Fleet Stability Software Support Services

SOL #: REQUIREMENTS-25-3038Special Notice

Overview

Buyer

Commerce
National Oceanic And Atmospheric Administration
DEPT OF COMMERCE NOAA
NORFOLK, VA, 23510, United States

Place of Performance

Alameda, CA

NAICS

Custom Computer Programming Services (541511)

PSC

Other Professional Services (R499)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 24, 2025
2
Last Updated
Dec 2, 2025
3
Action Date
Dec 5, 2025, 5:00 PM

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.

Notice of Intent to Award Sole Source

The US Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division (EAD) and NOAA Office of Marine and Aviation (OMAO) in Norfolk, VA intends to negotiate on a sole source basis with Herbert-ABS Software Solutions, located at 1040 Marina Village Pkwy Ste 200, Alameda, CA 94501-1030, using procedures in accordance with FAR Part 12 and the procedures identified in FAR Part 13.5 to accomplish the fleet stability software support services for the NOAA ship fleet which currently consists of 15 research and survey vessels.  Herbert-ABS has the proprietary rights to provide the CargoMax and HECSALV stability software currently utilized within NOAAs ship fleet.  The statutory authority for other than full and open competition is 41 U.S.C. 1901 as authorized by FAR 13.500(a) and implemented by FAR 13.501(a).

The North American Industry Classification System (NAICS) code for this acquisition is 541511 – Custom Computer Programming Services, which has a business size standard of $34 million dollars.  

This is not a solicitation for competitive offers, nor will one be posted on the Government Entry Point, SAM.gov. 

A determination by the Government not to compete this proposed requirement based upon responses to this notice are solely within the discretion of the Government. However, if any interested party believes that it is capable of meeting the requirements, and in an effort to comply with the requirements outlined in FAR 5.102, a firm may submit a written notice expressing their comprehensive understanding of the requirement along with a narrative statement of the company’s capabilities, including technical information to support the company’s ability to meet the requirement. Please note, the capability statement must contain material in sufficient detail to allow NOAA to determine if the party can meet all of the requirements.

Please send your correspondence to the Contract Specialist, Tamara Horton, at Tamara.Horton@noaa.gov, with the subject line to include the Announcement Number: REQUIREMENTS-25-3038.

Any notice, to include all supporting documentation, must be received on or before 12:00 PM Eastern Standard Time (EST) on December 5, 2025.

People

Points of Contact

No contacts available

Files

Files

Download

Versions

Version 2
Special Notice
Posted: Dec 2, 2025
View
Version 1Viewing
Special Notice
Posted: Nov 24, 2025
Fleet Stability Software Support Services | GovScope