R-- Software Support - Out of Hours (OOH)
ID: 140G0225Q0065Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUISITION GRANTS-DENVERDENVER, CO, 80225, USA

NAICS

Other Computer Related Services (541519)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

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

    The U.S. Geological Survey (USGS) is seeking small businesses to provide software support services outside of normal hours (OOH) for its Geologic Hazards Science Center, as outlined in RFQ Number 140G0225Q0065. The contract will cover a base year and two optional years, requiring expertise in both Linux and Windows systems to ensure 24/7 monitoring and maintenance of mission-critical systems. This procurement is crucial for maintaining operational efficiency and rapid incident response, with a performance period from May 25, 2025, to May 24, 2028. Interested vendors must submit their quotations by May 20, 2025, and direct any inquiries to Janice Moye at jmoye@usgs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Labor's Wage Determination No. 2015-5419 outlines minimum wage requirements under the Service Contract Act for federal contracts in Colorado, effective through 2025. Contractors must adhere to wage rates as determined by Executive Orders 14026 and 13658, necessitating minimum payments of at least $17.75 or $13.30 per hour depending on the contract's award date. Occupations listed include administrative, automotive, food service, health, and technical roles among various others, with stipulated wage rates and fringe benefits. All positions are entitled to health and welfare benefits, paid vacation, and holidays, with specific provisions for uniform allowances and additional classifications for unlisted job titles. The document emphasizes compliance and worker protections regarding wage determinations and the conformance process while highlighting the application of paid sick leave under Executive Order 13706. This comprehensive wage determination ensures contractors meet federal standards while providing fair compensation and benefits to workers engaged in service contracts.
    The document provides a detailed Q&A for RFQ 140G0225Q0065 regarding Out of Hours (OOH) support services. It confirms that this solicitation is a new requirement without an incumbent contractor and outlines the responsibilities for proposal submission based on FAR 52.212-1, including no specific formatting or page restrictions. Key points include workload metrics indicating alerts on 25.6% of days, the requirement for contractor personnel to be based in the Denver metro area, and that hardware and software will be government-furnished. Notably, 24-hour OOH support is needed on weekends, and contractors should be able to respond to incidents within 30 minutes in Golden, CO. The submission requires past performance evaluations without a specified format and no obligation to procure or maintain hardware or software. Evaluation criteria emphasize non-cost factors over price, ensuring proposals effectively demonstrate technical capability. This document represents a critical step in the contracting process, ensuring clarity on requirements and expectations for potential bidders in support of government operations.
    The document outlines Amendment 0001 to Solicitation Number 140G0225Q0065, pertaining to a request for quotation (RFQ) for software support services. The amendment serves to clarify the solicitation by adding questions and answers, and it emphasizes that offers must acknowledge receipt of this amendment by specified means prior to the deadline. The RFQ is specifically set aside for small businesses under NAICS code 541519, with a size standard of $34 million. It details a contract structure that includes a base year and two option years for outside of hours software support, with the contract period running from May 25, 2025, to May 24, 2028. Key points include the requirement for offerors to submit completed representations and certifications, the evaluation criteria favoring overall non-price merits, and specific deadlines for submitting questions and quotes. The primary goal of this solicitation is to identify vendors capable of providing the required services while adhering to federal guidelines and regulations.
    The Federal Request for Quotation (RFQ) 140G0225Q0065 outlines a solicitation from the U.S. Geological Survey (USGS) for Software Support services outside of normal hours (OOH) for its Geologic Hazards Science Center. The RFQ invites small businesses to provide written quotations by May 20, 2025, indicating a need for IT support in monitoring and maintaining mission-critical systems 24/7. The contract spans a base year with two optional years, emphasizing proficiency in both Linux and Windows systems, alongside adherence to Federal Acquisition Regulations. The Performance Work Statement details responsibilities including Tier 1 incident response, with expectations for swift ticketing and escalation processes for unresolved issues. Contractors must demonstrate effective communication and problem isolation skills. Additionally, this document incorporates federal security and accessibility standards ensuring compliance with the Federal Information Security Modernization Act (FISMA) and Section 508 of the Rehabilitation Act. Overall, the RFQ reflects the government's commitment to continuous IT support through strategic contracting, aiming for improved response times to incidents impacting crucial systems.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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).
    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.
    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.
    Acoustic Doppler System IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide an Acoustic Doppler System in accordance with specified salients, to be delivered to West Sacramento, CA. The procurement requires a geophysical instrument, specifically a Nortek Aquadopp Profiler and HR Mode, which must meet detailed technical specifications including a three-beam configuration, operational acoustic frequency of 2 MHz, and various internal sensors. This acquisition is crucial for the USGS's water resource management and monitoring efforts, with the Request for Quote (RFQ) scheduled to be issued on December 11, 2025, and quotes due by December 17, 2025, at 11:00 AM ES. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov before the question deadline.
    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.
    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.
    R--Geospatial Support Services for OTS - DRIS
    Interior, Department Of The
    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.
    Geographic Information System Support Specialist
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for Geographic Information System (GIS) support services under Solicitation No. 140A1126Q0005, specifically set aside for Indian Small Business Economic Enterprises. The contract aims to enhance the efficiency and management of the San Carlos Irrigation Project's electrical utility operations, requiring an on-site GIS project manager to maintain the GIS system, collect field data, and provide comprehensive data analysis and reporting. This firm-fixed-price contract spans 2160 hours annually over a base year and four option years, with quotes due by December 31, 2025, at 5:00 PM PST, and inquiries accepted until December 26, 2025. Interested vendors should submit their proposals electronically to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    Z--HVAC SERVICES - CONTE ANDROMOUS FISH LAB
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide annual preventative maintenance and routine repair services for the Heating, Ventilation, and Air Conditioning (HVAC) system at the Conte Anadromous Fish Research Laboratory located in Turners Falls, Massachusetts. The contract encompasses comprehensive maintenance, including quarterly inspections and responses to service calls, with a focus on ensuring the efficient operation of various HVAC systems, including boilers and air handlers. This opportunity is a total small business set-aside under NAICS code 238220, with a contract duration of one year and four optional one-year extensions, and is valued at a ceiling of $50,000 for time-and-materials. Interested parties must submit their quotes by December 22, 2025, and are encouraged to attend a site visit scheduled for December 17, 2025; inquiries can be directed to Susan Ruggles at sruggles@usgs.gov.
    1 Gbps Symmetrical Ethernet DIA, Rapid City, SD
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking proposals for 1 Gbps symmetrical Ethernet Dedicated Internet Access (DIA) services for its Dakota Water Science Center located in Rapid City, SD. This procurement includes a base year and two option years, emphasizing the need for reliable internet connectivity supported by fiber optic media, IPv4/IPv6 interoperability, and 24/7/365 Network Operations Center (NOC) support, along with a Service Level Agreement (SLA). The opportunity is classified under NAICS code 517111 and Product Service Code DG10, with quotes due by December 17, 2025, at 5:00 PM ET, submitted via email to Elizabeth Adam at eadam@usgs.gov. Evaluation criteria will prioritize technical capability and past performance over price, ensuring that the selected vendor meets the essential requirements outlined in the solicitation.