Geological Interpretive Tools (GIT) Technology
ID: 140M0124R0006Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF OCEAN ENERGY MANAGEMENTACQUISITION MANAGEMENT DIVISIONSTERLING, VA, 20166, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    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.

    Point(s) of Contact
    Laikin-Credno, Caroline
    (703) 787-1828
    (703) 787-1026
    Caroline.Laikin-Credno@bsee.gov
    Files
    Title
    Posted
    The U.S. Department of the Interior is soliciting proposals through RFP No. 140M0124R0006 for the procurement of Geological Interpretive Tools (GIT) and Subsurface Interpretation Technology. This solicitation aims to establish one or several single-award Indefinite Delivery Indefinite Quantity (IDIQ) contracts, enabling the Bureau of Safety and Environmental Enforcement (BSEE) and the Bureau of Ocean Energy Management (BOEM) to acquire software that supports various critical functions in managing offshore resources, including subsurface interpretation and data analysis. The anticipated contracts will span five years, allowing for a flexible range of tools and services, including software licenses, maintenance, training, and consulting services. Contractors must offer solutions that integrate with existing standards, including FEDRAMP certification for any Software as a Service (SaaS) offerings. Each proposal must address hardware requirements for both onsite and potential virtual environments, with specific emphasis on accommodating user needs across diverse regions. Furthermore, the contract will require robust software maintenance, technical support, and necessary documentation to ensure efficient operational continuity, ultimately enhancing BOEM/BSEE's capabilities in resource evaluation and management. This solicitation underscores the government's focus on modernizing geoscience technology to better inform resource decision-making processes, balancing development and environmental protection.
    The document outlines the Past Performance Reference Information Form, essential for documenting the performance history of contractors when responding to government Requests for Proposals (RFPs) and grants. It provides a structured format for contractors to submit detailed information about their previous contract work, including agency name and address, contract number, contract dates, estimated and final prices, and key contacts. A significant emphasis is placed on describing the nature and scope of the work, ensuring that responses highlight similarities to the tasks required in the current solicitation. Contractors must also report the status of the contract and explain any performance issues encountered, providing a comprehensive picture of their capability and reliability. This information aids government agencies in assessing past performance, which is critical for contract award considerations, thereby promoting transparency and accountability in public procurement processes.
    The document outlines the Offeror Representations and Certifications required for federal contracts involving commercial products and services, as stated in FAR 52.212-3. It details various definitions and categories such as economically disadvantaged women-owned small businesses, service-disabled veteran-owned small businesses, and small disadvantaged business concerns. The Offeror must complete specific certifications based on their business status and ensure current representations in the System for Award Management (SAM). The document emphasizes compliance with federal regulations, including provisions against child labor, restrictions on operations in Sudan, and prohibitions on contracting with inverted domestic corporations. Additional certifications regarding tax liabilities, responsibility matters, and the usage of covered telecommunications and equipment are also mandated. Overall, this provision serves to ensure that federal contractors disclose essential information about their business practices and compliance with laws, aligning with the standards of integrity and ethical conduct in government procurements.
    The document outlines RFP DOIMFBO240003, focused on acquiring Geological Interpretive Tools (GIT) Technology and associated subsurface interpretation services. This RFP utilizes FAR 13.5 under FAR 12 procedures, signifying its relevance to federal acquisitions. The proposal requires an offeror to detail their technology offerings, comprising a broad spectrum of services including geophysical interpretation, geological modeling, data management, and reservoir simulation. Additionally, compliance with the DOI Cloud Smart Strategy must be stated, specifying whether the technology is on-premise, in a DOI private cloud, or FEDRAMP certified. Supporting services such as software maintenance, technical support, training, and documentation are also integral to the proposal. The overall goal is to enhance geological analysis capabilities for government operations, ensuring adherence to technology standards and improving efficiency in subsurface interpretations. This RFP illustrates the federal government's commitment to leveraging advanced technology for geological assessments and responsible resource management.
    The government solicitation identified by number 140M0124R0006 is a Request for Proposal (RFP) aimed at acquiring Geological Interpretive Tools (GIT) Technology and Subsurface Interpretation Technology. This solicitation is a follow-up to prior Sources Sought and Request for Information Notices related to project DOIMFBO240003. The document structurally outlines terms for submitting bids, including due dates, submission methods, evaluation factors for awards, and necessary representations and certifications from offerors. It emphasizes late submissions and modifications, highlighting cautionary instructions regarding the proposal process. The solicitation requires interested parties to furnish specified supplies or services within designated timelines and emphasizes regulatory compliance through the context of the Defense Priorities and Allocations System. These specifications are imperative to ensure potential contractors understand their obligations when responding. The entire solicitation is part of broader federal contracting processes aimed at improving technological capabilities in geological interpretive efforts while adhering to national defense procurement regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    20--Notice of Intent to Sole Source - Sofar Ocean
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) intends to award a sole source five-year contract to Sofar Ocean Technologies for access to the proprietary Spotter Platform, which provides critical marine sensing data. This subscription service includes real-time and historical data from Spotter buoys, which have been utilized by the USGS since 2021, following significant investments in compatible equipment. The estimated annual cost for this service is $35,000, totaling $175,000 over the contract period, with responses to this notice due by September 19, 2023, at 12:00 PM Mountain Time. Interested parties may contact Mindie Dixon at mdixon@usgs.gov or (703) 648-7375 for further information.
    R--BOATMAN OPERATIONS LOGISTICAL SERVICES
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is soliciting proposals for Boatman Operations Logistical Services to support the Grand Canyon Monitoring and Research Center (GCMRC) from December 2024 to November 2029. The procurement aims to secure qualified personnel, including boat operators and field technicians, to facilitate approximately 20 to 30 annual river trips essential for ongoing environmental monitoring and research. This contract, set aside for small businesses, emphasizes the importance of skilled labor in executing vital ecological studies and ensuring compliance with safety and operational guidelines. Interested parties must submit their proposals electronically by October 15, 2024, with a maximum contract value of $8 million and an initial task order estimated at $600,000. For further inquiries, contact Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330.
    DOI DAM SAFETY PROGRAM IOR
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for an Independent Oversight Review (IOR) of its Dam Safety Program, which encompasses over 1,400 dams managed by various DOI Bureaus. The objective of this procurement is to engage a contractor who will assess the effectiveness of dam safety measures, identify strengths and areas for improvement, and ensure compliance with federal safety guidelines over a five-year period. This initiative is crucial for maintaining public safety and environmental integrity by continuously improving risk management practices related to dam operations. Interested contractors must submit their proposals by September 17, 2024, with the performance period expected to commence on September 23, 2024, and conclude on September 22, 2029. For further inquiries, potential bidders can contact Keith Singleton at ksingleton@usbr.gov or call 303-445-2641.
    D--LAN2LAN INTERNET SERVICES-COUNCIL BLUFFS
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Geological Survey, is soliciting proposals for LAN 2 LAN internet services at the Central Midwest Water Science Center in Council Bluffs, Iowa. The procurement requires the installation of necessary hardware and the provision of a 300mb x 30mb asymmetric internet service, which will connect to a managed FortiGate router, along with associated infrastructure such as static IP addresses. This initiative is crucial for enhancing telecommunications infrastructure to support data management and collaboration among USGS employees. Interested vendors should note that the deadline for submitting proposals has been extended to September 19, 2024, and inquiries can be directed to Mindie Dixon at mdixon@usgs.gov or (703) 648-7375.
    D--Artificial Intelligence Tool for Indian Affairs ACQ
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking vendor input for the development of an Artificial Intelligence tool aimed at enhancing acquisition processes during the pre-solicitation phase. The tool is expected to initially support one bureau with approximately 2,600 actions annually, with the potential to scale up to over 20,000 actions, focusing on improving efficiency in document creation for Statements of Work and other essential materials. Interested vendors are required to submit detailed information regarding their technical capabilities, experience in AI development, and compliance with FedRAMP, with responses due by 10 AM ET on October 9, 2024. For further inquiries, vendors can contact Adam Lowery at Adam.Lowery@bia.gov or by phone at 571-560-0622.
    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.
    7E--Sources Sought Notice for IEE Sources of Brand Name Only IT Equipment
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, has issued a Sources Sought Notice to conduct market research for Indian Economic Enterprises (IEEs) regarding brand name IT equipment. The objective is to identify authorized federal resellers of IT equipment from manufacturers such as Dell Technologies, Apple, Samsung, and Hewlett Packard, with submissions required to include vendor details, capabilities, socio-economic classifications, and past performance on federal contracts. This procurement process is crucial for ensuring that the Bureau meets its IT equipment needs while adhering to federal procurement guidelines. Interested vendors must submit their responses by September 26, 2024, and can direct inquiries to Adam Lowery at Adam.Lowery@bia.gov or by phone at 571-560-0622.
    D--Annual Rack Space Rental & Maintenance
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking quotations for the annual rental and maintenance of rack space to support IT and telecom network services, specifically for the Earth Resources Observation and Science (EROS) Center in Sioux Falls, SD. The procurement involves providing rack space for a Cisco router located at the NUIT facility in Chicago, along with minor hands-on support and ensuring cable connectivity to other networks. This contract is crucial for maintaining robust data handling and connectivity for ongoing environmental and geological research efforts. Interested vendors must submit their firm-fixed-price and technical quotations by September 19, 2024, with the contract period running from September 20, 2024, to September 19, 2025, and potential extensions through September 2029. For inquiries, vendors can contact Leah Williams at lwilliams@usgs.gov or by phone at 703-648-7367.
    R--BBI Strategic Partnership Support
    Active
    Energy, Department Of
    The Department of Energy, specifically the Golden Field Office, is seeking proposals for the R--BBI Strategic Partnership Support contract, which is a total small business set-aside opportunity. This procurement aims to provide strategic partnership support for the Department of Energy's Better Buildings Initiative through a non-personal delivery order against a GSA 00CORP Schedule contract. The services required fall under the category of Administrative Management and General Management Consulting Services, which are crucial for enhancing energy efficiency and sustainability in buildings across the nation. Interested parties can reach out to Bailey Puhalla at bailey.puhalla@ee.doe.gov or call (240) 562-1332 for further details regarding the solicitation.