DRAFT RFP-Technical Support Services Contract
ID: 140G0125R0004Type: Solicitation
Overview

Buyer

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

NAICS

Computer Facilities Management Services (541513)

PSC

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

    The U.S. Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking proposals for a Technical Support Services Contract under solicitation number 140G0125R0004. This Indefinite Delivery, Indefinite Quantity (IDIQ) contract will provide essential technical support services, including software development, systems engineering, and satellite data management, primarily for the Earth Resources Observation and Science (EROS) Center. The contract, valued between $100,000 and $350 million, is crucial for advancing remote sensing research and supporting data management efforts related to global challenges such as climate change. Interested contractors must submit their proposals by January 17, 2025, and can direct inquiries to Kristen Pederson at kpederson@usgs.gov or by phone at 605-594-2717.

    Point(s) of Contact
    Pederson, Kristen
    (605) 594-2717
    303236
    kpederson@usgs.gov
    Files
    Title
    Posted
    The Technical Support Services Contract (Document No. 140G0125R0004) outlines an Indefinite Delivery, Indefinite Quantity (IDIQ) agreement enabling the U.S. Geological Survey's Earth Resources Observation and Science (EROS) Center to procure necessary technical support services. These services encompass software development, systems engineering, data management, and satellite operations, contributing to the advancement of remote sensing research and data distribution. The contract specifies that individual task orders will be issued, with cost structures ranging from Cost Plus Fixed Fee (CPFF) to Firm Fixed Price (FFP). The Government anticipates a minimum of $100,000 in orders during the contract period, with a cap of $350 million. Performance is to be delivered primarily on-site at the EROS Center in South Dakota over a five-year term, starting December 2, 2025. Meanwhile, the contractor must meet strict financial and operational guidelines, including maintaining an adequate accounting system for contract costs and complying with regulatory requirements. The contract emphasizes the need for close collaboration with various stakeholders to ensure successful outcomes in scientific and technical support areas, reinforcing EROS's role as a vital data and expertise center for earth science initiatives and sustainable development.
    The Technical Support Services Contract (Document No. 140G0125R0004) is an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the Earth Resources Observation and Science (EROS) Center, encompassing various technical support services. The contract allows for task orders that may be structured as Cost Plus Fixed Fee (CPFF) or Firm Fixed Price (FFP), depending on the nature of the work outlined in individual Statements of Work. With a minimum contract value of $100,000 and a maximum of $350 million, the contractor is responsible for critical tasks such as software development, systems engineering, satellite data management, and customer support related to geo-spatial data. The EROS Center plays a vital role in advancing remote sensing research, supporting data reception, processing, and archiving for satellite missions, alongside scientific applications aimed at addressing global challenges like climate change and resource management. The contract also emphasizes compliance with federal guidelines and allows for diverse on-site and off-site services. Additionally, it mandates structured reporting and transition plans to ensure continuity and efficiency throughout its duration, from December 2, 2025, to December 1, 2030. This contract reflects the government’s commitment to enhancing remote sensing capabilities through innovative and technical support solutions.
    The government document outlines a Technical Support Services Contract for the U.S. Geological Survey's Earth Resources Observation and Science (EROS) Center. This Indefinite Delivery, Indefinite Quantity (IDIQ) contract allows for multiple task orders focused on providing personnel and services necessary for various technical and scientific support activities. Key services include software development, data management, satellite operations, and engineering support, primarily aimed at enhancing remote sensing research and operations. The contract stipulates a minimum order of $100,000 and a maximum of $350 million throughout its performance period, which runs from December 2, 2025, to December 1, 2030. It emphasizes the importance of cost management, requiring that costs be bundled into burdened rates and ensuring compliance with government regulations. Additionally, it addresses travel reimbursement, invoicing procedures, and expectations for contractor performance and reporting. Overall, this document serves as a framework for establishing partnerships between the government and contracted personnel to fulfill objectives related to earth sciences and data analytics, underscoring the significance of collaborative efforts within federal research initiatives.
    The Land Satellites Data System (LSDS) Financial and Performance Reporting Requirements Document outlines the standards for financial reporting related to the LSDS Program implemented by the U.S. Geological Survey (USGS) in collaboration with NASA. This program ensures continuity in capturing and distributing calibrated satellite imagery for global monitoring and emergency response. The document delineates three tiers of reporting requirements based on the criticality and scale of supplier contracts: Tier 1 (Full Reporting), Tier 2 (Standard Reporting), and Tier 3 (Basic Reporting). Each tier mandates specific data submissions, including Actual Costs (AC), Planned Values (PV), and Earned Values (EV), catering to the complexity and value of the contracts involved. The reporting framework supports compliance with federal regulations and emphasizes the adoption of Earned Value Management (EVM) techniques for efficiency. Suppliers are obligated to provide detailed performance metrics and analysis on a monthly basis, fostering transparency and accountability in the LSDS operations. This structured reporting is integral to monitoring project performance and ensuring effective use of resources across various government agencies and contractors involved in the LSDS Program.
    The document lists numerous items including monitors, scanners, and shredders across various brands and models, primarily focusing on monitors from manufacturers like Samsung, Dell, Acer, and LG. Each entry includes a serial number, the item description, and the corresponding brand and model details. The predominant item is the Samsung S24E450DL monitor, appearing in overwhelming quantities, suggesting a significant procurement or inventory management need. The presence of multiple scanners, particularly the Fujitsu ScanSnap S1500, indicates a broader office equipment focus. This catalog serves as a resource for government agencies or entities involved in Requests for Proposals (RFPs) or grants, providing a framework for procurement or bidding processes related to electronic equipment and office supplies. The structured listing format supports efficient review and decision-making, aligning with government procurement protocols to ensure compliance and optimal resource allocation.
    This document serves as an inventory list for government assets, primarily focused on various desktop and laptop computers produced by Dell. It details a comprehensive catalog of equipment, including specific models such as the Dell Latitude series and Dell OptiPlex desktops. Each entry features an asset number, serial number, room location, and asset type, emphasizing the available technological resources. The document explicitly indicates that no government vehicle will be provided as part of this inventory, which may pertain to administrative considerations in the asset management and allocation process. This exhaustive list underlines the importance of tracking government property in compliance with federal or local regulations, ensuring accountability in public resource management.
    The document is a wage determination issued by the U.S. Department of Labor under the Service Contract Act (SCA), identifying minimum wage rates for various occupational categories in South Dakota. It outlines the necessary compliance with Executive Orders 14026 and 13658 concerning minimum wage standards established for federal contracts, highlighting the rates for different job classifications and the requirement to adjust these rates annually. Specific minimum wage rates are detailed for roles ranging from administrative support to health care and mechanics, with annotations for positions that may require higher wages due to recent executive orders. Moreover, the document provides guidelines for wage adjustments related to fringe benefits, vacation, paid sick leave, and uniform allowances, ensuring contractors adhere to federal regulations and labor standards. It stresses the process for establishing wage rates for unlisted occupational classes and highlights the importance of compliance to prevent violations of the SCA. This file plays a critical role in defining compensation for federal contracts, assuring fair pay for service employees, and ensuring compliance with federal labor laws.
    The document is a Release of Claims form used by the United States Department of the Interior, which outlines the process for contractors to release claims against the United States following the completion of contracted work. Upon finishing all contractual obligations and prior to receiving final payment, the contractor must submit this release to absolve the U.S. government of any debts or claims related to the contract. It specifies that, in exchange for payment, the contractor releases the government from all legal and financial responsibilities, except for outlined exceptions. The document concludes with sections for the contractor’s signature, company details, and certifications regarding authority to sign on behalf of corporate entities, reinforcing the legal binding nature of the release. This administrative requirement is typical in government contracts to ensure clarity and closure once contractual obligations are fulfilled, mitigating potential future disputes over payments or claims.
    The file outlines the security requirements for contractor personnel accessing Bureau facilities and information technology (IT) systems for federal contracts. It mandates that all contractor employees obtain "Enter on Duty" (EOD) approval from the Bureau’s Personnel Security Office (PSO) before commencing work, with stringent citizenship and residency qualifications. A completed favorable background investigation is necessary for continued employment under the contract, while the PSO retains the right to rescind EOD approvals at any time based on new information. Additionally, contractors must obtain DOI Access Cards for unsupervised facility access and comply with mandatory IT security training and standards. Documentation of work, adherence to incident reporting protocols, and routine background reinvestigation every five years for high-risk positions are emphasized. The file also includes directives regarding personnel changes and the government's authority to request employee removal when security interests are at stake. Lastly, subcontractors are subject to the same security requirements if they need access to Bureau facilities. This document serves to ensure a secure environment and compliance with federal regulations surrounding contractor operations within government contracts.
    The Contractor Employee Non-Disclosure Agreement outlines confidentiality obligations for government contractors regarding sensitive procurement and proprietary business information. The agreement emphasizes that contractors must not disclose this information to unauthorized individuals and may only use it for official purposes related to their contract, designated as Contract No. TBD. This includes contracts, financial data, and technical proposals shared by government officials. Contractors are required to ensure that such information remains confidential and is not utilized for personal gain or shared with employees who have not signed the agreement. The document underscores the importance of preventing unauthorized disclosure and adhering to government policies on procurement sensitive information, maintaining its focus on protecting government integrity and confidential business information throughout the contracting process.
    The document is a Past Performance Questionnaire issued by the US Geological Survey (USGS) as part of their procurement process for a competitive service contract. It requests references to provide evaluations of a contractor’s past performance in several key areas critical to contract compliance. These areas include Quality of Product or Service, Schedule, Cost Control, Business Relations, and Key Personnel. Each section includes specific evaluation criteria, asking references to rate their agreement concerning the contractor's performance, including the accuracy of reports, timeliness, cost management, communication effectiveness, and personnel qualifications. The contracting officer, Kristen Pederson, emphasizes the importance of the feedback for assessing the contractor’s capacity to fulfill the contract requirements. The questionnaire must be completed and returned within ten working days, supporting the government’s effort to ensure accountability and competence in its contracting processes. The questionnaire is marked as competition-sensitive, indicating the confidentiality of the information requested.
    The U.S. Department of the Interior (DOI) subcontracting plan model, compliant with FAR 19.704 and FAR 52.219-9, outlines the expectations for prime contractors in ensuring equitable subcontracting opportunities for small businesses. Contractors must provide detailed information, including total contract value, duration, and subcontracting goals across various categories: Small Business, Small Disadvantaged Business, Women-Owned Small Business, HUBZone, Veteran-Owned, and Service-Disabled Veteran-Owned Small Businesses. The document delineates the required structure for the subcontracting plan, specifying types of plans—Commercial, Master, or Individual. It emphasizes the need for concrete goals and the methodology for determining these goals, identifying potential sources for solicitation, and ensuring compliance with reporting and documentation. The plan administrator's role is defined, ensuring responsibility for monitoring subcontracting efforts. Furthermore, the document mandates compliance in reporting requirements and provides assurances that all subcontractors (excluding small businesses) must adopt similar plans. It requires maintaining records on outreach efforts, solicited bids, and subcontracting activities. This approach highlights the DOI’s commitment to enhancing the participation of small business concerns in federal contracting, ultimately fostering diversity and economic opportunity.
    The Small Business Participation Commitment Document (SBPCD) Template is a guidance tool for offerors responding to government solicitations, focusing on small business participation evaluation requirements outlined in section M. It begins by requiring the prime offeror to indicate their size and socioeconomic category, emphasizing the significance of supporting documents to demonstrate participation. The template necessitates detailed quantitative assessments of small business contributions across various categories, including Small Disadvantaged Business and Service-Disabled Veteran-Owned Small Business, with specific dollar values and percentages calculated. Additionally, it outlines the expected extent of small business participation through commitment documentation, including the identification of relevant products and services offered. The evaluation criteria also reference compliance with federal acquisition regulations (FAR) pertaining to the utilization and subcontracting plans for small businesses, mandating evidence of past performance and justification for any unmet goals. Ultimately, this document encapsulates the federal government’s commitment to fostering small business involvement in contracts, aiming to document, evaluate, and enhance such participation through structured requirements and compliance measures.
    The document is a Pre-Award Survey Checklist for evaluating the accounting systems of prospective contractors seeking government contracts. It outlines a series of questions aimed at assessing compliance with federal regulations, including DCAA (Defense Contract Audit Agency) standards and Cost Accounting Standards (CAS). Key sections of the checklist require detailed responses regarding the contractor’s accounting practices, previous audits, the system's alignment with Generally Accepted Accounting Principles (GAAP), and readiness for DCAA audits. It outlines the prerequisites for submitting proposals on cost-type contracts and emphasizes the need for proper segregation of direct and indirect costs, as well as mechanisms for identifying and accumulating costs by contract. The overall goal of the document is to ensure that contractors possess adequate accounting controls and systems to handle government funds appropriately, thus promoting transparency and accountability in public contracting. This checklist is essential in the context of federal RFPs and grants as it safeguards government interests and ensures contractors meet necessary compliance standards before contract awards.
    The document outlines an amendment to a federal solicitation, identified by the reference number 140G0125R0004. The amendment details the requirements for acknowledgment of receipt by contractors, emphasizing that failure to do so may result in the rejection of offers. It specifies the methods for acknowledgment, including completing copies of the amendment or communication via letter or electronically. Additionally, the amendment modifies existing contracts/orders, updating key sections and including previously missing attachments, such as the Non-Disclosure Agreement and Subcontracting Plan. The document requires that contractors may need to sign and return copies to the issuing office, maintaining that all other terms and conditions of the original solicitation continue to apply unchanged. The amendment is crucial for ensuring that contractors provide accurate and complete submissions in compliance with federal regulations and to streamline the procurement process.
    This document is an amendment to solicitation number 140G0125R0004, detailing necessary updates and corrections to the Draft Request for Proposal (RFP) dated October 31, 2024. Key dates include a deadline for questions by November 29, 2024, and the anticipated posting of the official RFP on December 6, 2024. Proposals are due by January 17, 2025. The amendment specifically updates Section B-M with corrections to task orders and establishes that access to the Reading Room requires coordination with the Contracting Officer before ceasing on January 10, 2025. The amendment requires contractors to acknowledge receipt and allows for modifications to existing offers through electronic communication, ensuring compliance with submission deadlines. Overall, the document reflects standard procedural updates relevant to government contracting and aims to ensure clarity for potential contractors regarding proposal submission and contract requirements.
    The document is an amendment to a Request for Proposal (RFP) related to federal contracts, specifically amending solicitation number 140G0125R0004. The key purpose of this amendment is to correct the timing of the site visit or industry day, changing it from the originally scheduled 9:00 AM - 1:00 PM CST to 9:00 AM - 3:00 PM CST. The amendment outlines the required acknowledgment procedures for offerors who must confirm their receipt of this amendment by specific methods before the deadline. The document also notes that all other terms and conditions of the contract remain unchanged, ensuring continuity of the solicitation process. The departments involved include the U.S. Geological Survey (USGS) acquisition branches located in Denver, Colorado, and Reston, Virginia, indicating collaboration in the contract administration. This amendment showcases procedural updates typical in federal grant and contracting processes to ensure clear communication and compliance among potential contractors.
    The document outlines a federal government's solicitation for multiple task orders under a program related to technical services. It includes a range of cost structures, specifically detailing both Cost Plus Fixed Fee and Firm Fixed Price task orders, with a total maximum ceiling of $60 million for certain years and $10 million for others. The solicitation is rated under the Defense Priorities and Allocations System and stipulates a delivery and performance period extending from December 2025 to December 2030, covering five sequential program years. Each task order specifies pricing ceilings and estimated performance periods while addressing the scope of services required. The solicitation emphasizes compliance with relevant regulations, the timeline for offers, and the importance of submitting late amendments and withdrawals, revealing the structured nature of government procurement processes. The document aims to facilitate the government’s procurement efforts by inviting responses from qualified offerors, ensuring adherence to federal contracting protocols. This structured process underscores the commitment to meeting operational needs while adhering to budgetary constraints and regulatory guidelines.
    Lifecycle
    Title
    Type
    Similar Opportunities
    76--GPSC5 Amendment Seven Industry Day Agenda
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is hosting an Industry Day on December 17, 2025, to discuss the Geospatial Products and Services Contract Version 5 (GPSCv5), which aims to procure geospatial mapping services through multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts. This procurement, with an estimated maximum ceiling of $850 million over five years, includes a partial Small Business set-aside and focuses on services such as remote sensing data acquisition, processing, and the creation of high-resolution geospatial products. Interested firms must submit their qualifications via the SF330 form by January 14, 2026, and are encouraged to RSVP for the Industry Day by December 8, 2025, to engage in discussions about the acquisition strategy, evaluation criteria, and opportunities for small businesses. For further inquiries, contact Trisha Beals at GPSC5@usgs.gov.
    Z--OTWSC Stream Gage Site Construction and Maintenance IDIQ
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the Z--OTWSC Stream Gage Site Construction and Maintenance Indefinite Delivery Indefinite Quantity (IDIQ) contract, aimed at providing essential construction and maintenance services at stream gage sites in Texas. The contract will encompass a range of tasks including alteration, renovation, removal, remediation, and construction services, requiring contractors to supply all necessary materials, labor, equipment, and supervision while adhering to local, state, and federal regulations. This opportunity is particularly significant for small businesses, including those classified as Section 8(a), HUBZone, SDVOSB, WOSB, and EDWOSB, as the government aims to ensure adequate competition among responsible contractors. Interested firms must submit their responses by December 23, 2025, at 5 PM CT, to Kimberly Schneider at krschneider@usgs.gov, and must be registered in the System for Award Management (SAM) with a Unique Entity Identifier (UEI).
    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.
    Geographic Information System Support Specialist
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for Geographic Information System (GIS) support services under Solicitation No. 140A1126Q0005, specifically set aside for Indian Small Business Economic Enterprises. The contract aims to enhance the efficiency and management of the San Carlos Irrigation Project's electrical utility operations, requiring an on-site GIS project manager to maintain the GIS system, collect field data, and provide comprehensive data analysis and reporting. This firm-fixed-price contract spans 2160 hours annually over a base year and four option years, with quotes due by December 31, 2025, at 5:00 PM PST, and inquiries accepted until December 26, 2025. Interested vendors should submit their proposals electronically to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    Underwater Drone
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified vendors to provide underwater drones as part of a procurement initiative aimed at enhancing hydrological data collection capabilities. The requirement includes five autonomous underwater/surface vehicles (AUV/ASV) capable of conducting various measurements, such as conductivity, temperature, and depth (CTD), along with additional data on current vectors and wave heights. These drones will play a crucial role in environmental monitoring and research, supporting the USGS's mission to provide reliable scientific information. Interested parties must submit their quotes in response to Solicitation Number 140G0125Q0210, which will be issued on or about December 16, 2025, with bids due by December 29, 2025. For further inquiries, vendors can contact Rafael Anderson at rlanderson@usgs.gov.
    ICEPOES MX SERVICES
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking quotes for on-site service, maintenance, and software support for Perkin Elmer ICP-OES Optima 8300 DV instruments and Cetac ASX-560 autosamplers at the National Water Quality Lab in Denver, Colorado. The procurement includes a base year contract from February 1, 2026, to January 31, 2027, with two additional one-year options, emphasizing the need for adherence to OEM specifications and the use of certified technicians for repairs and maintenance. This service is critical for ensuring the operational efficiency and reliability of laboratory equipment used in water quality analysis. Interested vendors must submit their quotes by 11:00 AM EST on January 5, 2026, to the primary contact, Stephanie Doutt, at sdoutt@usgs.gov, with quotes remaining valid for 90 days.
    1 Gbps Symmetrical Ethernet DIA, Rapid City, SD
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking proposals for 1 Gbps symmetrical Ethernet Dedicated Internet Access (DIA) services for its Dakota Water Science Center located in Rapid City, SD. This procurement includes a base year and two option years, emphasizing the need for reliable internet connectivity supported by fiber optic media, IPv4/IPv6 interoperability, and 24/7/365 Network Operations Center (NOC) support, along with a Service Level Agreement (SLA). The opportunity is classified under NAICS code 517111 and Product Service Code DG10, with quotes due by December 17, 2025, at 5:00 PM ET, submitted via email to Elizabeth Adam at eadam@usgs.gov. Evaluation criteria will prioritize technical capability and past performance over price, ensuring that the selected vendor meets the essential requirements outlined in the solicitation.
    IT Operational Support Services IDIQ
    Library Of Congress
    The Library of Congress is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for IT Operational Support Services, aimed at providing comprehensive support for the operation and maintenance of IT systems. This contract will encompass a wide range of IT services, including network support, database management, and cloud operations, with a focus on compliance with federal IT security standards and the Library’s Systems Development Life Cycle (SDLC). The contract has a minimum value of $10,000 per task order and a maximum aggregate value of $150,000,000 over a five-year period, from May 1, 2026, to April 30, 2031. Interested parties should review the attached solicitation for detailed requirements and submit their proposals by the specified deadlines, with inquiries directed to Tiffany Lucas at tluc@loc.gov or Stephanie Boone at sboone@loc.gov.
    T--On-Call/Exclusive Use Unmanned Aircraft Systems (UAS) Emergency Fire Flight Ser
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for on-call and/or exclusive use Unmanned Aircraft Systems (UAS) emergency fire flight services to support the Office of Aviation Services. This procurement aims to provide essential aerial support for fire management across the contiguous lower 48 states over a five-year ordering period. The successful contractor must be registered in the System for Award Management (SAM.gov) and comply with the requirements outlined in the solicitation, which is set aside for small businesses under NAICS code 541370. The anticipated solicitation issue date is January 5, 2026, with a closing date projected for February 4, 2026. For further inquiries, interested parties may contact Stephanie Boles at stephanieboles@ibc.doi.gov.
    Commercial Solutions Openings - ERDC Geospatial Research
    Dept Of Defense
    The Department of Defense, through the Engineer Research and Development Center (ERDC), is soliciting innovative solutions for its Geospatial Research Laboratory (GRL) under the Commercial Solutions Openings (CSO) initiative. This opportunity focuses on advancing research and development in six key areas: mission command decision environments, full-3D mapping capabilities, holistic geospatial foundations, remote sensing and mapping technologies, terrain-based positioning and navigation, and earth system dynamics for situational understanding. These projects are critical for enhancing the Army's operational capabilities and situational awareness. Interested parties can submit their solutions via the ERDCWERX platform starting June 30, 2025, until 5:00 PM CDT on July 15, 2026. For further inquiries, contact Anna Crawford at Anna.Crawford@usace.army.mil or LaShanda Areghan at lashanda.d.areghan@usace.army.mil.