Remedial Action Cost Engineering and Requirements (RACER) Version 11.13
ID: PANHES-25-P-025548Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2V6 USA ENG SPT CTR HUNTSVILREDSTONE ARSENAL, AL, 35898-0000, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically 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. The contract will focus on analyzing the current Problem/Change Request (P/CR) list, conducting defect research, and updating model documentation to enhance the software's functionality, which is crucial for environmental liability cost estimation across various federal agencies. This software is widely utilized by the Department of Defense and other federal entities for developing cost estimates and annual budgets related to environmental remediation. Interested parties are encouraged to submit their responses electronically by 9:00 a.m. CST on August 17, 2025, including company registration details and qualifications, as the government will consider all responses to assess the potential for competitive procurement. For further inquiries, contact Robert Marsh at robert.g.marsh@usace.army.mil or Paul Speering at paul.f.speering@usace.army.mil.

    Files
    Title
    Posted
    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.
    Lifecycle
    Similar Opportunities
    (SPA) ProjNet Sofware
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), Albuquerque District, intends to award a sole-source contract for access to ProjNet software, which is essential for managing Bidders Inquiry processes for procurements. The contract will provide subscription services for continuous access to the ProjNet Bidder Inquiry software, ensuring uninterrupted service and maintenance for both government users and industry stakeholders involved in project reviews. This software is critical for compliance with Engineer Regulation 1110-1-8159, which mandates the use of Dr.Checks for military and civil projects requiring design reviews. Interested parties may submit capability statements or proposals by December 18, 2025, to Harry J Rivera Reyes at harry.j.riverareyes@usace.army.mil, with no reimbursement for submission costs. Firms must be registered in the System for Award Management (SAM) to be eligible for contract award.
    Environmental Remedial Action Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Atlantic, is seeking qualified small businesses for an Environmental Remedial Action Multiple Award Contract. This procurement aims to address the repair or alteration of restoration of real property, which is critical for environmental remediation efforts. The selected contractors will play a vital role in executing projects that contribute to the restoration of affected sites, ensuring compliance with environmental regulations. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further details regarding this opportunity.
    Draft RFP for Advanced Contracting Initiative – Regional Contracts for Debris Management Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Rock Island District, is seeking industry partners for the Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI-RCDMS). This procurement aims to establish ten Regional Single Award Task Order Contracts (SATOCs) for rapid and comprehensive debris removal services across the United States and its territories, supporting FEMA and federal disaster response efforts under the Stafford Act. The contracts, valued at an estimated $37 billion over a five-year period, are crucial for managing debris following natural and man-made disasters, ensuring public safety and infrastructure restoration. Interested parties must submit feedback on the draft solicitation by 2:00 PM on December 12, 2025, and can direct inquiries to Christopher McCabe or Brunson Grothus via their provided email addresses.
    Environmental Remedial Action Contract
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Atlantic, is seeking qualified small businesses for an Environmental Remedial Action Multiple Award Contract. This procurement aims to address the repair or alteration of restoration of real property, emphasizing environmental remediation efforts. The selected contractors will play a crucial role in managing and executing projects that contribute to environmental restoration and compliance. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further information regarding this opportunity.
    Raritan Bay Slag Superfund Site Operable Unit 1 - Seawall Sector Remedial Action
    Buyer not available
    The U.S. Army Corps of Engineers, Kansas City District, is seeking contractors for the Raritan Bay Slag Superfund Site Operable Unit 1 - Seawall Sector Remedial Action project in Middlesex County, New Jersey. The procurement involves a competitive contract for the dredging, excavation, and removal of contaminated source materials, including slag and battery casing materials, as well as contaminated soil and sediment from the Seawall Sector. This remediation effort is critical for addressing highly toxic principal threat waste and ensuring environmental protection in the area. Interested parties can reach out to Chris Lewis at christopher.d.lewis3@usace.army.mil or Michael Dolly at michael.s.dolly@usace.army.mil for further details, with the understanding that this notice does not constitute a commitment by the Government to award a contract.
    Presolicitation Notice – Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Rock Island District, is preparing to issue a Request for Proposals (RFP) for the Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS). This initiative aims to establish up to ten Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to provide rapid and comprehensive debris management and removal services in support of Federal disaster response efforts, particularly following natural and man-made disasters that exceed local capacities. The contracts will encompass a wide range of services, including debris collection, reduction, hauling, and management, with a total capacity of $37 billion over a five-year period. Interested contractors are encouraged to monitor SAM.gov for the formal RFP, anticipated to be released within the next 2–4 weeks, and must submit comments on the Draft RFP by December 12, 2025. For further inquiries, contact Christopher McCabe at christopher.a.mccabe@usace.army.mil or Brunson Grothus at brunson.e.grothus@usace.army.mil.
    GLRI-Monguagon Creek-Upper Trenton Channel (MCUTC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Detroit District, is conducting market research for the GLRI-Monguagon Creek-Upper Trenton Channel (MCUTC) project, which involves mechanical dredging and placement construction services for contaminated sediment in Riverview, Michigan. The contractor will be responsible for providing all necessary materials, labor, equipment, and supervision to mechanically dredge and remove contaminated sediment, with anticipated placement in the Pointe Mouillee Confined Disposal Facility. This project is significant for environmental remediation efforts and is estimated to have a construction value between $10 million and $20 million, with a contract expected to be awarded in April/May 2026. Interested firms should submit their capabilities by December 10, 2025, to the designated contacts, Marna Rockwell and Lisa May, via the provided email addresses.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to award a Sole Source contract to AECOM Technical Services, Inc. for architect-engineer services related to the renovation of the Corrosion Control Facility at the 128th Air Refueling Wing in Wisconsin. The contract will encompass Code and Criteria Review along with an option for Type C services, justified as a logical follow-on to a previous order that AECOM executed, which included Type A and B services for the facility's design. This procurement is critical to ensure continuity and mitigate performance and liability risks associated with transitioning to a new contractor, as AECOM is already familiar with the original designs and specifications. Interested parties may submit their interest and product information by 12:00 PM CST on December 10, 2025, via email to Mark Tonkinson at mark.tonkinson.2@us.af.mil.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Buyer not available
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    Remedial Action at Roebling Steel Superfund Site
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for remedial action at the Roebling Steel Superfund Site, focusing on Operable Units 4 and 5. The objective of this procurement is to engage qualified contractors to perform environmental remediation services, which are critical for addressing contamination and restoring the site to a safe condition. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of involving smaller firms in federal contracting. Interested parties should contact Heather Scott at heather.a.scott@usace.army.mil for further details, as the solicitation process is currently open.