76--GPSC5 Amendment Seven Industry Day Agenda
ID: 140G0225R0022Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUISITION GRANTS-DENVERDENVER, CO, 80225, USA

NAICS

Geophysical Surveying and Mapping Services (541360)

PSC

DIGITAL MAPS, CHARTS AND GEODETIC PRODUCTS (7644)
Timeline
    Description

    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.

    Point(s) of Contact
    GPSC5 -Trisha Beals
    GPSC5@usgs.gov
    Files
    Title
    Posted
    The U.S. Geological Survey (USGS) is hosting an Industry Day on December 17, 2025, for the Geospatial Products and Services Contract Version 5 (GPSCv5). This event, held via TEAMS, will cover the program's scope, mission alignment, and key updates from GPSC v4, including data acquisition (LiDAR, orthoimagery), processing, analytics, and delivery. The agenda also includes discussions on the acquisition strategy, timeline, contract structure, evaluation criteria, and draft RFP milestones. A dedicated session will address small business set-asides, subcontracting, and engagement pathways, indicating opportunities for small businesses within the contract.
    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.
    The United States Geological Survey (USGS) is seeking Architect-Engineer (A-E) firms for multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts for geospatial mapping services across the U.S. and its territories. The Geospatial Product and Services Contract v5 (GPSCv5) has an estimated maximum ceiling of $850 million over five years, with a partial Small Business set-aside. This two-part procurement involves an initial Request for Qualifications (SF330 due January 14, 2026), followed by a Request for Proposal for the most highly qualified firms. Services include remote sensing data acquisition from various platforms, processing, and creation of high-resolution geospatial products like topographic and bathymetric lidar, imagery, and hydrographic data. Firms must demonstrate specialized experience, technological competence, professional qualifications, quality assurance, project management, and small business participation. A virtual industry day is scheduled for December 17, 2025, with RSVPs due by December 8, 2025.
    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 Standard Form 330 (SF330) is a crucial document for Architect-Engineer (A-E) Qualifications, used in federal, state, and local government RFPs and grants. It details the qualifications of A-E firms and their proposed teams for specific contracts. Part I focuses on contract-specific qualifications, requiring information such as contract title, public notice date, and solicitation number. It mandates identification of the A-E point of contact and a comprehensive breakdown of the proposed team, including prime contractors and key subcontractors, their roles, and addresses. The form also requires an organizational chart and detailed resumes of key personnel, covering their experience, education, professional registrations, and relevant project involvement. Furthermore, it necessitates presenting example projects that best illustrate the team's qualifications, providing project details, owner information, and the involvement of firms from the proposed team. Key personnel participation in these example projects must also be clearly outlined. The form concludes with sections for additional information requested by the agency and an authorized representative's signature, affirming the accuracy of the provided facts. This form ensures a thorough evaluation of an A-E firm's capabilities and experience for government contracts.
    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.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    STSSC IDIQ Southeast Region
    Interior, Department Of The
    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.
    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.
    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.
    Commercial Solutions Openings - ERDC Geospatial Research
    Dept Of Defense
    The Department of Defense, through the Engineer Research and Development Center (ERDC), is soliciting innovative solutions for its Geospatial Research Laboratory (GRL) under the Commercial Solutions Openings (CSO) initiative. This opportunity focuses on advancing research and development in six key areas: mission command decision environments, full-3D mapping capabilities, holistic geospatial foundations, remote sensing and mapping technologies, terrain-based positioning and navigation, and earth system dynamics for situational understanding. These projects are critical for enhancing the Army's operational capabilities and situational awareness. Interested parties can submit their solutions via the ERDCWERX platform starting June 30, 2025, until 5:00 PM CDT on July 15, 2026. For further inquiries, contact Anna Crawford at Anna.Crawford@usace.army.mil or LaShanda Areghan at lashanda.d.areghan@usace.army.mil.
    R--Geographic Information Systems (GIS) Modernization
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Geographic Information Systems (GIS) Modernization Services as part of a combined synopsis/solicitation. The primary objective is to provide GIS support for IT system modernization, focusing on data integration and workflow enhancements to manage natural resources on Indian lands, with a specific emphasis on addressing a backlog of mapping trust lands and developing GIS applications. This opportunity is set aside 100% for Indian Small Business Economic Enterprises (ISBEEs) and includes a contract period from February 1, 2026, to January 31, 2031, with a total of five years including four option years. Interested parties must submit their proposals by January 15, 2026, at 3:00 PM Eastern Time, and can direct inquiries to Nancy Shah at Nancy.Shah@bia.gov or by phone at 703-390-6728.
    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.
    Horizon Elevation Data
    Dept Of Defense
    The National Geospatial-Intelligence Agency (NGA) within the Department of Defense is seeking vendors to provide high-resolution 3D commercial datasets, including gridded elevation data, 3D point clouds, and 3D meshes, as part of a multi-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The objective is to acquire these datasets produced from airborne and spaceborne sources, such as electro-optical and LIDAR data, to support NGA's product development and enhance geospatial intelligence capabilities. This procurement is critical for ensuring the availability of accurate and accessible elevation data, which is essential for various government applications. Interested vendors should contact Daniel R. Fadely or Nathan G. Huber for further details, and responses to the Request for Information (RFI) are due by January 29, 2026.
    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.
    T--On-Call/Exclusive Use Unmanned Aircraft Systems (UAS) Emergency Fire Flight Ser
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for on-call and/or exclusive use Unmanned Aircraft Systems (UAS) emergency fire flight services to support the Office of Aviation Services. This procurement aims to provide essential aerial support for fire management across the contiguous lower 48 states over a five-year ordering period. The successful contractor must be registered in the System for Award Management (SAM.gov) and comply with the requirements outlined in the solicitation, which is set aside for small businesses under NAICS code 541370. The anticipated solicitation issue date is January 5, 2026, with a closing date projected for February 4, 2026. For further inquiries, interested parties may contact Stephanie Boles at stephanieboles@ibc.doi.gov.