STSSC IDIQ Southeast Region
ID: 140G0125R0010Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUSITION GRANTS-NATIONALRESTON, VA, 20192, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

8a Competed (8A)
Timeline
    Description

    The U.S. Geological Survey (USGS), part of the Department of the Interior, is seeking qualified contractors to provide Science and Technical Support Services (STSS) for the Southeast Region under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement aims to fulfill various non-personal support services, including administrative, program management, research, data management, geospatial applications, and technical project management, essential for USGS's mission to deliver impartial scientific information about natural hazards and resources. The contract, valued at a ceiling of $49.5 million with a guaranteed minimum of $2,500, is set to commence on April 1, 2026, and will last for five years, with proposals due by January 20, 2026. Interested parties can contact Kimberly Schneider at krschneider@usgs.gov for further details and must monitor the SAM.gov website for updates and solicitation documents.

    Point(s) of Contact
    Schneider, Kimberly
    0000
    krschneider@usgs.gov
    Files
    Title
    Posted
    FAR Provision 52.212-3,
    This government file, G15PC00035 Attachment A1, outlines the Science and Technical Support Services (STSS) labor categories for the USGS Southeast Region, specifically for locations in Florida (Davie, Fort Myers, Gainesville, Lutz/Tampa, and Orlando). The document details various contract labor categories, including Accounting Clerks, Biology Technicians, Business Support Specialists, Cartographic Clerks, Community Outreach Specialists, Customer Service Specialists, Database Specialists, Education Specialists, Engineers, Engineering Technicians, Facilities Support Technicians, General Biologists, GIS Specialists, Hydrologic Technicians, Media Specialists, Photointerpreters, Program Managers, Receptionists, Remote Sensing Specialists, Research personnel, Research Equipment Specialists, Research Scientists, Science Technicians, Scientists, Spatial Analysis Technicians, Spatial Systems Experts, Subject Matter Experts, System Security Specialists, System Specialists/Architectural, Technicians, Warehouse Specialists, and Writer/Editors. Each category includes a general description of duties, indicating whether it falls under the Service Contract Act (SCA) or Professional Service (PS), and provides the corresponding SCA Occupational Code and Title (if applicable) and Federal Grade Equivalent (for SCA only). The file also includes columns for hourly rates across five contract years, cross-referencing specific Wage Determinations.
    The document is a file related to "Science and Technical Support Services" with a focus on "Northeast and Southeast Coverage Map." Given the context of government RFPs, federal grants, and state/local RFPs, this document likely pertains to an announcement or supporting material for a request for proposals or a grant application for scientific and technical support services. The mention of a "Coverage Map" suggests that the services are geographically delineated, covering the Northeast and Southeast regions. This indicates a potential need for contractors or grantees who can provide scientific and technical expertise within these specific areas, possibly for environmental, research, or infrastructure projects. The file title points to a scope of work involving specialized knowledge and support across defined geographical zones.
    This document is a comprehensive list of wage determinations (WD) for various locations across multiple states including Florida, Louisiana, Arkansas, Mississippi, Alabama, Georgia, Missouri, North Carolina, Puerto Rico, South Carolina, South Dakota, Tennessee, and Texas. Each entry includes the city, county, the specific Wage Determination number (WD), a direct link to its page on sam.gov, the revision number (Rev), and the effective date of the revision (7/8/2025). The document serves as a reference for prevailing wage rates, crucial for federal government RFPs, grants, and state/local RFPs to ensure compliance with labor standards. The consistent revision date suggests a synchronized update for these wage determinations, streamlining the process for contractors and agencies.
    Attachment E, titled "RELEASE OF CLAIMS," is a standard government contract document used by the United States Department of the Interior. It stipulates that upon completion of work and prior to final payment, the contractor must release all claims against the United States. In consideration of the final payment, the contractor discharges the U.S. government, its officers, agents, and employees from all debts, dues, liabilities, obligations, accounts, claims, and demands under the contract, with the exception of any explicitly noted claims. The document includes sections for the contractor's identification, signature, and type of entity (corporation, joint venture, partnership, or individual). For corporations, there is an additional certification section to be completed by a corporate officer, confirming the authority of the signatory. This form ensures that all financial obligations are settled and no further claims can be made by the contractor once final payment is received.
    The USGS Office of Acquisitions and Grants is issuing Attachment 5, a Past Performance Questionnaire (PPQ), for a competitive 8(a) service contract. This document requests detailed past performance information from references regarding a contractor's record under a specific contract number. The PPQ evaluates five key areas: Quality of Product or Service, Schedule, Cost Control, Business Relations, and Key Personnel. References are asked to rate the contractor's performance in these areas using a scale (outstanding to unsatisfactory) and provide narrative explanations for extreme ratings. The completed questionnaire, which is Controlled Unclassified Information, must be returned to krschneider@usgs.gov within ten working days to facilitate a comprehensive evaluation of the contractor.
    This government file outlines a Contractor Non-Disclosure Agreement (NDA) for individuals involved in federal procurement, specifically under Contract TBD. The agreement mandates that contractor employees will not disclose, publish, or release any procurement-sensitive information or proprietary business information obtained during their duties. This includes procurement data, contract information, plans, strategies, and any other deemed sensitive material. The NDA emphasizes understanding obligations under the Trade Secrets Act (18 U.S.C. 1905) and the Procurement Integrity Act (41 U.S.C. 4201-2107), prohibiting the use of "inside information" for private gain. "Inside information" is defined as non-public information obtained under Government authority. The agreement also clarifies that its provisions do not supersede existing statutes or Executive orders related to classified information, communications with Congress, reporting violations to an Inspector General, or other whistleblower protections. By signing, the contractor employee certifies they have read, understood, and will observe all directives and policies governing the disclosure of sensitive information, agreeing not to disclose such information to unauthorized persons or use it for private gain.
    This government Request for Proposal (RFP) outlines the requirement for Science and Technical Support Services (STSS) for the U.S. Geological Survey (USGS) Southeast Region. The solicitation, set aside for 8(a) Business Development Program participants, anticipates awarding a single Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year performance period from April 1, 2026, to March 31, 2031. The contract has a guaranteed minimum of $2,500.00 and a ceiling of $49,500,000.00. Task orders under this IDIQ may be Firm Fixed Price, Labor Hour/Time & Material, or hybrid. Services include administrative, program management, research/science, data and information management, geospatial applications, technical project management, and science facility/equipment support. The document details performance locations within the Southeast Region, outlines reporting, travel, immunization, and training requirements, and emphasizes compliance with federal information security and personnel suitability regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    76--GPSC5 Amendment Seven Industry Day Agenda
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is hosting an Industry Day on December 17, 2025, to discuss the Geospatial Products and Services Contract Version 5 (GPSCv5), which aims to procure geospatial mapping services through multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts. This procurement, with an estimated maximum ceiling of $850 million over five years, includes a partial Small Business set-aside and focuses on services such as remote sensing data acquisition, processing, and the creation of high-resolution geospatial products. Interested firms must submit their qualifications via the SF330 form by January 14, 2026, and are encouraged to RSVP for the Industry Day by December 8, 2025, to engage in discussions about the acquisition strategy, evaluation criteria, and opportunities for small businesses. For further inquiries, contact Trisha Beals at GPSC5@usgs.gov.
    B--US Geological Survey (USGS) Landsat Next Mission Operations Center (MOC) Inform
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to support the Landsat Next Mission Operations Center (MOC) through a Special Notice procurement. The primary objective is to ensure effective management of the Landsat satellite operations, which includes telemetry and command, orbit dynamics, data processing, and archive management, all critical for monitoring Earth's surface changes. This initiative is vital for maintaining a robust observational system that aligns with federal interests in environmental monitoring and data acquisition. Interested parties can contact Christopher Kuhn at ckuhn@usgs.gov or by phone at 703-648-7378 for further details regarding this opportunity.
    D--SPOT Satellite Telecommunication Services - Oregon Water Science CenterNOTI
    Interior, Department Of The
    The U.S. Geological Survey (USGS) intends to award a purchase order to GlobalStar USA LLC for SPOT satellite telecommunication services to support the Oregon Water Science Center in Portland, OR. This procurement aims to continue the use of existing SPOT devices, which are exclusively compatible with GlobalStar's proprietary satellite communication system, while also adding 15 new devices to enhance tracking and safety for USGS personnel in the field. The services are critical for providing real-time location data and ensuring the safety of field personnel, with the current contract being justified under FAR 13.106-1(b) as a sole-source acquisition. Interested parties may submit inquiries via email to Elizabeth Adam at eadam@usgs.gov by January 2, 2026, at 10:00 AM ET, as no formal solicitation will be issued.
    ICEPOES MX SERVICES
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking quotes for on-site service, maintenance, and software support for Perkin Elmer ICP-OES Optima 8300 DV instruments and Cetac ASX-560 autosamplers at the National Water Quality Lab in Denver, Colorado. The procurement includes a base year contract from February 1, 2026, to January 31, 2027, with two additional one-year options, emphasizing the need for adherence to OEM specifications and the use of certified technicians for repairs and maintenance. This service is critical for ensuring the operational efficiency and reliability of laboratory equipment used in water quality analysis. Interested vendors must submit their quotes by 11:00 AM EST on January 5, 2026, to the primary contact, Stephanie Doutt, at sdoutt@usgs.gov, with quotes remaining valid for 90 days.
    F--Southeast Fisheries Observer Programs
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through an indefinite delivery indefinite quantity (IDIQ) contract. The procurement aims to secure qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts. This contract, valued at a maximum of $24,837,381.52, includes both Firm Fixed Price and Time and Materials components, emphasizing the importance of scientific integrity and compliance with various regulations. Interested small businesses must submit their proposals, including past performance questionnaires, by January 10, 2026, with inquiries directed to Carina Topasna at Carina.Topasna@noaa.gov or by phone at 206-526-6350.
    ACOUSTIC EQUIPMENT - BRAND NAME OR EQUAL
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking quotations for acoustic equipment, specifically "Brand Name or Equal" Innovasea acoustic receivers, transmitters, and activation probes, under solicitation number RFQ 140G0325Q0009. The procurement includes 8 acoustic receivers, 4 activation probes, and 70 acoustic transmitters, with specific requirements regarding operating frequencies, temperature ranges, data storage, and waterproof capabilities. This equipment is crucial for research conducted by the Columbia River Research Laboratory, and the contract is set aside for small businesses with a Lowest Price Technically Acceptable (LPTA) evaluation method. Interested vendors must submit their firm, fixed-price quotes along with technical descriptions and other required documentation by January 5, 2026, to the primary contact, Joahnne Ongjoco, at jongjoco@usgs.gov.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    C--Land Surveying-Request for A-E Qualifications
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.
    Geographic Information System Support Specialist
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for Geographic Information System (GIS) support services under Solicitation No. 140A1126Q0005, specifically set aside for Indian Small Business Economic Enterprises. The contract aims to enhance the efficiency and management of the San Carlos Irrigation Project's electrical utility operations, requiring an on-site GIS project manager to maintain the GIS system, collect field data, and provide comprehensive data analysis and reporting. This firm-fixed-price contract spans 2160 hours annually over a base year and four option years, with quotes due by December 31, 2025, at 5:00 PM PST, and inquiries accepted until December 26, 2025. Interested vendors should submit their proposals electronically to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    FY 26 Complete Common Stand Exams SSRP Lincoln National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is seeking proposals for a firm-fixed-price contract to conduct Common Stand Exams (CSEs) as part of the South Sacramento Restoration Project (SSRP) in the Lincoln National Forest, New Mexico. This contract, set aside 100% for small businesses, aims to collect critical data from 541 points across ten bid items, which will support the monitoring of the Mexican Spotted Owl Management Experiment and facilitate timber sales and hazardous fuels reduction treatments. The project is significant for enhancing forest health and timber production, aligning with federal initiatives to expand American timber production. Proposals are due by January 5, 2026, with an estimated contract value of $11.5 million and a performance period from February 5, 2026, to February 4, 2028. Interested contractors should direct inquiries to Shavera Leveille at shavera.leveille@usda.gov or call (912) 463-3328.