THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE.
This market survey/sources sought is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements described in this announcement. Prospective contractors responding to this market research are hereby notified that participation in this survey may not ensure participation in the future solicitation or contract award as this survey is for planning purposes only and may not result in a solicitation or contract. The government will not reimburse participants for any expenses associated with their participation in this survey.
This synopsis is to make available a notice of proposed contract action as required by FAR 5.201 and to seek information about interested sources. The government intends to issue a solicitation in Fiscal Year 2026. The U.S. Army Corps of Engineers, Engineer Research and Development Center (ERDC) requires a contract to support the DoD Science and Technology, Research and Development, Test and Evaluation communities, all of which access the DoD High Performance Computing Modernization Program (HPCMP) Supercomputer systems. These systems support the Defense Research and Engineering Network/Secure Defense Research and Engineering Network (DREN/SDREN), both classified and unclassified. The mission of the HPCMP is to accelerate technology development and transition to superior defense capabilities, in order to provide DoD scientists and engineers with the resources necessary to solve the most demanding warfighter problems through the strategic application of high performance computing, networking, and computational expertise. The Program operates five (5) DoD Supercomputing Resource Centers (DSRCs) with associated Local Area Networks (LANs) / Wide Area Networks (WANs) and develops High Performance Computing (HPC) software applications and support environments.
The contract is planned as an Indefinite-Delivery-Indefinite-Quantity (IDIQ) Single Award Task Order Contract (SATOC) . The task orders will be both firm-fixed-price (FFP) and cost-plus-fixed-fee (CPFF). The IDIQ will have a five-year ordering period. A best-value trade-off method will be used. This solicitation is planned as a 100% Small Business set-aside. The North American Industry Classification System (NAICS) code is 541513 (Computer Facilities Management Services), and the small business size standard is $37.0 million in average annual receipts. Offerors must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any government solicitation.
This notice does not constitute an Invitation for Bid (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP), and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or to ultimately award a contract. All information submitted in response to this announcement is voluntary. As noted, the U.S. Government is in no way liable to pay for or reimburse any company or entity that responds to this announcement. Any costs incurred by interested companies in response to this announcement will not be reimbursed by the government. Do not submit pricing information in response to this Sources Sought notice.
Interested contractors shall provide a capabilities statement that describes the company’s corporate knowledge and relevant experience in providing the same or similar type business support services within the last five years either for the federal government or in private industry.
Interested vendors should provide information regarding this announcement to Jody Criss at jody.r.criss@usace.army.mil by the response date listed in this announcement.