D--Special Notice of Intent to Award A Sole Source Contract
Special Notice from US FISH AND WILDLIFE SERVICE • INTERIOR, DEPARTMENT OF THE. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Apr 30, 2026. Industry: NAICS 541511 • PSC DH10.
Support routes that fit this solicitation
Market snapshot
Awarded-market signal for NAICS 541511 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
More in NAICS 541511
Description
THIS IS NOT A SOLICITATION.
This is a Notice of Intent to award a sole source, firm fixed price contract and is not a request for competitive quotes.
The U.S. Fish and Wildlife Service (USFWS), Klamath Falls Fish and Wildlife Office (KFFWO), announces its intention to award a firm fixed price sole source contract. This contract will include a base year with four option years and is authorized under 41 U.S.C. 1901, FAR 12.201-1 only one responsible source using Simplified Acquisition Procedures (above SAT but below $9M) to:
Real Time Research, Inc. (RTR)
1000 SW Emkay Dr.
Bend, Oregon 97702
NAICS Code: 541511 - Custom Computer Programming Services.
Description of Requirement
The purpose of this sole source award is to provide continued development and enhancement of the Sucker Assisted Rearing Program (SARP) Data Management System, specifically Phase II system improvements. Phase II builds upon the database and cloud-based data management portal established during Phase I and includes:
- Enhancements to the centralized database architecture;
- Integration of new datasets and database schema expansions;
- Improvements to reporting, visualization, and analytical tools;
- Development of workflow automation utilities;
- Maintenance and refinement of cloud-based tools for accessing, managing, and analyzing program data.
Core, ongoing system functions that must be maintained across the base and option years include: administrative database management, user access/authentication controls, and support for critical query, reporting, and dashboard capabilities.
Justification for Sole Source
RTR served as the developer for Phase I of the SARP Data Management System, during which the contractor built the program's foundational architecture and gained unique technical knowledge of the system and its operational requirements. Maintaining RTR as the developer ensures:
- Seamless continuity of operations;
- Protection of government investment in the existing system;
- Retention of specialized knowledge related to Klamath Basin research, datasets, and fish survival/mortality analyses;
- Efficient and technically consistent system enhancements without risking data integrity or system disruption.
RTR also possesses long standing experience supporting USFWS data management needs in the Klamath Basin and provides subject matter expertise that is integral to the biological, ecological, and operational context of the SARP program.
Capability Statements
This synopsis does not constitute a solicitation. However, interested parties who believe they can fully meet the Government's requirements may submit a written statement of capabilities. Responses must:
- Demonstrate clear and convincing evidence that competition would be advantageous to the Government;
- Address the full scope of technical and continuity requirements described above.
Capability statements must be submitted via email only in Microsoft Word or PDF format to:
lawrence_aragon@ios.doi.gov
NO TELEPHONE INQUIRIES WILL BE ACCEPTED.
All costs associated with responding to this notice are solely the responsibility of the respondent and will not be reimbursed by the Government.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.