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.
The document addresses a question regarding font requirements for federal government RFPs, specifically for the SF330 form. The initial query requested an exception for the default font in Part II of the SF330. In response, the U.S. Geological Survey (USGS) clarified that the general font size requirement is no less than 10-point Times New Roman for all documents, including tables, captions, and infographics. However, for the SF330 Parts I and II, the font size must remain at the default setting. This update ensures consistency across submissions while accommodating specific formatting for the SF330 form.
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 questions and clarifications regarding an RFP, focusing on submission requirements for SF330 forms and personnel qualifications. It clarifies that Section I of the SF330,
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.
The document clarifies requirements for past performance evaluations in government solicitations, specifically regarding CPARS and PPQs. While CPARS is the primary source, PPQs are still mandatory for projects lacking CPARS ratings, including active federal IDIQ contracts without interim CPARS, active non-federal IDIQ contracts, and completed projects without CPARS. Every project listed in Section F of SF330 must have either a CPARS rating or an accompanying PPQ. The use of standard default form settings on SF330 Part II will not lead to rejection or a lower evaluation rating.
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 U.S. Geological Survey (USGS) hosted a virtual Industry Day in December 2025 for the Geospatial Products & Services Contract v5 (GPSCv5), an Architect & Engineering (A&E) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The event aimed to communicate GPSC's role in supporting the USGS mission, encourage industry collaboration, and ensure compliance with procurement regulations. GPSCv5, with a maximum contract ceiling of $850 million over five years, will primarily focus on acquiring remotely sensed geospatial data from various platforms, including airborne, uncrewed systems, vessel-based, and space-based sources. Key NAICS codes include 541330 (Engineering Services), 541360 (Geophysical Surveying & Mapping), and 541370 (Surveying & Mapping). The selection process follows the Brooks Act, prioritizing qualifications over price, with evaluation criteria covering past performance, specialized experience, professional qualifications, QA/QC, project management, and small business participation. Large businesses are required to meet a minimum 23% small business participation goal, including specific targets for SDB, WOSB, HUBZone, and SDVOSB firms. Submissions, including SF330 Part I and II, and a separate Section H document, are due by January 14, 2026. GPSCv5 supports critical USGS programs such as the 3D Elevation Program (3DEP), 3D Hydrography Program (3DHP), and Earth Mapping Resources Initiative (Earth MRI), contributing to the 3D National Topography Model (3DNTM).
The document provides a comprehensive list of attendees for a Virtual Industry Day, detailing companies, the number of individuals attending from each, and the names, titles, and email addresses of those individuals. A total of 32 companies are listed, with the number of attendees ranging from one to seven per company. The attendees represent various roles, including account managers, vice presidents, directors, program managers, and specialists, primarily in geospatial solutions, federal business development, and related technical fields. This compilation serves as a record of participants for the industry day, facilitating communication and networking among the participating organizations and individuals.
The GPSC 5 Industry Day outlined the upcoming Geospatial Products and Services Contract, a key IDIQ for the USGS supporting national geospatial initiatives like 3D Elevation Program, 3D Hydrography Program, and Earth MRI. The contract, valued at up to $850 million over five years, will award up to 10 IDIQs to both large and small businesses. It focuses on professional geospatial mapping services, including remotely sensed data acquisition from various platforms, and is governed by the Brooks Act's qualification-based selection process. Key NAICS codes are 541330, 541360, and 541370. Submissions, including SF 330 and Section H narratives, are due by January 14, 2026. This contract aims to enhance data quality, foster small business engagement, and ensure compliance with federal procurement regulations.
The USGS has issued responses to 34 questions regarding the GPSC5 solicitation, clarifying various aspects for contractors. Key clarifications include guidelines for submitting Task Orders as separate Section F projects under an IDIQ contract, emphasizing that they must not be referenced in the IDIQ's Section F submission and meet specific performance criteria. The USGS confirmed no requirement for contractors to acquire satellite data but rather to process existing data. There are currently no CMMC requirements. Budget breakdowns for 3DEP and 3DHP projects are unavailable as the FY2026 budget is unapproved. The due date for proposals has been extended to January 30, 2026, via email to GPSC5@usgs.gov. The USGS will accept CPARS in lieu of PPQs if available. Submissions require specific font sizes and adherence to SF330 formatting, with Section H being a separate electronic file, no more than 75 pages, and individual emails limited to 25MB.
This government file addresses questions from potential contractors regarding an RFP or similar solicitation. The first question clarifies that the 10-point Times New Roman font size requirement applies to all document sections, including tables, captions, infographics, and SF330 Parts I and II. The second question concerns the Past Performance section, specifically the acceptable period for CPARS reports. The response indicates that the dates for CPARS and PPQs have been updated to cover the "last ten years starting on or after January 1, 2016, and ending on or before December 31, 2027." This update broadens the acceptable timeframe for past performance evaluations.
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) is soliciting qualifications for multiple Architect and Engineering (A-E) Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Geospatial Product and Services Contract v5 (GPSCv5). The requirement is for professional mapping services throughout the United States and its territories, with an estimated maximum value of $850,000,000.00 across all contracts over five years. A partial Small Business set-aside is applicable. The procurement is a two-part process: Part I involves submitting SF330 Architect-Engineer Qualifications by January 30, 2026, followed by a pre-selection of up to ten highly qualified firms (six large, four small businesses). Part II will involve a Request for Proposal (RFP) issued only to these pre-selected firms. Key evaluation criteria include past performance, specialized experience and technological competence (including data acquisition and equipment), professional qualifications of staff, quality assurance and control, project management, and for large businesses, small business participation. Minimum requirements include services performed under licensed professionals and demonstrated proficiency in remotely sensed data acquisition and management of large-scale projects. An Industry Day is scheduled virtually for December 17, 2025.
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. This solicitation, numbered 140G0225R0022, is for professional mapping services across the U.S. and its territories, with an estimated maximum of ten awards totaling $850,000,000 over five years, including a partial Small Business set-aside. The process involves a two-part evaluation: first, a Request for Qualifications (SF330 due January 30, 2026), followed by a Request for Proposal for the most qualified firms. Services include remotely sensed data acquisition (lidar, sonar, imagery), geospatial product generation, quality control, and emergency response. Key evaluation factors are past performance, specialized experience, professional qualifications, quality assurance, project management, and small business participation (for large businesses).
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.
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 solicitation, number 140G0225R0022, is for professional mapping services across the U.S. and its territories. A maximum of ten awards, with an estimated six for large businesses and four for small businesses, will be granted from a total not-to-exceed threshold of $850,000,000 over five years. The minimum guarantee for each IDIQ is $100,000. This is a two-part selection process: Part I requires SF330 Architect-Engineer Qualifications by January 30, 2026, followed by a Part II Request for Proposal for the most highly qualified firms. Services include remotely sensed data acquisition, processing, and the creation of topographic, bathymetric, and other geospatial products. Key evaluation criteria include past performance, specialized experience, technological competence, professional qualifications, quality assurance, project management, and small business participation (for large businesses). A virtual Industry Day is scheduled for December 17, 2025, with RSVPs due by December 8, 2025. SF330 submissions and all questions are due via email by specific dates in January 2026.
The United States Geological Survey (USGS) is soliciting Architect and Engineering (A-E) firms for Geospatial Product and Services Contract v5 (GPSCv5) Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The requirement is for professional mapping services across the U.S. and its territories, with an estimated maximum of ten awards totaling $850 million over five years. A partial Small Business set-aside is applicable, with a minimum guarantee of $100,000 per IDIQ contract. Services will be procured under the Brooks Act and FAR 36.6. The selection process involves a two-part evaluation: an initial Request for Qualifications (SF330) and a subsequent Request for Proposal for highly qualified firms. Key requirements include capabilities in remotely sensed data acquisition, high-resolution processing, and the creation of various geospatial products. Evaluation criteria prioritize past performance, specialized experience, technological competence, professional qualifications, quality assurance, project management, and small business participation (for large businesses). Submissions are due January 30, 2026, by 5:00 pm ET, via email.
The United States Geological Survey (USGS) National Geospatial Technical Operations Center (NGTOC) is seeking multiple Architect and Engineering (A-E) Indefinite Delivery Indefinite Quantity (IDIQ) contracts for professional mapping services across the U.S. and its territories. The Geospatial Product and Services Contract v5 (GPSCv5) has an estimated maximum value of $850 million over five years, with a minimum guarantee of $100,000 per contract. This two-part procurement involves an initial Request for Qualifications (SF330 due January 30, 2026) to pre-select up to ten highly qualified firms (six large businesses and four small businesses), followed by a Request for Proposal for the selected firms. A partial Small Business set-aside applies, with specific NAICS codes. Services include remotely sensed data acquisition (lidar, sonar, imagery, geophysical data) and the creation of various geospatial products, requiring adherence to quality standards and project management capabilities. Key evaluation factors include past performance, specialized experience, technological competence, professional qualifications, quality assurance, project management, and small business participation (for large businesses). A virtual Industry Day is scheduled for December 17, 2025, with an RSVP deadline of December 8, 2025.
The United States Geological Survey (USGS) National Geospatial Technical Operations Center (NGTOC) seeks Architect-Engineer (A-E) Indefinite Delivery Indefinite Quantity (IDIQ) contracts for professional mapping services across the U.S. and its territories. This two-part solicitation (140G0225R0022) anticipates up to ten awards, with a partial Small Business set-aside, totaling a maximum of $850,000,000 over five years. Services include remotely sensed data acquisition, high-resolution geospatial product creation, quality assurance, and emergency response. Firms must demonstrate specialized experience, technological competence (including owned/leased equipment), professional qualifications of key personnel, robust quality control, and effective project management. Large businesses also require a Small Business Participation plan with a minimum 23% goal. Submissions require SF330 forms by January 30, 2026, and a virtual Industry Day is scheduled for December 17, 2025.