defense (DoD) and other federal agencies for environmental liability cost estimation and budget preparation. The announcement is not a solicitation for quotes, nor does it commit the government to award a contract. Responses must be submitted electronically by August 17, 2025, and include company registration details, qualifications, and whether the business qualifies as a disadvantaged or small business. The relevant NAICS code for this procurement is 541511, with a business size standard of $34 million. The document encourages responses to assess the potential for competitive procurement.