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
    B--US Geological Survey (USGS) Landsat Next Mission Operations Center (MOC) Inform
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to support the Landsat Next Mission Operations Center (MOC) through a Special Notice procurement. The primary objective is to ensure effective management of the Landsat satellite operations, which includes telemetry and command, orbit dynamics, data processing, and archive management, all critical for monitoring Earth's surface changes. This initiative is vital for maintaining a robust observational system that aligns with federal interests in environmental monitoring and data acquisition. Interested parties can contact Christopher Kuhn at ckuhn@usgs.gov or by phone at 703-648-7378 for further details regarding this opportunity.
    Z--OTWSC Stream Gage Site Construction and Maintenance IDIQ
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the Z--OTWSC Stream Gage Site Construction and Maintenance Indefinite Delivery Indefinite Quantity (IDIQ) contract, aimed at providing essential construction and maintenance services at stream gage sites in Texas. The contract will encompass a range of tasks including alteration, renovation, removal, remediation, and construction services, requiring contractors to supply all necessary materials, labor, equipment, and supervision while adhering to local, state, and federal regulations. This opportunity is particularly significant for small businesses, including those classified as Section 8(a), HUBZone, SDVOSB, WOSB, and EDWOSB, as the government aims to ensure adequate competition among responsible contractors. Interested firms must submit their responses by December 23, 2025, at 5 PM CT, to Kimberly Schneider at krschneider@usgs.gov, and must be registered in the System for Award Management (SAM) with a Unique Entity Identifier (UEI).
    Underwater Drone
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified vendors to provide underwater drones as part of a procurement initiative aimed at enhancing hydrological data collection capabilities. The requirement includes five autonomous underwater/surface vehicles (AUV/ASV) capable of conducting various measurements, such as conductivity, temperature, and depth (CTD), along with additional data on current vectors and wave heights. These drones will play a crucial role in environmental monitoring and research, supporting the USGS's mission to provide reliable scientific information. Interested parties must submit their quotes in response to Solicitation Number 140G0125Q0210, which will be issued on or about December 16, 2025, with bids due by December 29, 2025. For further inquiries, vendors can contact Rafael Anderson at rlanderson@usgs.gov.
    66--handheld x-ray fluorescence (XRF) analyzer
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking proposals for the procurement of a handheld X-ray fluorescence (XRF) analyzer to be delivered to Reston, VA. This equipment is essential for facilitating sample collection and rapid mineral screening in both field and laboratory settings, with specific technical requirements including the ability to analyze a wide range of elements, including rare-earth elements, without the need for a vacuum system. The contract is set aside for small businesses, with a response deadline for quotes on December 22, 2025, and an anticipated award date of December 23, 2025. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Rafael Anderson at rlanderson@usgs.gov.
    Forest Service - Groveland Storm Damage Repair
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the Groveland Storm Damage Repair project located in the Stanislaus National Forest, California. This total small business set-aside contract, valued between $500,000 and $1,000,000, aims to repair landslides on two Forest roads, involving tasks such as constructing retaining structures, re-establishing road prisms, resurfacing, and implementing erosion control measures. The project is critical for restoring access and safety to the affected areas following damage from severe weather events in 2023. Proposals are due by January 12, 2026, at 11:00 AM PDT, with a mandatory site visit scheduled for January 6, 2026. Interested contractors should direct inquiries to Tanya Torres at tanya.torres@usda.gov and are required to adhere to various performance and bonding requirements throughout the project duration.
    ICEPOES MX SERVICES
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking quotes for on-site service, maintenance, and software support for Perkin Elmer ICP-OES Optima 8300 DV instruments and Cetac ASX-560 autosamplers at the National Water Quality Lab in Denver, Colorado. The procurement includes a base year contract from February 1, 2026, to January 31, 2027, with two additional one-year options, emphasizing the need for adherence to OEM specifications and the use of certified technicians for repairs and maintenance. This service is critical for ensuring the operational efficiency and reliability of laboratory equipment used in water quality analysis. Interested vendors must submit their quotes by 11:00 AM EST on January 5, 2026, to the primary contact, Stephanie Doutt, at sdoutt@usgs.gov, with quotes remaining valid for 90 days.
    Notice of Intent to Award Sole Source
    Energy, Department Of
    The U.S. Department of Energy (DOE), through its Environmental Management Consolidated Business Center (EMCBC), intends to award a sole source contract to Environmental Systems Research Institute, Inc. (ESRI) for proprietary software and services. This contract will cover a 12-month subscription that includes maintenance for ArcGIS Enterprise Standard, ArcGIS Enterprise Professional Plus User Type, and ArcGIS Pro Extensions, which are critical for the DOE's environmental management operations. The acquisition is justified under FAR 6.302-1, as ESRI is deemed the only responsible source for these specialized services. Interested parties may submit responses regarding the feasibility of future competitive procurements via email to Rudi Sotlar at rudi.sotlar@emcbc.doe.gov by December 23, 2025, at 5:00 PM ET, as no solicitation will be publicly posted.
    F--Southeast Fisheries Observer Programs
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through an indefinite delivery indefinite quantity (IDIQ) contract. The procurement aims to secure qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts. This contract, valued at a maximum of $24,837,381.52, includes both Firm Fixed Price and Time and Materials components, emphasizing the importance of scientific integrity and compliance with various regulations. Interested small businesses must submit their proposals, including past performance questionnaires, by January 10, 2026, with inquiries directed to Carina Topasna at Carina.Topasna@noaa.gov or by phone at 206-526-6350.
    MMAR 6.302-2 Public Exigency Congressional Mandate
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a contractor, CoreSphere, to provide essential development, sustainment, and operations and maintenance services in response to a recent congressional mandate. This urgent requirement is driven by a public exigency as outlined in MMAR 6.302-2, necessitating immediate action to meet critical deadlines. The contract period is set from May 1, 2023, to April 30, 2024, with plans for a competitive follow-on requirement in the future. Interested parties can reach out to Dyeshia Sampson at dsampson@gpo.gov or call 202-320-0089 for further details.
    Commercial Solutions Openings - ERDC Geospatial Research
    Dept Of Defense
    The Department of Defense, through the Engineer Research and Development Center (ERDC), is soliciting innovative solutions for its Geospatial Research Laboratory (GRL) under the Commercial Solutions Openings (CSO) initiative. This opportunity focuses on advancing research and development in six key areas: mission command decision environments, full-3D mapping capabilities, holistic geospatial foundations, remote sensing and mapping technologies, terrain-based positioning and navigation, and earth system dynamics for situational understanding. These projects are critical for enhancing the Army's operational capabilities and situational awareness. Interested parties can submit their solutions via the ERDCWERX platform starting June 30, 2025, until 5:00 PM CDT on July 15, 2026. For further inquiries, contact Anna Crawford at Anna.Crawford@usace.army.mil or LaShanda Areghan at lashanda.d.areghan@usace.army.mil.