ISAB043 MOUSEFLOW STARTER ANNUAL SUBSCRIPTION
ID: 140G0124Q0297Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUSITION GRANTS-NATIONALRESTON, VA, 20192, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    The U.S. Geological Survey (USGS), part of the Department of the Interior, is seeking quotes for the annual subscription of the ISAB043 MouseFlow Starter software, which is essential for monitoring user interactions on the LANDFIRE project website. This procurement aims to enhance data-driven decision-making and operational efficiency by providing advanced web analytics, including features such as heat maps and interaction flows, while ensuring compliance with federal security standards. The contract is classified as a micropurchase under NAICS code 513210, with an anticipated award date of September 20, 2024, and quotes are due by September 19, 2024, at 08:00 AM EDT. Interested vendors should submit their quotations via email to Jean Walsh at jwalsh@usgs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Interior (DOI), specifically the United States Geological Survey (USGS) Earth Resources Observation and Science (EROS) Center, requires the procurement of a MouseFlow Starter Annual License to support the LANDFIRE project. This software enables detailed user interaction monitoring across specified domains, facilitating data filtering for optimization opportunities. The documentation outlines functional and technical specifications, including adherence to Federal Information Security Management Act (FISMA) standards, the necessity for compatibility with both IPv4 and IPv6 systems, and the requirement for comprehensive vendor support. Specifically, the agreement mandates five days per week support, timely software updates, and next-business-day hardware replacements. Additionally, the vendor must implement an escalation policy to effectively address issues based on severity and impact, ensuring prompt resolution. A cloud readiness review indicates that the application is not suitable for cloud deployment due to sensitive data considerations and the complexity of its integration within a broader scientific infrastructure. This request serves to enhance operational efficiency and data-driven decision-making within USGS’s LANDFIRE project.
    The Accessibility Requirements Tool outlines the mandates for Information and Communication Technology (ICT) compliance with Section 508 of the Rehabilitation Act. It emphasizes that all ICT procured or developed by federal agencies must adhere to Revised 508 Standards. Offerors are required to submit an Accessibility Conformance Report (ACR) for each ICT item, using the Voluntary Product Accessibility Template (VPAT) to detail their compliance with Section 508 standards. This includes specific claims of conformance, methods of evaluation, and explanations for any non-applicable standards. The document also necessitates descriptions of universal design principles, plans for features that do not completely meet standards, and user scenarios that include individuals with disabilities. Prior to acceptance, the government may conduct testing to verify claims of compliance. If discrepancies are found, the offeror may be required to remediate the ICT item to ensure proper adherence to the declared conformance level. This tool serves as a critical resource in ensuring that accessible technology is prioritized in government procurements, thereby strengthening inclusive practices across federal agencies.
    The document comprises a collection of federal and state/local RFPs (Requests for Proposals) and grants related to various governmental projects. It highlights crucial topics in procurement, funding opportunities, and eligibility criteria for organizations seeking financial support from government entities. Key sections include detailed descriptions of program requirements, evaluation criteria, and deadlines for submissions, emphasizing transparency and accessibility in the grant application process. The main aim is to provide potential applicants with comprehensive guidelines to navigate the complexities of securing federal and state grant funding. It underscores the necessity for meticulous documentation and adherence to regulatory compliance, while also addressing the significance of sustaining public resources effectively. This curated information is essential for organizations looking to enhance their services through government funding. The RFPs encourage participation from diverse entities to promote inclusivity in federal grant discovery, supporting a variety of community and development projects across multiple sectors. This document serves as a vital resource, guiding applicants through the processes necessary to successfully apply for government grants and RFPs, ensuring they meet required standards and deadlines while fostering improved public services and community enhancements.
    The U.S. Geological Survey (USGS), under the Department of the Interior (DOI), requires the renewal of the MouseFlow Starter software on a brand name basis, as outlined in FAR 13.106-1(b)(1)(i). This software provides advanced web analytics, crucial for understanding user interactions and optimizing the LANDFIRE project website. It includes features like heat maps and interaction flows, which offer insights into user behavior while ensuring protection of personally identifiable information (PII). The estimated dollar value for the renewal contract suggests a sole-source acquisition due to the unique functionality offered by MouseFlow that other software options do not meet. Market research failed to identify alternative solutions that could fulfill the specific analytical needs of the LANDFIRE project. The contract will adhere to all necessary procurement regulations, including guidelines to ensure price reasonableness and competition standards. This justification supports the decision to proceed with the MouseFlow renewal, emphasizing its critical role in enhancing website user experience and project efficiency.
    This document is an amendment to a solicitation for the ISAB043 MouseFlow Starter Package Annual Subscription. It addresses a specific inquiry regarding the number of domains that require monitoring, clarifying that only one domain is needed, thus necessitating only one license. The amendment emphasizes the requirement for contractors to acknowledge receipt of this change prior to the specified deadline, with several methods provided for doing so. It outlines that the change is made under the guidelines of the Federal Acquisition Regulation (FAR) for contract modifications. All other terms and conditions of the original solicitation remain unchanged. Furthermore, Jean Walsh is identified as the contracting officer for this amendment, and queries regarding the request can be directed to her via email. Overall, this document serves to maintain clarity and transparency in the bidding process for federal contracts by specifying changes and reinforcing compliance requirements.
    The document presents a Request for Proposal (RFP) issued by the USGS Reston Acquisition Branch for a software subscription specifically for the MouseFlow Starter Package. The solicitation outlines critical information including the due date for offers, payment and invoicing instructions, and certification requirements for offerors, particularly focusing on compliance with federal regulations. It specifies a total award amount and includes various clauses that govern the contractual obligations and responsibilities of the contractor. The RFP categorizes the acquisition under the NAICS code for small businesses, allowing for participation from designated small business types, such as service-disabled veteran-owned and economically disadvantaged women-owned businesses. Additional provisions related to technical direction, compliance with specific regulations, and the flow down of certain clauses to subcontractors are noted. The document emphasizes the importance of precise submission details, including representations and certifications necessary for evaluation. This RFP reflects the government's ongoing commitment to fostering small business participation and compliance with federal procurement standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Purchase and Delivery of Terrestrial Laser Scanners and accessories updated
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the purchase and delivery of two Leica BLK360 Generation 2 Terrestrial Laser Scanners, along with necessary accessories and software licenses. This procurement aims to enhance the agency's capabilities in collecting field data related to burn severity and forest changes, which is crucial for restoration and carbon loss quantification efforts following wildfires. The initiative is part of the High-resolution Remote Sensing and UAS Program, emphasizing the importance of advanced technologies in effective land management and environmental stewardship. Interested vendors must submit their proposals, including technical capabilities and pricing, by September 24, 2024, and can direct inquiries to Tina Frankenbery at tina.frankenbery@usda.gov.
    Broad Agency Announcement FY24
    Active
    Interior, Department Of The
    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.
    R--USGS Small Business Outreach Event - Sacramento, CA
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is hosting a Small Business Outreach Event aimed at engaging the vendor and industry partner community in Sacramento, CA, on October 23, 2024. This hybrid event will provide small businesses with valuable insights into government contracting opportunities, featuring presentations on procurement updates and networking opportunities, culminating in a government panel discussion. The initiative is particularly focused on enhancing collaboration with small and disadvantaged businesses, and registration is required, limited to one attendee per company, with priority given to the first 100 responses for in-person attendance. Interested parties should register via email and can direct inquiries to Sean Jones at smjones@usgs.gov or call 303-236-9314 for further information.
    GeoNetwork Enterprise Support Services
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking to award a sole source contract to GeoCat B.V. for Enterprise Product Support of its National Agricultural Library (NAL) GeoData applications utilizing the GeoNetwork platform. The primary objective of this procurement is to enhance maintenance, operational efficiency, and cybersecurity compliance for the GeoNetwork applications, which are critical for the USDA's research and information-sharing missions. The total estimated cost for the support over a three-year period is $189,000, and interested parties must submit their responses to the primary contact, Katelyn Nelson, at katelyn.nelson@usda.gov within five calendar days of this notice. The contract will include a base year and two one-year options, with strict adherence to federal accessibility standards and cybersecurity requirements.
    REMI PI+ Annual Maintenance
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), specifically the Animal and Plant Health Inspection Service (APHIS), is seeking a contractor for the REMI PI+ Annual Maintenance, a noncompetitive procurement aimed at maintaining the proprietary Regional Economic Modeling Incorporated Policy Insight Plus (REMI PI+) software. This software is crucial for the USDA's National Wildlife Research Center (NWRC) Economics Project, which analyzes the economic impacts of wildlife damage, including crop destruction and disease spread, using a sophisticated 70-sector, 14-region model. The contract will span five years, consisting of one base year and four optional years, with the estimated value remaining below the Simplified Acquisition Threshold (SAT). Interested parties must submit their responses to Samantha Johnson at samantha.johnson3@usda.gov by September 20th at 4 PM PT, as this opportunity is set aside for small businesses under FAR 19.5.
    Geological Interpretive Tools (GIT) Technology
    Active
    Interior, Department Of The
    The Bureau of Ocean Energy Management, part of the Department of the Interior, is soliciting proposals for the procurement of Geological Interpretive Tools (GIT) Technology through Request for Proposal (RFP) No. 140M0124R0006. The objective of this procurement is to establish one or more Indefinite Delivery Indefinite Quantity (IDIQ) contracts that will enable the Bureau of Safety and Environmental Enforcement and the Bureau of Ocean Energy Management to enhance their capabilities in subsurface interpretation and data analysis related to offshore resource management. This initiative underscores the importance of advanced technology in geological assessments, aiming to improve efficiency and compliance with federal standards, including the DOI Cloud Smart Strategy and FEDRAMP certification for Software as a Service (SaaS) offerings. Interested contractors should reach out to Caroline Laikin-Credno at Caroline.Laikin-Credno@bsee.gov or call 703-787-1828 for further details, with proposals due by the specified deadlines outlined in the solicitation documents.
    Purchase (15) Druck Pressure Transducers for USDA-NRCS Salt Lake City, UT Snow Survey
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) is seeking quotations for the procurement of 15 Druck Pressure Transducers, model PMP 317-8693, specifically to support the Natural Resources Conservation Service (NRCS) Snow Survey operations in Salt Lake City, Utah. The transducers must conform to specified brand requirements to ensure compatibility with existing equipment, and the procurement is set aside exclusively for small businesses under NAICS code 334519, which has a size standard of 600 employees. These high-performance pressure transducers are critical for accurate measurements in various applications, including environmental monitoring and agricultural assessments. Interested vendors must submit their quotes via email by September 23, 2024, and direct any inquiries to Ms. C. Thomas at chauquetta.thomas@usda.gov.
    D--Seismic Amplitude Analysis Tool for BOEM
    Active
    Interior, Department Of The
    The Department of the Interior's Bureau of Ocean Energy Management (BOEM) intends to issue a sole source contract for the Seismic Amplitude Analysis Tool, specifically utilizing Lognormal Solutions’ Seismic Amplitude Analysis Module (SAAM) software. This procurement aims to enhance the Bureau's capabilities in analyzing seismic amplitude anomalies, which is crucial for assessing risks associated with oil and gas prospects by identifying and quantifying Direct Hydrocarbon Indicators (DHI) within extensive seismic data. The contract will have a performance period of twelve months, with the possibility of four extensions, and is classified under NAICS code 541519. Interested firms may submit capability statements by October 4, 2024, and should direct inquiries to David Villani at david.villani@bsee.gov or by phone at 703-787-1756.
    Infoblox Software Licensing
    Active
    International Trade Commission, United States (duns # 02-1877998)
    The United States International Trade Commission (USITC) is seeking quotations for Infoblox software licensing to manage DNS and DHCP services through a centralized virtual host. The procurement aims to enhance operational efficiency and security while ensuring compliance with federal mandates, specifically targeting certified Infoblox resellers as part of a 100% Small Business Set-aside initiative. This software is crucial for modernizing the IT infrastructure of the USITC, with a delivery period set from October 18, 2024, to October 17, 2025. Interested offerors must submit their quotations by September 25, 2024, and can direct inquiries to Meaghann Peak at meaghann.peak@usitc.gov.
    D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Skymira, LLC for the procurement of 135 Orbcomm Satellite terminals and associated data services, aimed at enhancing the operational efficiency and safety of wildland fire vehicles. This acquisition is critical for ensuring reliable vehicle tracking in remote areas, as mandated by the Dingell Act, and is designed to streamline interagency operations in collaboration with the Bureau of Land Management (BLM), which already utilizes the same tracking system for over 700 vehicles. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties are invited to express their capabilities within ten calendar days of this notice, which closes on September 22, 2024, at 5:00 p.m. Eastern Time. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.