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
    B--US Geological Survey (USGS) Landsat Next Mission Operations Center (MOC) Inform
    Buyer not available
    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.
    MMAR 6.302-2 Public Exigency Congressional Mandate
    Buyer not available
    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.
    C--Land Surveying-Request for A-E Qualifications
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.
    AnyLogic Software Licenses
    Buyer not available
    The General Services Administration (GSA) is seeking quotations for AnyLogic software licenses, specifically for the Naval Undersea Warfare Center, Keyport Division. The procurement aims to acquire brand-name maintenance licenses for AnyLogic simulation software, which is recognized for its unique capabilities in supporting various simulation paradigms and has no alternative providers available according to recent market research. The contract will be awarded based on the lowest price technically acceptable (LPTA) quote, with a subscription period from December 11, 2025, to December 10, 2026, and submissions must be made via email to Mr. La’Venji Daniels at lavenji.daniels@gsa.gov. Interested vendors should ensure compliance with the outlined requirements and utilize GSA's OMS Vendor Portal for order processing.
    FY26 CRRP USGS DOCK REPAIR
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is soliciting proposals for the FY26 CRRP USGS Dock Repair project. This project entails the demolition and replacement of the USGS gage platform 2, which will include a new platform with land access for personnel via a walkway. The existing structure, currently made of pressure-treated lumber and supported by timber piles, requires significant upgrades to ensure safety and functionality. Interested small businesses should note that this is a total small business set-aside opportunity, with proposals due by November 17, 2025. For further inquiries, Joshua Gould can be contacted at joshua.t.gould@usace.army.mil or by phone at 843-329-8081.
    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.
    Oracle Database Enterprise Ed
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory operated by Brookhaven Science Associates, LLC (BSA), is seeking quotes for the procurement of Oracle Database Enterprise Edition software and related support services for the year 2025. The specific requirements include four units each of Oracle Database Enterprise Edition, Oracle Tuning Pack, Oracle Diagnostics Pack, and Change Management Pack, along with two units of Oracle Database Standard Edition, all on a perpetual license basis. This procurement is critical for maintaining the operational efficiency and data management capabilities at the laboratory, ensuring compliance with federal regulations and quality assurance standards. Interested vendors must submit their quotes by December 4, 2024, at 5 PM EST, and can direct inquiries to David Blackmore at dblackmore@bnl.gov.
    HPE Hardware and Software Renewal
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure maintenance support for Hewlett Packard Enterprise (HPE) hardware and software. This procurement aims to ensure the continued security and operational integrity of the USCG network through annual maintenance, which includes technical support, security patch updates, and software release updates. The justification for this brand name procurement is based on the unique requirements of the HPE products, as outlined in FAR 16.505(a)(4)(i), which restricts the opportunity to a single manufacturer. Interested parties can reach out to Michael McFadden at Michael.A.McFadden@uscg.mil or by phone at 703-203-3198 for further details.
    VRS License Access
    Buyer not available
    The Department of Agriculture, specifically the Farm Production and Conservation Business Center, is seeking to procure access to 21 Virtual Reference Stations (VRS), also known as The Utah Reference Network (TURN), from the Utah Geospatial Resource Center (UGRC). This procurement aims to facilitate the determination of fixed positions on the earth's surface, which is crucial for various agricultural and environmental applications. The services provided through this contract will support the USDA's Natural Resources Conservation Service in Utah, enhancing their operational capabilities. Interested parties can reach out to Ms. C. Thomas at chauquetta.thomas@usda.gov or call 817.509.3209 for further details regarding this opportunity.
    Bison Care and Facility Maintenance Services
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is soliciting quotes for Bison Care and Facility Maintenance Services under Request for Quote (RFQ) 12639526Q0005. The procurement aims to secure a firm-fixed-price contract for the care of a herd of 120 bison housed on 80 acres in Gardiner, Montana, with services required from December 3, 2025, to December 2, 2030, including four option years. This contract is crucial for maintaining the health and management of the bison population, which plays a significant role in conservation and wildlife management efforts. Interested small businesses must submit their quotes electronically by November 12, 2025, at 12:00 PM ET, and are encouraged to attend a site visit on November 19, 2025, to assess conditions impacting contract performance. For further inquiries, potential bidders can contact Stephen Tees at stephen.tees@usda.gov.