Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 11, 2025 SAM #8690
SOLICITATION NOTICE

76 -- 76--GPSC5 Request for Qualifications

Notice Date
9/9/2025 12:22:33 PM
 
Notice Type
Presolicitation
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140G0225R0022
 
Response Due
11/12/2025 2:00:00 PM
 
Archive Date
11/27/2025
 
Point of Contact
GPSC5 -Trisha Beals
 
E-Mail Address
GPSC5@usgs.gov
(GPSC5@usgs.gov)
 
Description
A&E Synopsis Request for Qualifications Solicitation Number: 140G0225R0022 Geospatial Product and Services Contract v5 (GPSCv5), Architect and Engineering Services Indefinite Delivery Indefinite Quantity contract(s) request for SF330 due November 12, 2025, by 5:00 pm ET. The United States Geological Survey (USGS), National Geospatial Technical Operations Center (NGTOC), has a requirement for multiple architect and engineering (A-E) Indefinite Delivery Indefinite Quantity (IDIQ) contracts to perform professional mapping services throughout the United States, its territories, possessions, and other areas for projects within the USGS science mission. In no case will any projects be performed in areas considered hostile or where there are current U.S. Department of State travel restrictions in place. Each IDIQ contract will consist of either a 5-year period or a base 12-month ordering period with four 12-month option periods. It is anticipated that a minimum of five awards will be issued. A partial Small Business set-aside is applicable to this requirement. The Government estimates awarding the maximum, not-to-exceed threshold of $850,000,000.00 that will be applied across all the awarded IDIQs, not per contract, over the five-year period. This threshold is contingent upon full funding of USGS programs, including the National Geospatial Program 3D Elevation Program (3DEP). The minimum guarantee for each IDIQ Contract will be set at $100,000.00. All funding obligations will be at the Task Order level. These services will be procured in accordance with Public Law 92-582 (Brooks Act) and FAR 36.6 � Architect-Engineer Services. This is a two-part process: Part I Request for Qualifications - Offerors will submit their SF330 Architect - Engineer Qualifications by the response due date. The government will have a pre-selection committee of experience professionals that will evaluate and rate each submission. The same pre-selection committee will have a separate evaluation and rating process that will take place for the SB award(s). A maximum of 10 of the most highly qualified firms (estimated six (6) large businesses and four (4) small businesses) will then be slated for consideration under Part II Request for Proposal. Part II Request for Proposal - Only the most highly qualified firms will be provided a Request for Proposal (RFP), with responses required by the date indicated in the RFP. The proposals received will each be evaluated by the Source Selection Committee, comprised of highly qualified individuals. The most highly qualified firms will be ranked in numerical order for award. A separate ranking and technical evaluation will take place for the SB award(s) by the same Source Selection Committee that will rate and rank the Small Business Firms based on all the evaluation factors listed in the synopsis, except for the Small Business Participation (which is an evaluation factor only for Large Businesses). This announcement is open to all firms regardless of size. The NAICS codes are 541330 - Engineering Services with a size standard of $16.5 million, 541360 � Geophysical Surveying and Mapping Services with a size standard of $16.5 million, or 541370 � Surveying and Mapping (except Geophysical) Services with a size standard of $16.5 million. Firms shall have either one or all NAICS codes in their SAM.gov Representation and Certifications. The size of the small business firm includes all parents, subsidiaries, affiliates, etc. (See 13 CFR 121.103 https://www.ecfr.gov/current/title-13/chapter-I/part-121/subpart-A/subject-group-ECFRd133f03f6d8398b/section-121.103 and 13 CFR 121.108 https://www.ecfr.gov/current/title-13/chapter-I/part-121/subpart-A/subject-group-ECFRd133f03f6d8398b/section-121.108 ). All firms should be registered in the System for Award Management (SAM) Home | SAM.gov. QUALIFICATIONS MINIMUM REQUIREMENTS: All services provided shall be performed under the supervision of the key personnel, a licensed professional engineer (in one or more states), certified mapping scientist, certified photogrammetrist, or registered land surveyor (in one or more states) with demonstrated proficiency and proven past performance on similar projects, specifically in services listed in this announcement. The required services include remotely sensed data acquisition from multiple platforms, including manned airborne (fixed wing and helicopter-based), uncrewed systems (small and large; air- and water-borne), and vessel-based platforms, as well as the ability to utilize space-based data sources. Demonstrated capabilities in manned airborne acquisition of remotely sensed data for multiple simultaneous large-scale projects of at least 1,500 square miles are necessary to meet the needs of the government. For Large Business: Types of data to be collected include, but are not limited to, topographic and bathymetric lidar; sonar; hydrographic data; radar; natural and four band, multispectral and hyperspectral imagery; and airborne geophysical data to include aeromagnetic, radiometric, and airborne electromagnetics; other ancillary sources; and high-resolution processing of remotely sensed data from space-borne and airborne sources. Data acquisition must drive the creation of topographic, bathymetric, geophysical, and other geospatial products including orthoimagery, and the extraction of Hydrographic Data from Elevation source data for products such as Elevation Derived Hydrography, Hydro-Enforced break lining or other hydrographic networks. The scale of projects requires the ability to manage multiple simultaneous projects of at least 1,500 square miles or larger efficiently. For Small Business: Types of data to be collected include, but are not limited to, topographic and bathymetric lidar; sonar; natural and four band imagery; hydrographic data; other ancillary sources; and high-resolution processing of remotely sensed data from space-borne and airborne sources. Data acquisition must drive the creation of topographic, bathymetric, geophysical, and other geospatial products including orthoimagery, and the extraction of Hydrographic Data from Elevation source data for products such as Elevation Derived Hydrography, Hydro-Enforced break lining or other hydrographic networks. The scale of projects requires the ability to manage multiple simultaneous projects of at least 1,500 square miles or larger efficiently. Products and services to be provided include high resolution topographic and geophysical data and map products; extraction of hydrographic data from lidar, radar, imagery and other ancillary sources; quality assurance and quality control of geospatial data and products both internally developed products and for 3rd party services; emergency acquisition and geospatial product generation for disaster response and recovery, and survey and control services including cadastral surveying. When it is determined by the Contracting Officer and the technical staff that a particular project substantially or to a dominant extent requires performance or approval by a licensed professional engineer, certified mapping scientist, certified photogrammetrist, or registered land surveyor, then other services may be acquired such as; thematic mapping, land characterization, Structure-from-Motion (SfM), geospatial or map product generation, geographic information systems (GIS) services, feature extraction from remote sensing data, acquisition of ancillary data, image manipulation and interpretation, map digitization, metadata creation, image scanning and processing, product validation, and creation of standard USGS and partner geospatial products, including maps and derived products. Task order statements of work may include both A&E and other types of incidental services necessary to complete the projects and will be specific regarding the type of work. Work shall be performed with a quality system that complies with ANSI/ISO/ASQC 9001:2015 family of standards, and products required as deliverables under task orders shall meet quality standards based on defined specifications and both formal and informal standards. Products may encompass the full spectrum of cartographic and geographic products, including emerging technologies that become available subsequent to award. Furthermore, no work will be performed under these contracts by a subcontractor unless the subcontractor's qualifications have been approved by the government prior to performance. This contract may be utilized for emergency response or recovery tasking, requiring rapid acquisition and processing of remotely sensed data. On occasion, specific product types may necessitate licensed data, for which the contractor shall be responsible for signing any license agreements. The contractor shall express their interest in providing priority service for new data captured under a state-of-emergency, as flying conditions permit. These services are defined as the ability to acquire and deliver processed products from the contractor within hours or days of collection, depending on specific project needs. Specific details for each emergency will be provided in the task order. Ownership of Data and Photographic Materials: Government shall receive copyright and ownership to all data and photographic materials delivered under this contract upon formal acceptance. No distribution of the original or derived works shall be made prior to acceptance by the government unless specified in the contract or authorized by the Contracting Officer. Government shall receive the rights to derive additional products from the data and photographic materials delivered under this contract. The government shall receive unlimited data rights to all data captured during the performance of this contract and may order products from the captured data using the contractor's established rates minus any charge for data capture. The contractor may maintain copyright and ownership of all original or derived works which are not required submittals under this contract. If specified in a task order, all data captured must be retained in accordance with 52.215-2, Audit and Records - Negotiation. The contractor shall contact the NGTOC (phone number to be provided at time of award) before destroying any data captured under such a task order. Technology Refreshment: Government shall have the right to acquire, at any time during the performance of this contract, the benefits of new design enhancements or new technological advances to be utilized in producing the services or products required by the contract. Such refreshed services or products shall meet or exceed the functional capabilities and performance characteristics of the services or products originally contracted for. Auditing Requirements: In accordance with FAR Clause 52.215-2 the Contracting Officer, or an authorized representative of the Contracting Officer, in order to evaluate the accuracy, completeness, and currency of the certified cost or pricing data, shall have the right to examine and audit all of the Contractor�s records, including computations and projections, related to- (1) The proposal for the contract, subcontract, or modification; (2) The discussions conducted on the proposal(s), including those related to negotiating; (3) Pricing of the contract, subcontract, or modification; or (4) Performance of the contract, subcontract or modification. Emergency Tasks: This contract may be utilized for emergency response tasking for specific product types potentially including licensed data. If licensed data is required, the contractor shall be responsible for signing any license agreements. The contractor shall indicate their interest in providing priority service for new data captured under a state of emergency as flying conditions permit. These services are defined as shipment of processed products from the contractor within a few hours of collection. Specific details for each emergency will be provided in the task order. PRICING: A current wage determination will be incorporated in each contract. All wages and benefits of service employees performing under the contracts must be at least equal to the applicable wage rate. Large business firms will be required to submit a subcontracting plan. There is a mandatory 23% minimum acceptable small business goal for each contract awarded. A full subcontracting plan will be required prior to award in accordance with FAR 52.219-9 Small Business Subcontracting Plan, and other appropriate regulations listed in the RFP. Specific details for each category will be included in the RFP. EVALUATION CRITERIA: Part 1- The evaluation criteria are listed in descending order of importance, with factors A and B being equal, and factors D and E being equal, and within factor B, subfactors 1 and 2 are equal. FACTOR A. Past performance on similar prior contracts for the USGS, and other Federal and State agencies, relating to the required services as described in this announcement Contract Requirements. Demonstration of capability of firm through submitter's SF330 Part 1 Section F Key project examples, Section H Part A Past Performance and supporting Past Performance Questionnaire and/or Contractor Performance Assessment Reporting System (CPARS). CPARS will be accessed by DOI/USGS to support review. CPARS Reports that shall be evaluated will date back through Calendar Year 2020 through the present Calendar Year the Pre-Selection evaluation takes place. The offeror is responsible for ensuring that the customer references cited in Section F of the SF330 receive, complete, and return the Attachment 1 Past Performance Questionnaire (PPQ) (provided with the synopsis) to the Contracting Officer no later than the specified date and time. FACTOR B. Specialized Experience and Technological Competence: Subfactor (1) Demonstration of the Current capability of the firm to provide the following services: remotely sensed data acquisition from multiple platforms, including manned airborne fixed wing and helicopter based, manned vessel borne, unmanned systems (small and large; air- and water-borne), ability to access to data from space borne platforms, and the ability to mobilize throughout the United States of America. For Large Business: Types of data to be collected include: topographic and bathymetric lidar; radar; natural color, 4-band, multispectral and hyperspectral imagery; magnetic, radiometric, gradiometric, electromagnetic and other geophysical data. Products and services to be provided include high resolution topographic and geophysical data and map products; extraction of hydrographic data from lidar and radar data; Quality assurance and quality control of geospatial data and products both of internally developed products and/or 3rd party services; emergency acquisition and geospatial product generation for disaster response, and survey and control services including cadastral surveying. Current capacity to manage multiple simultaneous projects of at least 1,500 square miles in area. For Small Business: Types of data to be collected include: topographic and bathymetric lidar; radar; natural color and 4-band imagery. Products and services to be provided include high resolution topographic and geophysical data and map products; extraction of hydrographic data from lidar and radar data; Quality assurance and quality control of geospatial data and products both of internally developed products and/or 3rd party services; emergency acquisition and geospatial product generation for disaster response, and survey and control services including cadastral surveying. Current capacity to manage multiple simultaneous projects of at least 1,500 square miles in area. Subfactor (2) Photogrammetric Equipment owned or leased: airworthy aircraft (including unmanned systems) with airborne GPS capability for navigation and sensor control; current precision aerial mapping camera; current precision elevation (including bathymetric) mapping sensors; current airborne precision digital sensor systems; control survey equipment (GPS, conventional, and cadastral); hardware and software for data collection of planimetric and topographic features, including elevation data; state-of-the-art hardware and software to edit and manipulate digital data, and the ability to provide digital aerial imagery and orthoimagery products including hardcopy. Additional Specialized experience of the following services is highly desired but not required: radar, multispectral, and hyperspectral imagery; and airborne geophysical data to include aeromagnetic, radiometric, and airborne electromagnetics. If no specialized experience in the above areas, a neutral rating will be given. This information shall be submitted in Section H of the SF330 Part I, and title the information pertaining to this as ""FACTOR B"". FACTOR C. Professional Qualifications: Certified photogrammetrist(s), registered/licensed professional engineer(s) and registered land surveyor(s), as permanent staff of the prime or prime clearly demonstrates the management of these professionals in teaming and subcontracting arrangements in order to complete projects throughout the United States of America. The evaluation will consider certifications, education, training, registration, overall and relevant experience, ability to keep pace with evolving technology and product specifications, longevity with the firm, and personnel strength. This information shall be submitted in Section H of the SF330 Part I, and title the information pertaining to this as ""FACTOR C"". Government shall review SF330 Part 1, Section E and SF330 Part I, Section H, Factor C. FACTOR D. Quality Assurance and Quality Control: Adequacy of in-house quality control procedures to successfully complete all services required by the contract. Demonstrate ability to work within a quality system that meets or exceeds ANSI/ISO/ASOC 9001:2015 provisions. Additionally, the firm shall provide information on quality certification and awards. This information shall be submitted in Section H of the SF330 Part I, and title the information pertaining to this as ""FACTOR D"". The Government shall review SF330 Part I, Section H Factor D. FACTOR E. Project Management/Coordination: Availability of, and ability to mobilize, additional contractor personnel or consultants to support project expansion or acceleration. Demonstrate project coordination, management skills, and experience in working together as a team and maintaining delivery of a quality product on a timely schedule. This information shall be submitted in Section H of the SF330 Part I, and title the information pertaining to this as ""FACTOR E"". FACTOR F. Small Business Participation: Extent of participation of SB, SDB, VOSB, WOSB, HUBZone, and SDVOSB small business in the proposed contract team. The statutory minimum goal for small business participation must be no less than 23% of the total value of prime contract awards in accordance with FAR 52.219-9 Small Business Subcontracting Plan. The statutory minimum goal for small-disadvantaged business, woman-owned small business and HUBZone small business participation shall be no less than 5% of the total value of prime contract awards and 5% of the total value of subcontract awards. The statutory minimum goals for service-disabled veteran-owned small business and HubZone certified small business participation is 3% of the total value of prime contract awards and 3% of the total value of subcontract awards. This information shall be submitted in Section H of the SF330 Part I, and title the information pertaining to this as ""FACTOR F"". NOTE: Prior to award, the slated firms may be required to demonstrate at their facility the capability to perform the services required by this contract. ADDITIONAL INFORMATION: The Federal Government will host an INDUSTRY DAY from 9:00 am to 12:00 pm on October 9, 2025. The event will take place in the auditorium of the USGS Offices located at 12201 Sunrise Valley Dr, Reston, VA 20192. RSVP is required to GPSC5@usgs.gov with the Subject Line: GPSC5 Industry Day RSVP no later than September 19, 2025 by 5:00pm MT. The following information is required with the RSVP: -Name of Company -Number of Individuals Attending -Name of Each Individual and Title The agenda and other pertinent details will be issued in an amendment to this synopsis a minimum of five (5) days prior to the activity. Industry Day Questions shall be submitted to GPSC5@usgs.gov by 5:00pm ET on October 21, 2025. A Question and Answer amendment will be posted at least once prior to response date. Solicitation packages are not available. This is not a Request for Proposal. SUBMISSION REQUIREMENTS: Firms having the capability to perform this work and desiring to be considered shall submit an SF330 completed in its entirety. All subcontracting or teaming arrangements must be included in the SF330. Include the business size and estimated percentage of involvement of each firm (prime, subcontractors, teaming partners). Address all items in the selection criteria paragraph above. Describe the leased or owned equipment that will be used in the performance of the contract. Other than small businesses, firms must indicate their intent to subcontract and the proposed goals in Block 30 of the SF330. Submittals from consortium/teaming arrangements are permitted, but only one submittal by any one member of that consortium/teaming arrangement as prime will be considered. Submit SF330 via Email to GPSC5@usgs.gov by 5:00pm ET on November 12, 2025. All offerors must clearly and specifically address each selection criterion listed in the solicitation using Section H of the SF330. The following instructions apply: - Section H shall be included as its own Attachment titled; Section H Attachment. - Section H shall include information for the following evaluation factors: - Factor A - Past Performance (Shall include a summary of Section F) - Factor B - Specialized Experience and Technological Competence - Factor C - Professional Qualifications - Factor D - Quality Assurance and Quality Control - Factor E - Project Management/Coordination - Factor F - Small Business Participation (Only for Large Businesses) - Section H is limited to a total of 75 pages. This is a cumulative page limit for all evaluation factors combined�not 75 pages per individual evaluation factor. - Section H will not be evaluated beyond the 75 pages. Offerors are advised that failure to follow these instructions may result in rejection of the submission or a lower evaluation rating.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/64a48c2829364198aef4e022dd360fc9/view)
 
Record
SN07584440-F 20250911/250909230056 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.