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), on behalf of the National Weather Service (NWS) Tsunami Warning Centers (TWCs), is soliciting proposals for a Common Analytic and Support System (CASS). This is a Total Small Business Set-Aside under Solicitation RFQ 1305M326Q0019, utilizing a two-phase advisory down-select evaluation process. Proposals for Phase I are due February 17, 2026, at 2:00 PM Pacific Time.
Purpose & Scope
The CASS aims to provide comprehensive and consistent forecast and alerting guidance for the TWCs located in Palmer, AK, and Honolulu, HI. 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 monitoring, GNSS), ensemble and inundation modeling, event simulation, and dissemination capabilities. The system requires a high impact security classification and U.S. Citizen employees.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ 1305M326Q0019).
- Contract Type: Firm-Fixed-Price for development CLINs (0001, 0002) and Time-and-Materials for Other Direct Costs (CLIN 0003).
- Set-Aside: Total Small Business (NAICS 541512 - Computer Systems Design Services, Size Standard $34M).
- Period of Performance: A two-month Baselining Effort (March 16, 2026 - May 15, 2026) followed by CASS Development (May 16, 2026 - May 15, 2027). An optional development year is also available.
- Estimated Value: The total budget for the base period is $2,000,823.20.
- Place of Performance: Primarily remote, with periodic site visits to the TWCs in Palmer, AK, and Honolulu, HI.
Submission & Evaluation
- Phase I Due Date: February 17, 2026, 2:00 PM Pacific Time.
- Submission Process: A two-phase advisory down-select strategy.
- Phase I: Requires submission of general documents (signed SF 1449, SF 30s for amendments, Section K representations) and a Factor 1 - Experience summary (6-page PDF limit). This summary must demonstrate experience with platform/application development, High Performance Computing (HPC), Cloud Architecture, combining legacy code, Seismological and Hydrographical Modeling, and Short-Term, High Impact Iterative Project Management.
- Phase II: Selected offerors will be invited for oral presentations, scenario-based questions, and technical demonstrations.
- Evaluation: Based on a Set Price with Highest Evaluated Ratings (SPHERe) methodology, considering Experience, Iterative Project Management Approach, Technical Demonstration, and Price (for completeness/reasonableness, not a discriminator).
Key Clarifications
- Budget: The overall base period budget is $2,000,823.20.
- Technical Approach: Solutions built upon commercially licensed operational platforms (COTS) are acceptable, provided CASS-specific code is government-owned. COTS license costs should be included in CLIN 0003.
- Data Access: CAS v1.0 documentation and source code will be provided post-award.
- Deployment: The primary goal is on-premise deployment at TWCs, with exploration of cloud resources for specific components. Contractors must provide their own compute infrastructure.
- Personnel: Most work can be remote; routine physical access to TWCs is not required.
- Security: The delivered product will fall within the existing FISMA boundary; contractors must provide detailed design documentation for security risk assessment.
- Experience: Both prime contractor and subcontractor experience can be used, with explanation of how subcontractor experience will be leveraged.
Contact Information
Primary: Hannah Hartman (hannah.hartman@noaa.gov) Secondary: Meredith Johnson (meredith.johnson@noaa.gov)