B--cultural practitioner support services
ID: 140G0325Q0191Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFFICE OF ACQUISITON GRANTSSACRAMENTO, CA, 95819, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SPECIAL STUDIES/ANALYSIS- OTHER (B599)
Timeline
    Description

    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide Cultural Practitioner Support Services aimed at engaging the Native Hawaiian Community in seafloor research activities. The primary objective of this procurement is to facilitate culturally informed communication and integration of Native Hawaiian cultural knowledge into outreach and research processes related to seabed mineral research near the Hawaiian Islands. This initiative underscores the importance of cultural sensitivity in government research, reflecting the USGS's commitment to respectful collaboration with Indigenous communities. Interested vendors must submit their proposals, including a signed SF 18 form, technical qualifications, and references, by August 11, 2025, with a total funding amount of $19.5 million available under NAICS code 541990. For further inquiries, potential bidders can contact Yangzhi Deng at yangzhideng@usgs.gov or by phone at 916-278-9326.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Geological Survey’s Pacific Coastal and Marine Science Center is seeking cultural practitioner support services to engage the Native Hawaiian Community in seabed mineral research near the Hawaiian Islands. The project, scheduled from October 30 to November 22, 2025, requires culturally informed communication as the USGS lacks expertise in Hawaiian cultural tenets. The contractor will integrate Native Hawaiian cultural knowledge into outreach and research processes, providing deliverables like text contributions for sampling plans, meeting facilitation, and briefing materials. Services must be delivered within ten business days upon request, with a contract running from August 18, 2025, to March 31, 2026. The contractor is expected to have significant experience with the Native Hawaiian Community and ocean science communication. Payment will follow the completion of services and proper invoicing through the appropriate government system. This solicitation underlines the importance of cultural sensitivity in government research, reflecting the USGS's commitment to respectful collaboration with Indigenous communities.
    This document is an amendment to Solicitation No. 140G0325Q0191 for "Cultural Practitioner Support Services." The primary purpose of this amendment is to extend the Request for Quotation (RFQ) due date to August 19, 2025, at 1500 PST. Additionally, the Period of Performance for the services will be adjusted to September 1, 2025, through April 30, 2026. No further questions will be accepted regarding this solicitation. Contractors are required to acknowledge receipt of this amendment and return signed copies to the issuing office. The services involve facilitating engagement with the Native Hawaiian Community concerning seafloor research activities, categorized under Product/Service Code B599 (SPECIAL STUDIES/ANALYSIS- OTHER). All other terms and conditions of the original solicitation remain unchanged.
    The document is a Request for Quotation (RFQ) 140G0325Q0191 issued by the US Geological Survey (USGS) for Cultural Practitioner Support Services aimed at engaging the Native Hawaiian Community in seafloor research activities. The RFQ outlines the requirements for interested vendors, including the submission of signed forms and detailed technical qualifications, along with a firm fixed-price quote. The performance period for this service is estimated to be from August 18, 2025, to March 31, 2026, and it is classified under NAICS 541990 (All Other Scientific and Technical Services) with a budget of $19.5 million. A significant aspect of this solicitation is that it is not set aside for small businesses. Key deliverables include a signed SF 18 document, technical submissions showcasing qualifications and experience, and references from prior contracts. Questions from potential bidders must be submitted by August 4, 2025, and responses are due by August 11, 2025, via email. The document emphasizes that the RFQ is a request for information and does not obligate the government to award any contract. The solicitation highlights the importance of communication and documentation in the bidding process for government-funded initiatives.
    The U.S. Geological Survey’s Pacific Coastal and Marine Science Center seeks cultural practitioner support services to engage the Native Hawaiian Community in seabed mineral research scheduled from October 30 to November 22, 2025. Given the necessity for culturally informed interaction, the contractor is tasked with integrating Native Hawaiian cultural knowledge into research planning and documentation. Key responsibilities include facilitating community meetings and preparing materials for effective outreach. All services must be delivered within ten business days of request, with the contract period running from August 18, 2025, to March 31, 2026. Key qualifications for contractors include significant experience with the Native Hawaiian Community and knowledge of ocean science communication. The payment structure is based on successful completion of deliverables, emphasizing collaboration and respect for Native Hawaiian cultural protocols throughout the project. This engagement is essential to ensure that the research operations honor the community's cultural tenets and values.
    Lifecycle
    Title
    Type
    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.
    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.
    CULTURAL RESOURCE TECHNICAL SERVICES AT VARIOUS LOCATIONS IN HAWAII, WESTERN PACIFIC AND ASIA FOR THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND PACIFIC
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC PAC), is seeking qualified contractors to provide cultural resource technical services at various locations in Hawaii, the Western Pacific, and Asia. The procurement involves a Firm-Fixed-Price, Multiple Award Contract (MAC) with an Indefinite Delivery Indefinite Quantity (IDIQ) structure, aimed at delivering a wide range of cultural resource services, including archaeological surveys, architectural history surveys, and various specialized analyses, primarily in support of defense-related projects. This contract, with a maximum value of $70 million over a term of up to 90 months, includes a partial small business set-aside and emphasizes compliance with federal regulations and professional standards. Interested parties can contact Kylee Chun at kylee.k.chun.civ@us.navy.mil or Rachel Isara-Phan at rachel.m.isara-phan.civ@us.navy.mil for further details.
    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.
    A--Northern California Area Office (NCAO) Cultural Re
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified small businesses to provide cultural resources support services for the modernization of the Trinity River Fish Hatchery (TRFH) in Northern California. The procurement aims to ensure compliance with the National Historic Preservation Act (NHPA) through tasks such as cultural resources inventory, evaluation, and reporting, with a focus on updating built environment resource inventories and conducting finding of effects analyses. This project is critical for preserving cultural heritage while modernizing infrastructure, and the contract is set as a Firm-Fixed Price for a period from February 1, 2026, to January 31, 2027. Quotes are due by December 15, 2025, at 3:00 PM Pacific Time, and interested parties should contact Sarah Rodrigues at srodrigues@usbr.gov for further information.
    52000QR260001351 USCGC WILLIAM HART HULL INSPECTION AND ZINC REPLACMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform a hull inspection and zinc replacement for the USCGC William Hart, located in Honolulu, Hawaii. The contractor will be responsible for conducting a thorough inspection and cleaning of the vessel's underwater body, including hull plating, coating systems, transducers, and drive systems, as well as renewing zinc anodes. This procurement is critical for maintaining the operational integrity and safety of the vessel, ensuring compliance with safety regulations and standards. Interested small business vendors must submit their proposals, including a detailed cost breakdown and relevant documentation, by December 10, 2025, with the work scheduled to take place between December 1 and December 19, 2025. For further inquiries, vendors can contact Timothy Ford or Joshua Miller via their provided email addresses.
    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.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Buyer not available
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    Southeast Fisheries Observer Programs
    Buyer not available
    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 a total small business set-aside contract. The procurement involves providing qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts, with a focus on compliance with various regulations. This indefinite delivery indefinite quantity contract has a maximum order limit of $24,837,381.52 and includes both Firm Fixed Price and Time and Materials components, with a performance period spanning five years from April 1, 2026, to March 31, 2031. Interested parties should direct inquiries to Carina Topasna at Carina.Topasna@noaa.gov, and must submit past performance questionnaires by January 10, 2026, at 2:00 PM Pacific time.