Common Analytic and Support System (CASS) for the NOAA National Weather Service (NWS) Tsunami Warning Centers (TWCs)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The National Oceanic and Atmospheric Administration (NOAA), National Weather Service (NWS), is soliciting quotations for a Common Analytic and Support System (CASS) for its Tsunami Warning Centers (TWCs) in Palmer, AK, and Honolulu, HI. This Total Small Business Set-Aside opportunity seeks to develop a comprehensive system for forecast and alerting guidance. The acquisition is structured as a Request for Quotation (RFQ) with a two-phase advisory down-select process. Phase I submissions are due by February 17, 2026, at 2:00 PM Pacific Time.
Purpose & Scope
The CASS aims to provide consistent and comprehensive forecast and alerting guidance, supporting local network fault tolerance requirements for the TWCs. The system will integrate with the NWS enterprise platform (ATOMS) and incorporate existing code from the Common Analytic System (CAS). Key functionalities include deep-ocean assessment, data ingest from various sources (seismic, landslide, GNSS), ensemble modeling, inundation modeling, event simulation, and dissemination capabilities.
Key Requirements & Deliverables
- CLIN 0001 (Baselining Effort): A two-month effort to determine team capacity and velocity, finalizing details for CLIN 0002.
- CLIN 0002 (CASS Development): Full development, migration, testing, evaluation, implementation, and code fixes. Sprint quantity and firm-fixed-price per sprint will be finalized during CLIN 0001.
- CLIN 0003 (Other Direct Costs): Includes travel and COTS license costs.
- Optional CLINs (1001 & 1002): For additional development and associated direct costs.
- Security: The system is classified as high impact, requiring U.S. Citizen employees and adherence to strict IT security standards within the existing FISMA boundary.
Contract Details
- Contract Type: Firm-Fixed-Price for CLINs 0001 and 0002; Time-and-Materials for CLIN 0003. Optional CLINs are FFP and T&M respectively.
- Period of Performance: Baselining (March 16, 2026 - May 15, 2026); CASS Development (May 16, 2026 - May 15, 2027). An optional development period extends to May 15, 2028.
- Estimated Value: The total budget for the base period is $2,000,823.20. The ceiling for time-and-materials line items is $124,000.00.
- NAICS Code: 541512 (Computer Systems Design Services) with a $34M size standard.
Submission & Evaluation
- Offer Due Date: February 17, 2026, 2:00 PM Pacific Time.
- Submission Process: A two-phase advisory down-select strategy. Phase I requires general documents, signed SF-1449, signed SF-30s, Section K representations, and a summary of company experience (6-page limit) demonstrating ability in HPC, Cloud Architecture, legacy code integration, seismological/hydrographical modeling, and iterative project management. Phase II involves an iterative project management approach, technical demonstration, and price submission.
- Evaluation: Set Price with Highest Evaluated Ratings (SPHERe) methodology, based on Experience, Iterative Project Management Approach, Technical Demonstration, and Price. Price will be evaluated for completeness and reasonableness but is not a discriminator.
Important Updates
- Amendment 0001 clarifies Phase I submission instructions.
- Q&A document provides critical clarifications on the total budget, openness to COTS solutions (with government ownership of CASS-specific code), post-award access to CAS v1.0, on-premise deployment with cloud exploration, remote work flexibility, and detailed Phase II process information. Both prime and subcontractor experience can be used.
Contact Information
- Primary: Hannah Hartman (hannah.hartman@noaa.gov)
- Secondary: Meredith Johnson (meredith.johnson@noaa.gov)