T--Sources Sought for Aerial Imagery IDIQ
ID: 140G0125Q0020Type: Sources Sought
Overview

Buyer

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

NAICS

Geophysical Surveying and Mapping Services (541360)

PSC

PHOTO/MAP/PRINT/PUBLICATION- AERIAL PHOTOGRAPHIC (T009)
Timeline
    Description

    The U.S. Geological Survey (USGS), part of the Department of the Interior, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide low-altitude aerial imagery and navigation data, specifically focused on coastal monitoring along the Atlantic East Coast and Gulf of Mexico coast. The objective is to capture current topographic conditions, particularly after storm events, with a maximum of ten data collections per year, requiring timely delivery of digital imagery and navigation data within three days of collection. This procurement is critical for enhancing environmental monitoring and response capabilities, ensuring that the collected data meets strict technical specifications for photogrammetric processing. Interested small businesses are encouraged to participate, with a total small business set-aside in place, and proposals are due by January 31, 2025. For further inquiries, potential bidders can contact Mindie Dixon at mdixon@usgs.gov or (703) 648-7375.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the procedures and requirements for submitting a proposal in response to a federal solicitation. It emphasizes compliance with the solicitation's terms, where offers must be realistic, verifiable, and complete to avoid rejection. The evaluation criteria focus on technical approach, price reasonableness, and past performance, with a clear preference for technically acceptable bids, even if they carry higher costs, provided they offer greater value. Offerors must identify any exceptions to solicitation terms with supporting justification, which could affect their eligibility. The proposal preparation is broken down into four parts: summary data, price proposal, technical proposal with a capabilities statement, and past performance information detailing recent contracts. The contracting officer's intention to award without discussions is noted, though discussions may occur if deemed beneficial. Adequate price competition is expected; if that changes, additional cost information may be requested. The overall aim is to ensure thorough, precise, and competitive proposals that meet government needs efficiently.
    The U.S. Geological Survey (USGS) is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide low-altitude aerial imagery and navigation data for coastal monitoring, particularly after storm events. The objective is to facilitate ongoing research by capturing current coastal topographic conditions, requiring a maximum of ten data collections per year. Vendors must deliver digital copies of raw aerial imagery, precise navigation data, and photo event timestamp files within three days of collection. The data should meet strict specifications to ensure suitability for photogrammetric processing to generate high-resolution topographic products. The work will be conducted along the Atlantic east coast and Gulf of Mexico coastline over a base period of 12 months, with four additional options. All necessary equipment and labor must be provided by the contractor, and USGS will retain all data rights. Adherence to safety and security considerations is mandated, as no government IT system access is required. This solicitation emphasizes the importance of accurate and timely data for effective coastal change monitoring and management.
    The Department of the Interior's United States Geological Survey (USGS) is seeking to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for acquiring low-altitude aerial imagery and corresponding navigation data. This initiative, critical for coastal monitoring and research, focuses on capturing topographic conditions, particularly after storm events. The vendor will provide digital copies of the required data, ensuring it meets strict technical specifications suitable for photogrammetric processing. Each data collection must occur within specific parameters, such as time of day and environmental conditions, to ensure quality standards. Deliverables are expected within three days post-collection. The contract comprises a base period and four optional renewal periods, with all necessary equipment provided by the contractor. The USGS maintains ownership of all collected data and related intellectual property while ensuring that the process adheres to safety and security protocols. This procurement effort aligns with the federal mandate for improved environmental monitoring and response capabilities.
    The USGS Office of Acquisitions and Grants in Reston, Virginia, plans to issue a Request for Quote (RFQ) for low-altitude aerial imagery and precise navigation data for photogrammetric processing. This initiative supports the Coastal and Marine Hazards and Resources Program and associated science centers. The government seeks to award a firm-fixed price indefinite-delivery, indefinite-quantity contract lasting up to five years, with a potential six-month extension. The projected contract amount exceeds $250,000. The solicitation will be reserved for small businesses, as denoted by the Small Business Size Standard of $28.5 million under NAICS 541360, Geophysical Surveying and Mapping Services. The official solicitation is expected to be released in late December 2024 and will be available on SAM.gov. Prospective bidders must have a Unique Entity Identifier (UEI) and be active in the System for Award Management (SAM). This pre-solicitation does not permit vendors to incur costs on behalf of the government.
    The U.S. Geological Survey (USGS) seeks to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for low-altitude aerial imagery and navigation data essential for producing high-resolution topographic products. The contract, designed for use after storm events to monitor coastal changes, requires the vendor to provide digital imagery and navigation data that meets specific technical criteria. Deliverables must be submitted within three days of data collection, and annual funding is capped at $100,000 for up to ten data collections. Key requirements include a comprehensive set of standards for data capture, including camera specifications, GNSS requirements, and acquisition conditions to ensure precision in measuring coastal changes. The contractor is responsible for all necessary equipment and personnel while USGS retains all rights to the collected data. The performance period and place of data collection will be determined based on the areas of interest. Overall, this initiative aims to enhance USGS's capability in monitoring coastal environments effectively while facilitating quick responses to changing coastal conditions.
    The document is an amendment to a solicitation for government contracts related to the United States Geological Survey's (USGS) acquisition activities. It emphasizes the requirement for offerors to acknowledge receipt of the amendment to ensure that their bids are considered valid. The amendment modifies existing terms, specifically updating Section III to delineate that the area of interest is limited to the Atlantic East Coast and Gulf of Mexico coast. It notes that aside from this amendment, all other terms and conditions of the solicitation remain unchanged. The document provides instructions for submitting changes to offers and specifies that acknowledgment must be received by the designated office before the specified deadline to avoid rejection of offers. Additionally, contact information for inquiries is provided, listing Mindie Dixon as the point of contact. Overall, the amendment serves to clarify and update solicitation information essential for prospective contractors.
    The document is a Request for Proposal (RFP) issued by the US Geological Survey (USGS) detailing the acquisition of aerial imagery services. It outlines the solicitation number (140G0125Q0020) and specifies the delivery terms, including a due date of January 31, 2025, with a delivery milestone of 10 days after receipt of order. The RFP emphasizes compliance with various federal regulations, including wage determinations and electronic invoicing through the Invoice Processing Platform (IPP). The contract encourages participation from small businesses, highlighting set-asides for categories like service-disabled veteran-owned and women-owned small businesses. The proposal requires contractors to submit pricing information, terms, and adherence to technical specifications. The RFP provides detailed clauses from the Federal Acquisition Regulation (FAR) regarding contract terms, conditions, and the process for submitting bids. It also incorporates performance requirements for aerial imagery services with options for multiple years, showcasing a structured approach to ensure quality and efficiency in contracting. This solicitation underlines the government’s commitment to transparency, accountability, and support for small enterprises.
    The Department of the Interior's United States Geological Survey seeks to establish an Indefinite Delivery Indefinite Quantity (IDIQ) agreement for low-altitude aerial imagery and navigation data collection through the Coastal and Marine Hazards and Resources Program. This initiative aims to assist in ongoing coastal monitoring, particularly after storm events, by capturing and processing high-resolution topographic data. The scope includes the delivery of digital imagery with specified technical requirements, such as precise navigation data and photo timestamp files, suitable for producing elevation and orthophoto products. Each data collection is expected to be completed within three days, and annual funding will not exceed $100,000. Criteria for data acceptance will ensure the collected images meet the USGS’s needs. This request emphasizes the importance of timely, accurate aerial data for effective coastal management and response efforts.
    The "Register of Wage Determinations under the Service Contract Act" outlines the minimum wage requirements and fringe benefits applicable to contracts in Florida, specifying rates based on contract award dates and coverage under Executive Orders 14026 and 13658. Covered workers must be paid at least $17.75 per hour if contracts begin or are renewed after January 30, 2022, while those under contracts awarded between January 1, 2015, and January 29, 2022, earn at least $13.30 per hour. Additional provisions detail benefits, sick leave entitlements under Executive Order 13706, and a process for classifying unlisted job titles along with their corresponding wages.
    Lifecycle
    Title
    Type
    Solicitation
    Presolicitation
    Sources Sought
    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.
    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.
    Remote Control Systems for ADCP's IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide Remote Control Systems for Acoustic Doppler Current Profilers (ADCPs) as outlined in solicitation RFQ 140G0126Q0011. The procurement requires "Brand Name or Equal" remote control kits for Teledyne RDI River Pro/River Ray and StreamPro ADCPs, which must be delivered to the USGS Caribbean-Florida Water Science Center in Tampa, FL, within 30 days of order receipt. These systems are crucial for converting ADCPs into unmanned surface vehicles, enhancing data collection capabilities in aquatic environments. Interested vendors must submit their quotes by December 15, 2025, at 11:00 AM EST, and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov. All bidders must be registered at SAM.gov to be eligible for contract award.
    GNSS Receiver and Accessories IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide GNSS receivers and accessories in accordance with specified salients for the Pennsylvania Water Science Center. The procurement involves the delivery of brand-name or equal drafting, surveying, and mapping instruments, specifically Trimble GNSS receivers and controllers, to be completed within 30 days of the purchase order. This equipment is crucial for various scientific and environmental monitoring applications, enhancing the USGS's capabilities in data collection and analysis. Interested vendors must submit their quotes electronically by December 16, 2025, at 11:00 AM ES, and are encouraged to direct any questions to Cynthia Nicanor at cnicanor@usgs.gov before December 15, 2025. Registration at SAM.gov is required for contract award eligibility.
    Remote Control Systems for ADCP's IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking bids for the procurement of Remote Control Systems for Acoustic Doppler Current Profilers (ADCPs) as part of a total small business set-aside initiative. The requirement includes the delivery of three Stork, SRS-RP/RR Remote Control Kits designed for Teledyne RDI RiverPro/RiverRay Trimaran Boats, with a delivery timeline of 30 days from the issuance of the purchase order. These systems are crucial for enhancing the functionality of ADCPs, allowing them to operate as unmanned surface vehicles with specific performance characteristics, including a maximum speed of 9.5 ft/sec and a communication range of at least 300 ft. Interested vendors must submit their quotes by December 15, 2025, at 11:00 AM EST, and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov. The anticipated award date for the contract is December 30, 2025, and all bidders must be registered with the System for Award Management (SAM) to be eligible for contract award.
    GA99 SITE OPERATOR-USGS NATIONAL TRENDS NETWORK
    Interior, Department Of The
    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.
    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.
    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.
    C--Land Surveying-Request for A-E Qualifications
    Interior, Department Of The
    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.
    A-E Topography and Photogrammetry Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking qualified small businesses to provide architect-engineering services for Topography and Photogrammetry. The procurement aims to fulfill a requirement for professional surveying services, including land surveying, topographic mapping, and specialized aerial and hydrographic surveys, under the supervision of a licensed Professional Land Surveyor. This initiative is crucial for supporting various engineering and real property projects, ensuring accurate data collection and analysis for infrastructure development. Interested firms must submit their qualifications and relevant project experience by January 5, 2026, at 3:00 PM Pacific Time, to David Cook and Alicia Evans via the provided email addresses.