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.
    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.
    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.
    SINGLE-AXIS TILT SENSORS IAW SALIENTS
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide Single-Axis Tilt Sensors and associated cable assemblies as outlined in Solicitation Number 140G0126Q0005. The procurement requires the delivery of five Jewell Instruments tilt sensors with specific technical characteristics, including a +/- 60-degree tilt limit and a sealed housing, along with five 80 ft. power/data connector cables, to be delivered to the Hydrologic Instrumentation Facility in Tuscaloosa, AL within 30 days of order receipt. This acquisition is critical for hydrological instrumentation and monitoring, ensuring compliance with federal standards and regulations. Interested vendors must submit their quotes by December 8, 2025, and direct any questions to Cynthia Nicanor at cnicanor@usgs.gov before December 4, 2025.
    Bullet Camera
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified vendors to provide 57 Axis Communications M2036-LEWH Network Bullet Cameras as part of a total small business set-aside contract. The procurement aims to enhance the agency's hydrologic instrumentation capabilities, requiring cameras that meet specific technical specifications for outdoor use, including high-resolution imaging and robust environmental ratings. Interested vendors must ensure compliance with various federal regulations and security guidelines, with the solicitation expected to be issued on December 5, 2025, and quotes due by December 12, 2025. For further inquiries, vendors can contact Rafael Anderson at rlanderson@usgs.gov.
    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.
    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.
    68--Ricca Chemical Company Brand Name or Equal
    Buyer not available
    The U.S. Geological Survey (USGS) is conducting a Sources Sought Notice to identify firms capable of supplying pH buffer solutions, conductivity standards, and deionized water for the National Water Quality Laboratory (NWQL). These materials are essential for maintaining consistency in environmental water sampling and testing programs, which are critical for the USGS's monitoring of water quality trends across the nation. Interested firms must provide detailed information about their products, including compliance with the Buy American Act, and submit their responses by December 9, 2025, at 2:30 p.m. (MST) to Lisa Williams at ldwilliams@usgs.gov. This notice is for market research purposes only and does not constitute a request for proposals or guarantee a contract award.
    CERC A3 Boiler Upgrade
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the CERC A3 Boiler Upgrade project at the Columbia Environmental Research Center in Columbia, MO. The project involves the removal of existing non-condensing boilers, a circulating pump, and a storage tank, followed by the installation of efficient, modulating, condensing boilers, a new recirculation pump, and a storage tank, along with necessary controls. This upgrade is critical for enhancing the energy efficiency of the facility, which serves as a research laboratory. The solicitation is a 100% Total Small Business set-aside, with a contract value estimated between $25,000 and $100,000, and quotes are due by December 19, 2025. Interested vendors must register at SAM.gov and can direct inquiries to Kimberly Schneider at krschneider@usgs.gov.
    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.