R--Anomaly Avoidance Service NOTICE OF INTENT
ID: 140G0325Q0028Type: Special Notice
Overview

Buyer

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

NAICS

Site Preparation Contractors (238910)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The U.S. Geological Survey (USGS) intends to award a purchase order for Anomaly Avoidance Services to Consolidated Contracting Solutions, LLC, specifically for planned soil core collections at Naval Base Guam. The procurement requires the development of an Anomaly Avoidance Work Plan (AAWP) and the deployment of qualified personnel to ensure safe soil sampling in an area potentially contaminated with Munitions and Explosives of Concern (MEC) and Unexploded Ordnance (UXO) from World War II activities. This project emphasizes safety and compliance with explosive safety requirements, with a timeline for fieldwork from February 5, 2025, to March 31, 2025. Interested parties may submit inquiries via email to Ruperto Lujan at rlujan@usgs.gov by February 4, 2025, at 1600 hrs central time, as no formal solicitation will be issued.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Geological Survey (USGS) seeks a vendor to develop an Anomaly Avoidance Work Plan (AAWP) and provide qualified personnel to ensure safe soil sampling at Naval Base Guam, a site with potential Munitions and Explosives of Concern (MEC) and Unexploded Ordnance (UXO) due to World War II activities. The project involves a two-phase approach: first, creating and submitting the AAWP for approval, and second, deploying UXO technicians to perform anomaly avoidance prior to soil coring up to 1 meter deep. The vendor must ensure compliance with explosive safety requirements and provide all necessary detection equipment, along with daily progress reports and invoices for services rendered. The AAWP must be submitted before any fieldwork, while reports will be ongoing throughout the project's duration, estimated from February 5, 2025, to March 31, 2025. Key personnel are required to have significant experience in MEC support, and the vendor is responsible for their own office space and transportation. This request emphasizes safety and thorough preparation to mitigate risks associated with soil sampling in contaminated areas.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    FY24 MCON PROJECT P-859, CONSOLIDATED HEADQUARTERS PHASE II, U.S. NAVSUPPACT, MCB GUAM
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific, is seeking qualified contractors for the FY24 Military Construction (MILCON) Project P-859, which involves the construction of a secure Phase 2 space at the Consolidated Headquarters located at Naval Support Activity Marine Corps Base in Guam. The project encompasses various construction elements, including architectural, fire protection, electrical, telecommunications, HVAC, and collateral equipment, with an estimated contract value between $10 million and $25 million and a completion period of approximately 423 calendar days. This opportunity is significant for firms specializing in commercial and institutional building construction, as it requires U.S. prime contractors with U.S. subcontractors and suppliers, all of whom must have valid Top Secret clearance. Interested parties should contact Jacqueline Sivongxay at jacqueline.y.sivongxay.civ@us.navy.mil or call 808-603-4464 for further details, and must submit required vetting forms to gain access to the Request for Proposal (RFP), which is anticipated to be released around December 2025.
    76--GPSC5 Amendment Five Request for Qualifications
    Buyer not available
    The Department of the Interior, through the United States Geological Survey (USGS), is seeking qualified architect-engineer firms for the Geospatial Product and Services Contract v5 (GPSCv5), which involves Indefinite Delivery Indefinite Quantity (IDIQ) contracts for professional mapping services across the U.S. and its territories. The procurement aims to award up to ten contracts, with a total not-to-exceed value of $850 million, focusing on services such as remotely sensed data acquisition, high-resolution topographic and geophysical data, and emergency response capabilities. This initiative is crucial for enhancing geospatial data services and ensuring effective management of large-scale mapping projects. Interested firms must submit their qualifications using the SF330 form by January 14, 2026, and can direct inquiries to Trisha Beals at GPSC5@usgs.gov.
    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.
    Sources Sought For Fire Alarm Radio Transmitter
    Buyer not available
    The Department of Defense, specifically the Naval Facilities Engineering Systems Command, Pacific (NAVFAC Pacific), is conducting a market survey to identify potential sources for a fire alarm radio transmitter that meets specific performance and approval requirements. The procurement involves four fire alarm radio transmitters for various substations on Naval Base Guam, which must be compatible with existing equipment and adhere to narrowband radio communication standards as outlined by federal regulations. This opportunity is crucial for enhancing safety and operational efficiency at the base. Interested suppliers are encouraged to submit detailed technical data to Ms. Josie Damo-Agcaoili via email by December 18, 2025, at 2:00 p.m. H.S.T., as late submissions will not be considered.
    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.
    NBG Security Department_Portable Toilets_GUAM
    Buyer not available
    The Department of Defense, through the Naval Supply Fleet Logistics Center Yokosuka, is soliciting quotes for the provision of portable toilets for the Naval Base Guam Security Department. The contract requires the delivery and servicing of 12 deluxe portable toilets, including regular cleaning, sanitizing, and replenishing supplies, with a base performance period from December 17, 2025, to December 16, 2026, and four optional one-year extensions through December 16, 2030. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested small businesses must submit their quotations by December 11, 2025, to the designated contract specialists, with further details available in the solicitation documents.
    Notice of Intent to Sole Source to Guam Waterworks Authority
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Marianas, intends to award a sole-source contract to the Guam Waterworks Authority (GWA) for the provision of water and sewer services on Guam. This procurement is necessary as GWA is the only legally mandated utility provider on the island, responsible for supplying potable water and wastewater services to both civilian and military customers, including key installations such as Naval Base Guam and Andersen Air Force Base. The importance of this contract lies in GWA's unique position as the sole provider capable of meeting the water and wastewater needs of areas that cannot be fully served by Department of War utilities. Interested parties may submit inquiries regarding this notice within 14 days to the primary contact, Yun Hong, at yun.p.hong.civ@us.navy.mil.
    1377-01-356-7841 SP02 1377-01-356-7842 SP03
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for explosive items under the solicitation titled '1377-01-356-7841 SP02 1377-01-356-7842 SP03'. This procurement is restricted to Rockwell Collins and involves items classified under the NAICS code 325920 for Explosives Manufacturing, with a focus on cartridge and propellant actuated devices and components. The items are critical for defense operations, necessitating a Safety Survey due to their explosive nature, and a limited drawing package is available for interested contractors. The solicitation close date has been extended to July 11, 2025, at 2:00 PM Eastern Time, and interested parties should acknowledge receipt of this amendment to ensure their offers are considered. For further inquiries, contractors can contact Connor Fry at 717-605-4048 or via email at connor.b.fry.civ@us.navy.mil.
    FORMOSA MINE SUPERFUND SITE, OPERABLE UNIT 1 (OU1) REMEDIAL ACTION PROJECT, RFP AMENDMENT 0007
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Formosa Mine Superfund Site, Operable Unit 1 (OU1) Remedial Action Project, under RFP Amendment 0007. This project involves remediation services aimed at addressing environmental concerns at the site, which is critical for restoring the affected area and ensuring public safety. The procurement is set aside for small businesses, emphasizing the government's commitment to supporting small business participation in federal contracts. Interested parties can reach out to Russell Armstrong at russell.j.armstrong@usace.army.mil or by phone at 208-437-3133 ext 7226 for further details regarding the solicitation.