This document addresses questions regarding a government Request for Proposal (RFP), clarifying conflicting information and submission requirements. It specifies that formally issued synopsis documents take precedence over Q&A responses in case of discrepancies. The document provides detailed guidelines for submitting past performance projects (Section F) and resumes (Section E), emphasizing the acceptable period of performance for IDIQs and individual task orders, which must fall between January 1, 2020, and December 31, 2025. It also clarifies the use of CPARS and the necessity of Past Performance Questionnaires (PPQs) for each project. Additionally, the document corrects previous errors in the synopsis regarding the placement of Factor B (Specialized Experience) and Factor C (Professional Qualifications) content within the SF330, clarifying that Factor B information goes into Section F and Factor C into Section H and E. Finally, it confirms that Section H should be submitted as a separate document and that teaming agreements should be provided as a table or list, not the full agreements.
The United States Geological Survey (USGS) National Geospatial Technical Operations Center (NGTOC) seeks Architect and Engineering (A-E) firms for Geospatial Product and Services Contract v5 (GPSCv5) Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The government anticipates awarding up to ten contracts, with a partial Small Business set-aside, totaling a maximum of $850,000,000 over five years. Services include professional mapping across the U.S. and its territories, with a minimum guarantee of $100,000 per IDIQ. The procurement follows a two-part process: first, a Request for Qualifications (SF330) due January 14, 2026, followed by a Request for Proposal for the most qualified firms. Evaluation criteria include past performance, specialized experience and technological competence (including specific data collection and equipment), professional qualifications, quality assurance/control, project management, and small business participation (a mandatory 23% minimum goal for large businesses). A virtual Industry Day will be held on December 17, 2025, with RSVPs due by December 8, 2025. Submissions, including Section H as a separate 75-page attachment, must be emailed by January 14, 2026.
This document addresses key questions and responses related to a federal government solicitation, likely an RFP for the GPSC5 program. It clarifies that Industry Day is scheduled for 9:00 AM MT and requires re-RSVP for accurate attendance. A crucial point is that Federally Funded Research and Development Centers (FFRDCs) are explicitly prohibited from teaming on this solicitation. The document defines “Ancillary Sources” as supporting datasets that enhance or validate primary remotely sensed data. For Small Business prime contracts, RFP Task Orders will be negotiated with the highest graded firm. PPQs (Attachment 1) are due by January 14, 2025, 5:00 PM ET, and Teaming Agreements should be summarized and submitted in Section H. The timeframe for shipping processed products under Emergency Tasks is clarified to be within 48 hours of collection. Finally, it confirms that a virtual meeting is acceptable if firms are required to demonstrate capabilities at their facility prior to award.
This government file, Attachment Two: GPSC5 Responses to Questions, clarifies various aspects of a federal Request for Proposal (RFP) process, primarily addressing inquiries related to small business size standards, evaluation criteria, project submission requirements, and administrative procedures. It updates NAICS small business size standards to align with SBA guidelines and outlines the evaluation hierarchy for factors A, B, C, D, and E. The document specifies that a maximum of ten fully completed projects must be listed in Section F, each accompanied by a new, provided Past Performance Questionnaire (PPQ), even if CPARS reports are available. CPARS will be pulled by the Contracting Officer. In-progress projects, or partially completed projects, will not be accepted. Industry Day has been moved to a virtual event on December 17, 2025, with questions due by December 31, 2025. The SF330 submission deadline is January 14, 2026. Submittal requirements include a complete SF330 (Parts I and II), with Section H as a separate, 75-page maximum attachment summarizing evaluation factors. Sections E and F have no page limitations. Large businesses must meet specific small business subcontracting goals, including 23% for Small Businesses, 5% for Small Disadvantaged Businesses and Women-Owned Small Businesses, and 3% for HUBZone Small Businesses and Service-Disabled Veteran-Owned Small Businesses. Teaming agreements can be summarized with a list of vendors. Statements of fact on a PPQ are acceptable in lieu of performance ratings.
The United States Geological Survey (USGS) National Geospatial Technical Operations Center (NGTOC) is seeking Architect and Engineering (A-E) firms for Geospatial Product and Services Contract v5 (GPSCv5) Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The Request for Qualifications (Solicitation Number: 140G0225R0022) is a two-part process, with SF330 submissions due by November 12, 2025, 5:00 PM ET. The USGS anticipates awarding a minimum of five IDIQ contracts, with a maximum not-to-exceed threshold of $850,000,000.00 across all awards over five years, and a minimum guarantee of $100,000.00 per contract. A partial Small Business set-aside is applicable. Services include professional mapping, remotely sensed data acquisition, and geospatial product generation across the U.S. and its territories. Qualifications require licensed professionals and demonstrated experience in large-scale projects. Evaluation criteria prioritize past performance, specialized experience, professional qualifications, quality control, and project management. An Industry Day is scheduled for October 9, 2025, with RSVPs due by September 19, 2025.
The Department of Interior's Past Performance Questionnaire (PPQ) is a critical tool for evaluating companies seeking federal contracts. It assesses a firm's past performance across various criteria, including client relationships, corporate management, quality control, and adherence to schedules. Evaluators rate performance as Outstanding, Above Average, Satisfactory, Marginal, or Unacceptable, providing detailed explanations for lower ratings. The questionnaire also inquires about any disciplinary actions, customer satisfaction, and whether the evaluator would award another contract to the company. This comprehensive evaluation mechanism ensures that the Department of Interior makes informed decisions based on a company's demonstrated ability to meet contract requirements and deliver quality services.
The United States Geological Survey (USGS) National Geospatial Technical Operations Center (NGTOC) is seeking Architect and Engineering (A-E) firms for multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts. This Revised Request for Qualifications (Solicitation Number: 140G0225R0022) for the Geospatial Product and Services Contract v5 (GPSCv5) requires professional mapping services across the U.S. and its territories, with a maximum of ten awards anticipated and a partial Small Business set-aside. The total not-to-exceed threshold for all awarded IDIQs is $850,000,000.00 over five years, contingent on funding, with a minimum guarantee of $100,000.00 per contract. Services include remotely sensed data acquisition, high-resolution topographic and geophysical data, and emergency response capabilities. Firms must submit SF330 forms by January 14, 2026, by 5:00 pm ET. Evaluation criteria prioritize past performance, specialized experience, technological competence, professional qualifications, quality assurance, project management, and small business participation.
The United States Geological Survey (USGS) National Geospatial Technical Operations Center (NGTOC) is seeking Architect and Engineering (A-E) firms for Geospatial Product and Services Contract v5 (GPSCv5) Indefinite Delivery Indefinite Quantity (IDIQ) contracts. This solicitation, number 140G0225R0022, is for professional mapping services across the US and its territories, with a maximum of ten awards anticipated and a total not-to-exceed value of $850,000,000.00. A partial Small Business set-aside applies. The process involves a two-part submission: SF330 Architect-Engineer Qualifications by January 14, 2026, followed by an RFP for highly qualified firms. Services include remotely sensed data acquisition, high-resolution topographic and geophysical data, and emergency response. Qualifications include licensed professionals and demonstrated capability in managing large-scale mapping projects. Evaluation criteria prioritize past performance, specialized experience, technological competence, professional qualifications, quality assurance, project management, and small business participation. An optional virtual Industry Day is scheduled for December 17, 2025.