R--Technical Support Services for USGS EROS
ID: 140G0125R0006Type: Solicitation
Overview

Buyer

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

NAICS

Computer Facilities Management Services (541513)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of the Interior, through the U.S. Geological Survey (USGS), is soliciting proposals for Technical Support Services for the Earth Resources Observation and Science (EROS) center. The contract aims to provide essential services including software development, project management, data management, and technical support for satellite missions, particularly the Landsat program, to enhance remote sensing capabilities. This opportunity is significant for advancing environmental monitoring and scientific research, with a total funding cap of $350 million for the contract period from December 2, 2025, to December 1, 2030. Interested parties should direct inquiries to the Contracting Officer at tssc5eros@usgs.gov, with proposal submissions due by August 7, 2025.

    Point(s) of Contact
    Contracting Officer
    tssc5eros@usgs.gov
    Files
    Title
    Posted
    The document addresses a series of questions and responses related to a federal RFP for Technical Support Services at the U.S. Geological Survey's Earth Resources Observation and Science (EROS) center. Key points include inconsistencies between task order descriptions and Statements of Objectives, clarity on page limits for proposals, and submission requirements for cost breakdowns and past performance information. Notably, the Total Contract Not to Exceed (NTE) amount was confirmed to be $350,000,000, correcting an earlier typo of $350,000. Furthermore, the document outlines submission formats, evaluation criteria, and the importance of small business participation within set goals, with adjustments made to reflect current guidelines. Responses reaffirm that certain requirements, such as Earned Value Management (EVM) and specific Section 508 standards, remain operational, while the solicitation emphasizes clarity and uniformity in proposal submissions. The document also indicates that all significant contractors need to provide specific costing details only if they are involved in sample task orders, emphasizing the need for competitive fairness among bidders while ensuring compliance with specified requirements.
    The document outlines clarifications regarding a federal Request for Proposals (RFP) related to Technical Support Services for the U.S. Geological Survey (USGS) Earth Resources Observation and Science (EROS) center, specifically addressing several inconsistencies and queries raised by potential bidders. Key topics include the alignment of Sample Task Orders (STOs) with Statements of Objectives (SOOs), page limits for proposals, the submission of pricing data, requirements for contractor qualifications, and expectations for small business participation. The government clarified that, despite previous inconsistencies in the listed STOs, the descriptions in the reading room documents are deemed current and accurate. Bidders are to limit their responses to a total of 20 pages for each task order, including any supporting documents. Concerns regarding the level of effort data, historical trends, and past performance evaluations were addressed, indicating stipulations for quantified submissions. Additionally, the document emphasizes the importance of defining “significant subcontractors” and outlines the requirements for including small business goals, which were revised downward to align with federal norms. Overall, the document acts as a guide for potential offerors in navigating the proposal requirements while ensuring compliance with government standards for clarity, consistency, and thoroughness in the submission process.
    The document provides a comprehensive response to various inquiries regarding a government Request for Proposals (RFP) related to Technical Support Services at the U.S. Geological Survey (USGS) Earth Resources Observation and Science (EROS) center. Key topics include inconsistencies in Sample Task Orders (STOs), clarification on page limits for proposals, definitions of terms like "significant subcontractor," and the submission of past performance references. It confirms that the Total Contract Not to Exceed (NTE) amount is $350,000,000 and addresses concerns about the necessity for an approved purchasing system being removed to encourage competition. The government clarifies requirements for acknowledgments and descriptions of small business participation, asserting that organizational structures can be flexible and inviting offerors to create their own templates where necessary. Furthermore, it stipulates that no cost data should be included in technical proposals while providing guidance on the expected format for submissions. This iterative document aims to ensure clarity and consistency in the RFP process and regulations, ultimately guiding potential providers in preparing their proposals effectively.
    The Land Satellites Data System (LSDS) Financial and Performance Reporting Requirements Document outlines the financial reporting obligations for suppliers engaged in supporting the LSDS Program, a collaborative effort by the U.S. Geological Survey (USGS) and NASA aimed at ensuring the continuity of Landsat data for global change monitoring and scientific study. The document specifies three tiers of reporting requirements based on contract type, risk, and mission criticality—Tier 1 (Full Reporting), Tier 2 (Standard Reporting), and Tier 3 (Basic Reporting). Key elements include definitions of data types, submission protocols, and variance reporting requirements tied to the Earned Value Management (EVM) system. Suppliers must provide consistent reporting on costs, budgets, and performance metrics, with detailed requirements for each reporting tier. Variance thresholds for cost and schedule are established, promoting transparency and allowing corrective measures to be initiated in case of significant discrepancies. This structured approach facilitates comprehensive financial oversight and accountability within the LSDS Program, ensuring that all financial data adheres to federal regulations and supports effective capital planning and investment control practices. By maintaining a high standard of reporting, the LSDS Program enhances its capabilities in managing resources dedicated to monitoring and preserving Earth's land surface data.
    The document is an inventory list detailing Government Furnished Equipment (GFE) and Materials associated with federal and local government procurement processes. It catalogues a wide array of computing devices including desktop and laptop computers provided by the manufacturer Dell, across various model years from 2013 to 2022. Each entry includes specific information such as inventory numbers, asset numbers, serial numbers, model descriptions, and the year of manufacture. The inventory comprises numerous devices, particularly various models of Dell Latitude and Precision laptops, along with a smaller collection of Dell OptiPlex desktops. The comprehensive listing underscores the government’s commitment to maintaining up-to-date technology for operational efficiency. It aids in tracking the assets' life cycles and could assist in future asset management and procurement decisions, reflective of standards in government RFP processes. As new technologies replace older ones, this inventory plays a critical role in ensuring compliance with policies regarding equipment provision and maintenance in governmental contexts.
    The document is a "Release of Claims" form used by the United States Department of the Interior regarding contracts with contractors. It establishes that upon completion of the contracted work and prior to receiving final payment, the contractor must provide a release of all claims against the United States. The contractor, upon payment, absolves the United States and its representatives from any debts or claims arising from the contract, with specified exceptions. The form also requires detailed contractor information, including name, corporation status, and signature of an authorized individual when applicable. This release ensures legal closure on the contract, mitigating potential future disputes regarding claims or liabilities, thereby facilitating smoother government operations and financial transactions related to federal grants and RFPs.
    The document outlines the Information Technology Baseline Compliance Contract Guidelines for the Department of the Interior (DOI), providing essential requirements for contracts involving IT services or products. It emphasizes compliance with various federal regulations such as the Federal Information Security Modernization Act (FISMA) and the Privacy Act of 1974. Key sections cover IT and cybersecurity requirements, incident response protocols, privacy controls, accessibility under Section 508, and records management responsibilities. Contractors must ensure their systems meet continuous monitoring standards, engage in security training, and fulfill reporting obligations for breaches or vulnerabilities. Furthermore, accessibility standards are mandated for Information and Communication Technology to serve individuals with disabilities. The guidelines necessitate clear preservation and management of federal records while outlining contractor personnel security requirements. Overall, it establishes a comprehensive framework for ensuring that contractors effectively manage sensitive information while adhering to federal guidelines for security, privacy, and accessibility.
    This document is a Contractor Non-Disclosure Agreement (NDA) related to a federal government contract. It emphasizes the contractor's obligation to protect government procurement-sensitive and proprietary information encountered during their work. The contractor agrees not to disclose such information to unauthorized individuals and acknowledges the importance of adhering to relevant statutes, including the Trade Secrets Act and the Procurement Integrity Act. The NDA underscores that obtaining this "inside information" is solely for official use and prohibits personal gain from it. Additionally, it clarifies that the provisions of this agreement do not alter existing statutory obligations regarding classified information or whistleblower protections. The contractor acknowledges their understanding of these obligations and commits to preventing unauthorized disclosures, aiming to maintain the integrity of sensitive information related to government contracts and procurement processes.
    The document outlines a Past Performance Questionnaire from the U.S. Geological Survey (USGS) for a competitive service contract evaluation. It seeks feedback on a contractor's performance in several key areas: Quality of Product or Service, Schedule adherence, Cost Control, Business Relations, and management of Key Personnel. Each section asks references to assess performance on a grading scale (O, VG, A, M, UN, N/A) regarding contract compliance, timely service, budget management, communication effectiveness, and personnel stability. The form must be completed and returned via email within ten working days to assist in the overall contractor evaluation. Feedback on outstanding or unacceptable performance requires additional explanation. The document's structured approach emphasizes transparency in assessment and aims to gather comprehensive evaluations of contractor reliability and efficiency, crucial in federal procurement processes.
    The U.S. Department of the Interior (DOI) requires a Subcontracting Plan as part of federal contracting to ensure equitable opportunities for small businesses, including Small Disadvantaged, Women-Owned, and Service-Disabled Veteran-Owned entities. The document outlines mandatory requirements for prime contractors, including submission of individual or master subcontracting plans with detailed dollar and percentage goals for subcontracting. Contractors must provide descriptions of planned subcontracting, methods for setting goals, and processes for identifying potential small business sources. Additionally, the plan mandates maintaining records, submitting periodic reports through the Electronic Subcontracting Reporting System (eSRS), and taking proactive steps to facilitate small business participation. The document serves not only as a guideline for compliance with the Federal Acquisition Regulation (FAR) but also establishes a framework for monitoring subcontracting performance. Ultimately, the plan emphasizes accountability and commitment to small business engagement within the federal procurement process.
    The document outlines the Small Business Participation Commitment Document (SBPCD) template provided to offerors responding to federal requests for proposals (RFPs). Its purpose is to guide and evaluate the small business participation requirements outlined in the relevant proposal sections. Key components include: 1. **Prime Offeror's Size**: Offerors must select their business type and relevant socio-economic classifications such as Small Business, Woman-Owned, or Service-Disabled Veteran-Owned. 2. **Quantitative Participation**: Offerors must detail the total contract value and specific contributions from various small business categories, ensuring all entries sum accurately to total contract worth. 3. **Extent of Small Business Participation**: Offerors must list participating companies, their business categories, services, and the nature of their commitments. 4. **Evaluation of Past Performance**: Compliance with FAR criteria regarding past small business utilization and subcontracting plans must be demonstrated, with substantiating documents provided. This template is integral in promoting small business involvement in federal projects, ensuring compliance with regulations, and supporting economic diversity and opportunity. Compliance documentation will be excluded from contract page limits and will not be incorporated into the final contract.
    The document titled "Small Business Participation Commitment Document (SBPCD) Template" aims to guide federal offerors in meeting small business participation requirements for contract proposals. It outlines categories for the prime offeror's size, allowing for checks of applicable classifications such as Small Business, Woman-Owned Small Business, and others. Key areas include the quantitative participation of small businesses with mandated documentation detailing dollar values and percentages relative to the total contract value. Offerors are also required to provide substantial evidence of the nature of small business commitments. Furthermore, it addresses evaluations of past performance concerning compliance with Federal Acquisition Regulation (FAR) concerning small business utilization and subcontracting plans. It emphasizes the need for documentation to demonstrate past compliance with goals set forth, including provisions for submitting regulatory reports without impacting page limits. This template serves as a structured approach to ensure that small business participation is not only acknowledged but substantiated within federal contracting processes, highlighting the government’s commitment to supporting small enterprises in competitive bidding environments.
    The Pre-Award Survey of Prospective Contractor Accounting System Checklist is designed to evaluate contractor accounting systems prior to awarding contracts, ensuring compliance with federal standards. It includes vital company details such as name, contract number, CAGE code, DCAA office information, and the principal's acknowledgement of the system's design. The document comprises a series of questions regarding previous audits by the DCAA, compliance with Cost Accounting Standards (CAS), and various operational aspects of the accounting system under Generally Accepted Accounting Principles (GAAP). Respondents must provide detailed explanations for each question, affirming the system’s functionality in areas like direct and indirect cost segregation, labor distribution, cost accumulation, and readiness for audits. The questionnaire helps assess whether the proposed accounting practices align with federal procurement requirements, specifically for cost-type contracts. The completion of this checklist is essential for contractors aiming to secure government contracts, emphasizing transparency and reliability in financial reporting and compliance with applicable regulations. Overall, this document serves as a critical tool to ensure contractors meet the stringent financial management standards necessary for federal contracting.
    The Transition-In Plan Task Order Statement of Objectives (SOO) outlines directives for the transition of services at the USGS Center for Earth Resources Observation and Science (EROS) from the incumbent contractor to a new awardee. The phase-in period commences upon contract award, with an aim to complete all transition activities within two months. The contractor must provide weekly status reports to the Contracting Officer's Representative, ensuring smooth operational continuity. The task order mandates collaboration between the incumbent and new contractors during the transition to maintain service quality. Key performance objectives include strategies for retaining existing staff, training new hires, and aligning with best corporate practices. The plan also stipulates compliance with governmental agreements and defines the responsibilities regarding property and deliverables. The summary emphasizes the necessity for a structured, efficient transition process while adhering to established operational constraints to safeguard the successful delivery of services vital to the government's efforts.
    The document is an amendment to the Technical Support Services Contract (TSSC) for the U.S. Geological Survey's Earth Resources Observation and Science (EROS) center. It serves to update solicitation details, include a question and answer document, and extend the proposal submission deadline to August 7, 2025. The contract spans from December 2, 2025, to December 1, 2030, with a total funding cap of $350 million. These services include software development, project management, data management, and technical support for numerous satellite missions, particularly related to the Landsat program. The specifications highlight the requirement for the contractor to provide facilities, labor, and materials for various technical tasks, encompassing systems engineering and scientific research. The amendment emphasizes a continuing partnership between government employees and contractors while aligning with federal regulations concerning project execution and safety standards. It also identifies the correspondence needs, project deliverables, performance objectives, and essential management protocols, ensuring successful contract fulfillment. The document ultimately illuminates the U.S. government's commitment to advancing remote sensing and environmental monitoring capabilities.
    The document outlines Amendment 0002 to the Technical Support Services Contract for the U.S. Geological Survey (USGS) Earth Resources Observation and Science (EROS) Center. The amendment addresses changes to the solicitation, including the release of a question and answer document and an extension of the proposal deadline to August 14, 2025. The contract, effective from December 2, 2025, through December 1, 2030, is budgeted at a Not to Exceed amount of $350 million, with services offered under Indefinite Delivery Indefinite Quantity (IDIQ) arrangements. Key contract services include software development, systems engineering, data management, and scientific research support focused on remote sensing and environmental studies. The contract emphasizes collaboration between government and contractors, outlining the operational structure and requirements for service delivery, including technical support, maintenance of computer systems, and data archiving. The document sets forth the general scope of work and delineates responsibilities, including adherence to security and accessibility standards, management of communication and outreach activities, and quality control measures. This amendment ensures transparency and offers clearer guidelines for contractors engaged in supporting the ongoing operations of the USGS EROS Center, reinforcing the need for meticulous execution of the outlined services.
    This document is an amendment to the Technical Support Services Contract (TSSC) for the U.S. Geological Survey (USGS) Earth Resources Observation and Science (EROS) Center, detailing the requirements, scope, and modifications of the contract. It outlines the provision of technical support services necessary to assist the USGS in satellite operations, data management, software development, systems engineering, and research applications related to remote sensing data. The contract period spans from December 2, 2025, to December 1, 2030, with a total contract value not to exceed $350 million. Key tasks include tasks ordered on a Time and Materials or Firm-Fixed-Price basis, and work will be coordinated through Statements of Work. The document emphasizes the need for compliance with federal and agency-specific policies, including IT security and accessibility standards. Additional sections cover employee conduct, reporting requirements, and responsibilities for project updates and adjustments, particularly regarding unscheduled closures or operational shifts. The comprehensive nature of this amendment reflects the commitment to enhancing remote sensing capabilities while ensuring proper governance and operational effectiveness at EROS.
    The document outlines a Request for Proposal (RFP) for a Technical Support Services Contract (TSSC) for the U.S. Geological Survey's Earth Resources Observation and Science (EROS) center, covering the period from December 2, 2025, to December 1, 2030. The primary objective is to provide professional engineering and technical support services, including software development, project management, data acquisition, and system operations. The total contract value is set at a not-to-exceed amount of $350,000. Key services include technical assistance in satellite operations, data management, systems engineering, and scientific research to enhance remote sensing capabilities and address societal needs. The contractor is expected to provide comprehensive staffing, including labor and necessary materials not furnished by the government, while adhering to federal regulations and performance expectations. The document further details the scope of work, administration, delivery, quality inspection criteria, and communication protocols, emphasizing the collaboration between government and contractor personnel to foster a successful work environment. Overall, the TSSC aims to strengthen EROS's mission through robust technical support and innovations, ensuring effective management and dissemination of geospatial and remote sensing data for various applications globally.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    76--GPSC5 Amendment Five Request for Qualifications
    Buyer not available
    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.
    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.
    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.
    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.
    RESEARCH OPPORTUNITIES IN SPACE AND EARTH SCIENCES (ROSES) 2025
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is set to release its annual Research Opportunities in Space and Earth Sciences (ROSES) – 2025 solicitation around July 10, 2025. This comprehensive announcement will encompass various program elements, each with distinct due dates and topics, aimed at supporting a wide range of basic and applied research in space and Earth sciences. Proposals may be submitted by a diverse array of organizations, including domestic and foreign entities, with awards typically ranging from under $100K to over $1M per year, depending on the scope of the proposed work. Interested parties should register with NSPIRES and Grants.gov, and are encouraged to submit notices of intent by August 11, 2025, with full proposals due no earlier than September 8, 2025. For further inquiries, contact Max Bernstein at sara@nasa.gov or call 202-358-0879.
    GA99 SITE OPERATOR-USGS NATIONAL TRENDS NETWORK
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking a contractor to operate the GA99 site as part of the National Trends Network, focusing on the collection of water quality samples in Tift County, Georgia. The contractor will be responsible for collecting weekly precipitation samples, performing laboratory measurements, and shipping samples to the Wisconsin State Laboratory of Hygiene, adhering to specific protocols outlined in the NTN Site Operations Manual. This procurement is critical for monitoring environmental trends and ensuring data integrity, with a contract period of one year plus four option years, and a total small business set-aside under NAICS code 541990. Interested vendors must submit their quotes by December 16, 2025, and can contact Susan Ruggles at sruggles@usgs.gov for further information.
    Commerical Solutions Opening - GRL
    Buyer not available
    The Department of Defense, through the Engineer Research and Development Center (ERDC) Geospatial Research Laboratory (GRL), is issuing a Commercial Solutions Opening (CSO) to acquire innovative commercial technologies and services. The solicitation aims to enhance mission command environments, develop full 3D mapping capabilities, and advance remote sensing technologies, inviting proposals for both existing technologies and new applications that address geospatial capabilities. Proposals will be evaluated based on technical innovation, relevance to agency needs, and pricing, with a maximum of two submission volumes allowed. The solicitation is open until June 30, 2026, and interested parties can contact Anna Crawford at Anna.Crawford@usace.army.mil or LaShanda Areghan at lashanda.d.areghan@usace.army.mil for further information.
    Environmental Test and Integration Services (ETIS) IV Draft RFP
    Buyer not available
    NASA's Goddard Space Flight Center is seeking proposals for the Environmental Test and Integration Services (ETIS) IV through a Draft Request for Proposal (DRFP) designated as 80GSFC24R0012. The procurement aims to secure contractor support for environmental testing, mechanical and optical integration, and operational support for spacecraft and flight experiment components, with a focus on maintaining high standards of safety and quality. This contract is critical for NASA's mission in space science and technology development, ensuring robust testing and integration processes are in place. Interested vendors must submit their comments and questions regarding the DRFP by September 18, 2024, and are encouraged to participate in an Industry Day scheduled for September 16, 2024, to gain further insights into the project requirements.
    Draft RFP and Pre-solicitation Synopsis: Engineering Services and Science Capability Augmentation (ESSCA) II
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Marshall Space Flight Center is seeking industry participation for the Engineering Services and Science Capability Augmentation (ESSCA) II contract, which aims to provide engineering and scientific skills augmentation primarily for NASA's missions. This contract will encompass a range of services including technical oversight, engineering products for flight and science missions, and support for research and development activities, with a maximum potential value of $3.248 billion over a performance period extending from October 1, 2026, to July 31, 2035. Interested parties are encouraged to attend a virtual industry day on December 10, 2025, and submit comments on the Draft Request for Proposals (DRFP) by October 20, 2025, to the designated contact, Sadie Moulton, at sadie.m.moulton@nasa.gov.
    Strategic Environmental Research and Development Program Core Broad Agency Announcement
    Buyer not available
    The Department of Defense, through the Strategic Environmental Research and Development Program (SERDP), is inviting pre-proposals for research projects focused on Environmental Restoration, Resource Conservation and Resilience, and Weapons Systems and Platforms. This Broad Agency Announcement (BAA) aims to competitively fund innovative environmental research that enhances the DoD's environmental performance and addresses specific Statements of Need. The total funding available for selected projects is approximately $10 million, with pre-proposals due by 2:00 PM Eastern Time on January 13, 2026. Interested parties should submit their proposals via the SERDP website, and for further inquiries, they can contact Shannon Benson at 703-428-7407 or via email at Shannon.N.Benson@usace.army.mil.