Skip to content
Department of Commerce

NOAA: High-Performance Computing (HPC) Software Development and Technical Services

Solicitation: REQUIREMENTS-25-1463
Notice ID: 195444560aeb417db83277fe339014be
TypeSources SoughtNAICS 541511DepartmentDepartment of CommerceAgencyNational Oceanic And Atmospheric AdministrationStateNJPostedFeb 23, 2026, 12:00 AM UTCDueMar 17, 2026, 04:00 PM UTCCloses in 22 days

Sources Sought from NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION • COMMERCE, DEPARTMENT OF. Place of performance: NJ. Response deadline: Mar 17, 2026. Industry: NAICS 541511.

Market snapshot

Awarded-market signal for NAICS 541511 (last 12 months), benchmarked to sector 54.

12-month awarded value
$9,650,220
Sector total $5,796,258,355,399 • Share 0.0%
Live
Median
$275,911
P10–P90
$275,911$275,911
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+765%($7,650,220)
Deal sizing
$275,911 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for NJ
Live POP
Place of performance
Princeton, New Jersey • 08544 United States
State: NJ
Contracting office
Seattle, WA • 98115 USA

Point of Contact

Name
Heidi Washburn
Email
heidi.washburn@noaa.gov
Phone
Not available
Name
Remo Dela Cruz
Email
remo.dela-cruz@noaa.gov
Phone
Not available

Agency & Office

Department
COMMERCE, DEPARTMENT OF
Agency
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
Subagency
DEPT OF COMMERCE NOAA
Office
Not available
Contracting Office Address
Seattle, WA
98115 USA

More in NAICS 541511

Description

SOURCES SOUGHT NOTICE

High-Performance Computing (HPC) Software Development and Technical Services

REQUIREMENTS-25-1463

This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal or Quotation. It is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided.

Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to:

  1. Determine if sources capable of satisfying the agency's requirements exist.
  2. Determine whether the acquisition should utilize any of the small business programs in accordance with FAR Part 19.

Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action.

Requirement: This notice is issued by the National Oceanic and Atmospheric Administration (NOAA) Western Acquisition Division (WAD) and Geophysical Fluid Dynamics Laboratory (GFDL) to identify sources capable of providing the following:

The GFDL, located on Princeton University's Forrestal Campus, Princeton, NJ, is a NOAA research laboratory in the Office of Oceanic and Atmospheric Research (OAR). GFDL’s mission is to be a world leader in the development of comprehensive, integrated and unified models of the Earth system comprising the atmosphere, oceans, land, biosphere, cryosphere, and ecosystems; and application of these models for the seamless understanding, predictions and projections of the Earth system, from hours to decades and from global-to-regional spatial scales, accounting for natural variations and forced changes.

This procurement is to obtain High-Performance Computing (HPC) software development and technical support services for the GFDL. This support is essential to ensuring that users are provided with the necessary support for the systems, network, and software needed to continue to advance the GFDL and NOAA mission. This effort does not include procuring IT equipment or software, per se, though contract personnel may help define requirements for equipment, software, and services to be acquired by the Government

The Performance Work Statement outlines the primary performance-based tasks required to successfully satisfy the need in Management Support Services, Technical Support Services, and Scientific Support Services.  The scope of this effort shall encompass all of the task areas described in the Performance Work Statement.

See Attachment 1 – Draft Performance Work Statement for further details on this requirement.

Anticipated Contract Vehicle: The anticipated contract vehicle will be a Blanket Purchase Agreement (BPA) with Fixed-Price Call Orders issued under the resultant BPA.  The period of performance is anticipated to be a one-year base ordering period, with four additional one-year optional ordering periods. 

NAICS Code/Size Standard: The applicable NAICS Code is 541511, Custom Computer Programming Services, and the size standard is $34.0M.

Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice.

Companies may respond to this Sources Sought Notice by using the Google Portal Link below.

https://forms.gle/ekHGrdX3agAPuk3TA  (Copy and paste into web browser) 

Responses shall be received no later than March 17, 2026 at 10:00 AM Mountain Time.

Interested parties: Need to be registered in the System for Award Management (SAM).  Failure to submit sufficient detailed information may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriate for this requirement.

Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation.

After a review of the responses received from this notice, a pre-solicitation notice and solicitation may be published on the Governmentwide Point of Entry (GPE). It is the potential offeror's responsibility to monitor the GPE for release of any future solicitation that may result from this Sources Sought Notice. Responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.