76--GPSC5 Request for Qualifications
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 Department of the Interior, through the United States Geological Survey (USGS), is seeking qualified architect-engineer firms for the Geospatial Product and Services Contract v5 (GPSCv5), which involves Indefinite Delivery Indefinite Quantity (IDIQ) contracts for professional mapping services across the U.S. and its territories. The procurement aims to award up to ten contracts, with a total not-to-exceed value of $850 million, focusing on services such as remotely sensed data acquisition, high-resolution topographic and geophysical data, and emergency response capabilities. This initiative is crucial for enhancing geospatial data services and ensuring effective management of large-scale mapping projects. Interested firms must submit their qualifications using the SF330 form by January 14, 2026, and can direct inquiries to Trisha Beals at GPSC5@usgs.gov.

    Point(s) of Contact
    GPSC5 -Trisha Beals
    GPSC5@usgs.gov
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    B--US Geological Survey (USGS) Landsat Next Mission Operations Center (MOC) Inform
    Buyer not available
    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.
    C--Land Surveying-Request for A-E Qualifications
    Buyer not available
    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.
    C--Sources Sought Notice
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.
    R--Geospatial Support Services for OTS - DRIS
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.
    H--Scanning Electron Spectrometer (SEM) service contract
    Buyer not available
    The U.S. Geological Survey (USGS) intends to award a service contract for the maintenance and support of its TESCAN MIRA4 Scanning Electron Microscope (SEM) located in Anchorage, Alaska. This contract will encompass routine maintenance, software upgrades, and access to field engineers for unforeseen malfunctions, ensuring the SEM remains operational and meets Quality Management System (QMS) standards. The service contract includes priority support, certified software updates, annual preventative maintenance, and coverage for unscheduled maintenance visits, with a performance period from December 12, 2025, to November 30, 2026. Interested parties may submit capability statements via email to Tracy Huot at thuot@usgs.gov by December 10, 2025, at 10:00 AM PDT, as no hardcopy submissions will be accepted.
    Commercial Solutions Openings - ERDC Geospatial Research
    Buyer not available
    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.
    SINGLE-AXIS TILT SENSORS IAW SALIENTS
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide Single-Axis Tilt Sensors and associated cable assemblies as outlined in Solicitation Number 140G0126Q0005. The procurement requires the delivery of five Jewell Instruments tilt sensors with specific technical characteristics, including a +/- 60-degree tilt limit and a sealed housing, along with five 80 ft. power/data connector cables, to be delivered to the Hydrologic Instrumentation Facility in Tuscaloosa, AL within 30 days of order receipt. This acquisition is critical for hydrological instrumentation and monitoring, ensuring compliance with federal standards and regulations. Interested vendors must submit their quotes by December 8, 2025, and direct any questions to Cynthia Nicanor at cnicanor@usgs.gov before December 4, 2025.
    R--Geographic Information Systems (GIS) Modernization
    Buyer not available
    The Bureau of Indian Affairs (BIA) is seeking contractor support for the Geographic Information Systems (GIS) Modernization project, aimed at enhancing IT systems through data integration and workflow improvements. The primary objectives include addressing a backlog of mapping trust lands and developing GIS applications to manage natural resources on Indian lands, with specific tasks outlined for both experienced and basic GIS support roles. This project is critical for improving the management of tribal resources and ensuring compliance with various regulations. Interested parties must acknowledge the amendment to the solicitation and submit their proposals by the specified deadlines, with the contract period set from February 1, 2026, to January 31, 2027. For further inquiries, contact Nancy Shah at Nancy.Shah@bia.gov or call 703-390-6728.
    REGION ONE A&E IDIQ
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for architectural and engineering services in Region One, which includes Montana, northern Idaho, far eastern Washington, and parts of North and South Dakota. The contract will cover a range of services including structural, civil, water, and wastewater design and inspection for transportation systems and infrastructure, as well as support for recreation sites and minor facility maintenance. This total small business set-aside has an estimated value exceeding $10 million and is scheduled to run from March 2026 to February 2031. Interested small businesses are encouraged to submit capability statements within 15 days to Crystal Amos at crystal.amos@usda.gov.
    7G--Passive Integrated Transponders (PIT) Tags & Associated Equipment IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified vendors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Passive Integrated Transponders (PIT) Tags and associated equipment. This procurement aims to replace the previous solicitation with a new one identified as 140R4026R0003, which will facilitate the acquisition of essential tracking and monitoring technology used in various environmental and wildlife management applications. The PIT tags and equipment are crucial for ensuring effective data collection and management in ecological studies and resource conservation efforts. Interested parties can reach out to Russell Oaks at rdoaks@usbr.gov or by phone at 801-524-3825 for further details regarding this opportunity.