D--SOFTWARE SUPPORT-earthquake monitoring and data pr
ID: 140G0325Q0019Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFFICE OF ACQUISITON GRANTSSACRAMENTO, CA, 95819, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Geological Survey (USGS) is seeking proposals from qualified small businesses for a federal contract focused on software support for earthquake monitoring and data distribution services. The contract, which spans five years from April 1, 2025, to March 31, 2030, aims to maintain and enhance various software systems integral to the Advanced National Seismic System (ANSS), ensuring effective monitoring and response capabilities for seismic events. This initiative is critical for advancing public safety and scientific inquiry related to earthquakes, with a minimum order of $70,000 and a maximum contract value not to exceed $5 million. Interested parties must submit their proposals by March 24, 2025, and can direct inquiries to Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Geological Survey (USGS) seeks contractor support for the Advanced National Seismic System (ANSS), which coordinates seismic monitoring to enhance earthquake, volcano, and tsunami response capabilities across the nation. The project entails maintaining, enhancing, and supporting multiple interrelated software systems and database infrastructures integral to earthquake monitoring and data distribution. Specific software systems requiring attention include AQMS, Earthworm, SWARM, Winston, SeisNetWatch, SHMS, CESMD, ENS, SEISCOMP3, and ShakeAlert, each necessitating expertise in programming languages, seismology, and Cloud systems. Contractors are to provide documentation, reports, and performance assessments, ensuring software developed becomes government property, typically available as open source. Deliverables include comprehensive tasks under specified timelines and evaluations to prevent contract cancellation if performance declines. This initiative showcases the government's commitment to advancing seismic data capabilities for public safety and scientific inquiry.
    The ShakeAlert Cloud System and Algorithm Development contract focuses on optimizing cloud-based operations, maintenance, and algorithm enhancements for the ShakeAlert system, now integrated into a USGS Cloud Hosting Services environment. The contract seeks a specialized contractor with expertise in cloud technologies, physical sciences, and the ShakeAlert operations. Key tasks include automating cloud operations, improving database efficiency, enhancing messaging systems, and refining algorithms in a semi-agile development setting. Specific objectives involve creating automated processes for system testing, developing efficient database interaction strategies, and implementing a new messaging system while ensuring security and performance monitoring. Essential qualifications for the contractor include advanced knowledge in cloud-native operations, database management, and seismology software. This project emphasizes the continuous evolution of ShakeAlert’s capabilities and the need for a collaborative, skilled contractor to facilitate this initiative between 2025-2030, reflecting the government's commitment to improving earthquake monitoring and response technologies.
    The document outlines a federal Request for Proposal (RFP) related to software services to be provided to the U.S. Geological Survey (USGS). It specifies the incorporation of various solicitation provisions and their acceptance as binding unless stated otherwise. Key evaluation criteria for proposals include the technical approach, management, staffing capabilities, relevant experience, and past performance. The evaluation process emphasizes the importance of recent and relevant experience, necessitating offerors to submit detailed resumes demonstrating their qualifications. Additionally, the document discusses compliance requirements regarding federal tax liabilities, prohibitions related to certain telecommunications and foreign suppliers, and multiple certifications to ensure the integrity and qualifications of the offerors. Finally, the document highlights that the government seeks the most advantageous offers, prioritizing technical merit and past performances over pricing alone, thereby ensuring a thorough review that considers all proposals holistically to determine the best value for the agency. This RFP reflects regulatory compliance and structured evaluation typical of federal contracts.
    The file outlines the regulations concerning the representation of certain telecommunications and video surveillance services or equipment in federal contracting, specifically under provisions 52.204-24 and 52.204-26. It mandates that Offerors must declare whether they provide or use "covered telecommunications equipment or services" in any government contract or subcontract. The definitions of key terms and the prohibition against contracting for such equipment are specified under the John S. McCain National Defense Authorization Act, effective from August 2019 and 2020, respectively. Offerors are instructed to review the System for Award Management (SAM) for excluded parties and are required to submit additional disclosure information based on their representations concerning the use of covered equipment or services. The structured provisions guide Offerors in determining compliance and reporting obligations regarding the use of potentially harmful telecommunications technologies, reinforcing accountability and national security. This document is critical for ensuring that government contracts do not involve solutions that could pose risks to national security from covered telecommunications services or equipment.
    The provided document outlines the pricing structure for a five-year project, breaking down costs across each individual year, culminating in a total for the entire duration. It is likely part of a federal or state request for proposals (RFP) or grant application, where cost transparency is essential for funding decisions. The yearly breakdown indicates a systematic approach to budgeting and emphasizes the importance of forecasting financial needs over a multi-year timeline. This structure enables evaluators to assess financial viability and compare proposals effectively. Overall, the document's focus on pricing details is typical for government initiatives, where accountability and financial planning are critical to securing support and ensuring project sustainability.
    The FISMA 18-Point Checklist outlines IT security guidelines for contractors involved with the U.S. Geological Survey (USGS). It highlights key security requirements necessary for contractors providing IT services or access to USGS systems that contain sensitive information. Contractors must conduct background investigations, sign non-disclosure agreements, complete security awareness training, and adhere to strict facility access protocols. Notification of personnel changes and data protection are critical, especially regarding the Privacy Act and security categorization based on risk and mission sensitivity. The checklist specifies the necessity for compliance with various NIST standards and DOI guidelines throughout the system development life cycle (SDLC). Contractors are responsible for certification and accreditation of their applications, ensure proper training for employees, and submit contingency plans for IT support services. Additionally, regular self-assessments and vulnerability analyses are mandated to maintain data integrity and security. Overall, the document serves as a comprehensive framework, ensuring both technical and procedural safeguards are established for contractors engaging with USGS information systems, thereby reinforcing the commitment to safeguarding sensitive data in compliance with federal regulations.
    The document outlines the Accessibility Requirements Tool and Information and Communication Technology (ICT) Accessibility Requirements Statement in accordance with Section 508 of the Rehabilitation Act. It specifies standards that ICT components must meet to be accessible for users with various disabilities, including impairments in vision, hearing, speech, manual dexterity, strength, cognition, and language. Offerors are instructed to submit an Accessibility Conformance Report (ACR) for each ICT item, detailing compliance with Section 508 standards and explaining any claims of non-applicability. Additionally, offerors must demonstrate their efforts in incorporating universal design principles, provide scenarios for testing accessibility among disabled users, and outline plans for any features not fully conforming to standards. The government reserves the right to validate conformance claims through testing before acceptance, with the option to require remediation if claims are found to be inaccurate. This document serves as a comprehensive guideline for federal grant proposals and requests for proposals (RFPs) to ensure equitable access to technology for individuals with disabilities.
    The 2025 USGS Polar Bear Survey outlines logistics for a upcoming wildlife survey, including room reservations, aircraft requirements, and facility usage. The project spans from March 19 to April 17, 2025, with a total of 159 planned room nights across multiple accommodations. Various aircraft, including AS 350 helicopters and Cessna C206 planes, are designated for this mission, requiring specific ramp, power arrangements, and hangar space. A minimum of 800 square feet for the hangar is specified, along with estimated costs for the services rendered, with invoicing based on actual usage days. Additional provisions include a potential contingency on a Department of Defense Long Term Lease, underscoring the logistical complexities involved. AOA ramp services and necessary escorts are also noted, emphasizing strict adherence to operational guidelines. Overall, the document serves as a foundational element in coordinating the logistics and resource allocation required for the successful execution of the Polar Bear Survey, crucial for ongoing environmental research and monitoring efforts.
    The document outlines key operational and security protocols for a government project, specifically focusing on system architecture and payment structures. Security measures are extensive, including multi-factor authentication (MFA), encryption, and access controls that adhere to the principle of least privilege. Payments are handled solely through the Integrated Procurement Platform (IPP), disallowing upfront payments, and invoicing occurs only upon task completion. The internal infrastructure predominantly features Linux virtual machines and is supported by various Database Management Systems (DBMS) like PostgreSQL and MySQL with a configuration management tool, Ansible. The Zero Trust approach and role-based access control (RBAC) are utilized for database access. Updates to the ShakeAlert system are managed through a GitLab repository, signaling a structured revision process. Pricing will be provided by contractors as part of the labor categories for indefinite delivery/indefinite quantity (IDIQ) contracts. Lastly, the document confirms that the government will accept proposals under a relevant NAICS code from small businesses. Overall, the file serves to clarify execution and compliance expectations for potential contractors engaged with government RFPs.
    The document pertains to an amendment for solicitation number 140G0325Q0019, issued by the U.S. Geological Survey in Sacramento, CA, regarding a contract modification. The key purpose of this amendment is to correct the pricing sheet associated with the solicitation, crucial for potential bidders or contractors to review before submitting offers. The amendment specifies methods for acknowledging receipt, emphasizing that failure to acknowledge prior to the submission deadline could lead to rejection of offers. The period of performance is established from April 1, 2025, to March 31, 2030. Further, it is noted that other terms and conditions of the original solicitation remain unchanged despite the modifications. The document indicates the importance of compliance with federal acquisition regulations and proper communication regarding amendments in the contracting process, essential for maintaining transparency and accountability in public procurement.
    The document is an amendment to a solicitation related to a federal contract, detailing changes that primarily extend the deadline for proposal submissions. The new deadline is set for March 10, 2025, at 10:00 AM Pacific Daylight Time. It also specifies that contractors may submit questions regarding the solicitation, but that no further questions will be entertained post-amendment. The period of performance for the contract is outlined to occur from April 1, 2025, to March 31, 2030. The purpose of this amendment is to inform contractors about these updates and ensure compliance with the submission process. It underscores the importance of acknowledging receipt of the amendment for offers to be considered valid. The document includes formal acknowledgment sections for both the contracting officer and the contractor, ensuring clarity on modifications made. This amendment reflects typical procedures associated with federal RFPs, emphasizing procedural adherence and communication between government agencies and contractors.
    This document is an amendment to a solicitation (140G0325Q0019) issued by the United States Geological Survey (USGS) for a contract modification. The primary purpose of the amendment is to extend the proposal submission deadline to Monday, March 24, 2025, at 10:00 PM. The period of performance for the subsequent contract is set from April 1, 2025, to March 31, 2030. Offerors must acknowledge receipt of the amendment to be considered valid, and failure to do so by the specified deadline may result in offer rejection. The document outlines the methods for acknowledgment and provides instructions for submitting modifications or changes to previously submitted offers. It emphasizes that no further questions regarding the solicitation will be accepted after this amendment. Overall, this amendment is part of the typical processes involved in federal contract management, ensuring clear communication and compliance with submission protocols to facilitate proposals for government contracts.
    The document outlines a government Request for Proposal (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on earthquake monitoring and data product distribution services. The contract will span five years, from 04/01/2025 to 03/31/2030, with an initial minimum order of $70,000 and a maximum quantity not to exceed $5 million. Interested bidders must submit a firm, fixed-price quote, fulfill FAR requirements, and incorporate security compliance measures. The solicitation emphasizes that it is set aside for small businesses, particularly in line with NAICS code 541511 for Custom Computer Programming Services. Amendments to the solicitation must be signed and returned, and proposals must be submitted by 03/04/2025. The document specifies the evaluation criteria for proposals and highlights the importance of registering with the System for Award Management (SAM) to be eligible for contract awards. Overall, this RFP is designed to procure specialized services while fostering opportunities for small businesses in the federal contracting arena.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y--TRENCHING EXCAVATION
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide trenching excavation services as part of a construction project aimed at investigating a potentially active fault in Mason County, Washington. The project involves excavating two trenches, approximately 80 feet long and up to 10 feet wide, to study the underlying stratigraphy for earthquake history analysis, which is critical for understanding seismic risks in the region. Proposals must be submitted electronically by March 20, 2025, with a performance period from May 1, 2025, to August 31, 2025, and the estimated budget for the project is capped at $25,000. Interested contractors can contact Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330 for further details.
    Security Services Drill Site
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking proposals for unarmed security services at two drill sites in California, specifically AEM1 and AEM2. The primary objective of this procurement is to secure equipment against theft and vandalism during operational hours, with services required to include regular patrols every 30 minutes, incident response procedures, and effective communication tools for security personnel. This contract is crucial for ensuring the safety and integrity of essential scientific equipment, with services expected to be delivered between April 15, 2025, and September 30, 2025, covering approximately 13 nights. Interested small businesses must submit their firm, fixed-price quotes and qualifications, including background checks for security personnel, to Joel Berberena at jberberena@usgs.gov, while also monitoring for any amendments to the RFQ.
    to purchase passive soil gas samplers, drill bits, analysis of passive soil gas samplers, delivery of Leve IV data package, and delivery of isopleth maps
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking suppliers to provide passive soil gas samplers, drill bits, analysis services for the samplers, and the delivery of Level IV data packages and isopleth maps. This procurement is essential for supporting environmental monitoring and research initiatives, particularly in understanding soil gas emissions and their implications for coastal and marine ecosystems. Interested vendors should note that the solicitation is categorized under the NAICS code 541380, and responses are due by March 12, 2025, for services required between March 1, 2025, and September 30, 2025. For inquiries, potential contractors can contact Hyma Nair at hnair@usgs.gov or by phone at 703-648-7361.
    CHARTER TRIPS
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking small businesses to provide commercial boat charters for two six-day research trips in 2025, aimed at monitoring the near shore ecosystem around San Nicolas Island, California. The charters will facilitate scuba surveys and the installation of sea floor marking hardware, requiring vessels equipped with GPS navigation and capable of operating up to 90 miles offshore, while accommodating at least ten biologists. This procurement is part of the Department of the Interior's commitment to long-term ecological research and sustainable marine resource management, with a focus on enhancing marine biodiversity data collection. Interested parties must submit firm, fixed price quotes by March 11, 2025, and can direct inquiries to Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330.
    DENSITY METER
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking proposals for the acquisition of a density meter, as outlined in solicitation number 140G0125Q0083. The density meter is required to measure suspended-sediment concentrations in water systems, with essential specifications including real-time flow and density measurements, a measurement tube diameter of ¾ inch, and robust stainless steel construction. This procurement is critical for enhancing sediment measurement technologies, which play a vital role in environmental monitoring and management efforts. Proposals are due by March 13, 2025, and interested vendors can contact Rafael Anderson at rlanderson@usgs.gov for further information.
    R--Recon and Data Collection Walrus Aggregation
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide reconnaissance and data collection services for walrus aggregation mapping in the northern Bering and Chukchi Seas. The objective of this procurement is to gather real-time data on walrus locations to assess the impact of declining sea ice on Pacific walrus populations, which is critical for wildlife management and conservation efforts. Contractors will be responsible for conducting reconnaissance operations, ensuring data accuracy, and submitting timely reports, with the performance period scheduled from June 2 to June 25, 2025, and a final summary report due by June 30, 2025. Interested small businesses must submit their proposals by March 6, 2025, and can direct inquiries to Joel Berberena at jberberena@usgs.gov.
    BOATS, MOTOR, AND TRAILERS
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking quotes for the procurement of boats, motors, and trailers as part of a Request for Quote (RFQ) initiative. The procurement includes specifications for two boat hauls, outboard motors, and corresponding trailers, with options for additional equipment contingent on available funding. This acquisition is crucial for enhancing the operational capabilities of the USGS, particularly in marine environments, while promoting opportunities for small businesses through a Total Small Business Set-Aside. Quotes are due by March 17, 2025, and interested vendors should contact Janice Moye at jmoye@usgs.gov for further details.
    PYROGENIC CARBON ANALYSES
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified vendors to provide analysis of pyrogenic carbon in ash, soil, and sediment samples from wildfire-affected areas under the Request for Quotations (RFQ) number 140G0325Q0051. The project aims to analyze up to 200 samples, with a completion deadline of June 30, 2025, requiring vendors to submit firm, fixed price quotations by March 11, 2025, along with detailed technical approaches and evidence of past performance in similar analyses. This initiative is crucial for understanding the environmental impacts of wildfires, supporting ongoing research and policymaking efforts in affected regions. Interested parties can contact Joahnne Ongjoco at jongjoco@usgs.gov or by phone at 916-278-9328 for further information.
    Broad Agency Announcement FY24
    Buyer not available
    Solicitation from the Department of the Interior, US Geological Survey, is seeking custom computer programming services. This service is typically used for developing and maintaining software applications. For more information, contact Marcia Hall at mmhall@usgs.gov or 0000000000.
    Reverse Osmosis System
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking quotations for a Reverse Osmosis (RO) System, with a delivery deadline set for April 15, 2025. The procurement includes specific requirements such as a 150-gallon holding tank, filtration capabilities, a water softening system, and additional equipment necessary for water purification, along with warranty, installation, and training services. This system is crucial for ensuring high-quality water supply for various analytical and research purposes within the agency. Quotations must be submitted by March 18, 2025, to Margaret Hewitt via email, and the contract will be awarded based on the lowest priced, technically acceptable offer, emphasizing compliance with federal acquisition regulations. Interested parties can reach out to Karen La Bouff-Kind at klabouff-kind@usgs.gov or by phone at 303-236-9315 for further inquiries.