Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 20, 2014 FBO #4591
MODIFICATION

R -- Science and Technical Support Services

Notice Date
6/18/2014
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCHPO BOX 25046204 DENVER FEDERAL CENTERDENVERCO80225-0046US
 
ZIP Code
00000
 
Solicitation Number
G14PS00135
 
Point of Contact
Robert Valdez
 
E-Mail Address
rvaldez@usgs.gov
(rvaldez@usgs.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Amendment to Pre-solicitation notice posted March 25, 2014 The entire solicitation package (G14PS00135) is anticipated to be available on or after July 1, 2014 at the following web address: https://www.fedconnect.net. No unsolicited proposals will be accepted. No hard copies of the solicitation will be available. Interested offerors must be registered in the System for Award Management (SAM) database. SAM is a Federal government owned and operated free website that consolidates the capabilities of CCR/FedReg, ORCA and EPSL. Offerors can register via the SAM website at https://sam/gov. This requirement is 100 percent set-aside for eligible 8(a) Business Concerns. Amendment to Pre-solicitation notice posted March 25, 2014 The entire solicitation package (G14PS00135) is anticipated to be available on or after May 9, 2014 at the following web address: https://www.fedconnect.net. No unsolicited proposals will be accepted. No hard copies of the solicitation will be available. Interested offerors must be registered in the System for Award Management (SAM) database. SAM is a Federal government owned and operated free website that consolidates the capabilities of CCR/FedReg, ORCA and EPSL. Offerors can register via the SAM website at https://sam/gov. This requirement is 100 percent set-aside for eligible 8(a) Business Concerns. Description from original Pre-Solicitation Notice and Amendment posted on March 31, 2014. The USGS plans to issue a competitive 8(a) solicitation to support the science and technical support needs of the USGS Science centers. The acquisition strategy involves the issuance of one solicitation, which will result in the award of up to six separate contracts. The USGS anticipates award of IDIQs, for each of the six service areas described in the original pre-solicitation notice. Each contract will include a base and four option years. Firms within the 8(a) program may submit a proposal on any and all service areas. The following firms have performed these requirements during the previous 24 months: Five Rivers Services: Contract G11PC00013 awarded April 2011 which services Biology and Water Science Centers, primarily supporting the National Wetlands Research Center in Lafayette LA and Columbia Environmental Research Center in Columbia, MO. In addition, it also services centers in the prior South Central and Midwest Areas. Services include but not limited to biological, ecological and hydrologic research, environmental chemistry, and information management. It was issued as an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a base and four option years. To date, a total of $13.8M has been obligated. The total potential ceiling for a five-year period is $26.8M. Cherokee Services Group: Contract G11PC00019 was awarded in May 2011 which supports the Fort Collins Science Center, Colorado and field stations as an IDIQ with a base and four option years. Services include but not limited to geospatial applications and modeling, scientific field research, web and database applications development. To date, a total of $10.5M has been obligated. The total potential contract value is $20M. Cherokee Nation Technology Solutions: Blanket Purchase Agreement (BPA) G12PA00013 was awarded under the vendors GSA Schedule in February 2011 with a base year and four option years. This contract supports primarily Woods Hole Coastal and Marine Science Center and St. Petersburg Coastal and Marine Science Center with research scientists in a widely varied range of research projects, but also can provide support to any facility within the Eastern United States. The total potential contract value is $31M. ATA: BPA G09PA00025 was awarded under the vendors GSA schedule in September 2009. This award supports the National Geospatial Technical Operations Center (NGTOC) in Rolla, MO and Denver, CO with various types of science and technical support services. Services include but not limited to applications development and support, map editing, geospatial data editing, processing, management database administration, and cartographic and geographic support. To date, a total of $15.5M has been obligated and its total potential value is $19M. COMSO, Inc.: Contract G10PC00139 was awarded in July 2010 as an IDIQ with a base and four option years. This requirement supports the Core Science Analytics and Synethesis (CSAS) program by providing informatics information and geospatial technology and support services. Annually, approximately $3M is obligated under various task orders under this effort. Description from original Pre-Solicitation Notice This synopsis is a Pre-solicitation notice and not a Request for Proposal (RFP) The U.S. Geological Survey (USGS) has a requirement for on and off-site non-personal science and technical services necessary for mission support for the following four (4) servicing areas and two (2) program offices. 1) Southeast Servicing Area which includes the following major science centers: St Petersburg Coastal and Marine Science Center, St. Petersburg, FL; Southeast Ecological Science Center, Gainesville, FL; Florida Water Science Center, Lutz, FL; South Carolina Water Science Center, Columbia, SC; Louisiana Water Science Center, Baton Rouge, LA; National Wetlands Research Center, Lafayette, LA, and other USGS science center in the Southeast Area (AR, LA, MS, AL, TN, GA, NC, SC, FL). 2) Northeast Servicing Area which includes the following major science centers: Woods Hole Coastal Marine Science Center, Woods Hole, MA; Patuxent Wildlife Research Center, Patuxent, MD; Water Information, Reston, VA; Branch of Regional Services, Reston, VA; Eastern Geographic Science Center, Reston, VA; Eastern Geology Paleoclimate Science Center (EGPSC), Reston, VA; Leetown Science Center, Leetown, WV; Office of Groundwater, Reston, VA; Virginia and West Virginia Water Science Centers, Richmond, VA and Charleston, WV, and other USGS science centers in the Northeast Area (ME, VT, NH, MA, CT, RI, NY, PA, NJ, DE, MD, WV, VA). 3) Southwest Servicing Area which includes the following major science center: Core Science Analytics, Synthesis and Libraries (CSAS&L), Denver, CO and Reston, VA, and other USGS science centers in the Southwest Area (UT, CO, KS, OK, TX, AZ, NM). 4) Midwest Servicing Area which includes the following major science centers: Columbia Environmental Research Center (CERC), Columbia, MO; Upper Midwest Environmental Sciences Center, La Crosse, WI; Great Lakes Science Center, Ann Arbor, MI; Wisconsin Water Science Center, Middleton, WI; Eastern Mineral and Environmental Resources Science Center (EMERSC), Reston, VA; Eastern Energy Resources Science Center (EERSC), Reston, VA and other USGS science centers in the Midwest area (ND, SD, NE, MN, IA, MO, WI, IL, MI, IN, OH, KY). Program office 1) Fort Collins, Fort Collins, CO with the following off-site field locations: Denver Field Station, Denver Federal Center, Denver, CO; Arid Lands Field Station, University of New Mexico; Albuquerque, NM; Jemez Mountains Field Station, Bandelier National Monument; Los Alamos, NM; Guam Field Site, Dededo, Guam. Program office 2) National Geospatial Technical Operations Center (NGTOC), Rolla, MO. This will not be a Multiple Award Task Order Contract (MATOC). The USGS is contemplating an award of up to six (6) stand-alone Indefinite Delivery Indefinite Quantity type contracts consisting of a base of one year with the potential of four (4) one year options, as identified above. When the RFP becomes available, offerors may propose on one or multiple areas. The Request for Proposal (RFP) is being issued competitively within the 8(a) program in accordance with Part 15 for competitive acquisitions and is subject to the availability of funds. The NAICS Code for this requirement is 541990. The corresponding Small Business Administration (SBA) Size Standard is $14 million. The closing date and time for submission of offers shall be contained in the solicitation package. The entire solicitation package (G14PS00135) is anticipated to be available on or after April 21, 2014 at the following web address: https://www.fedconnect.net. No unsolicited proposals will be accepted. No hard copies of the solicitation will be available. Interested offerors must be registered in the System for Award Management (SAM) database. SAM is a Federal government owned and operated free website that consolidates the capabilities of CCR/FedReg, ORCA and EPSL. Offerors can register via the SAM website at https://sam/gov. This requirement is 100 percent set-aside for eligible 8(a) Business Concerns.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G14PS00135/listing.html)
 
Record
SN03399709-W 20140620/140619022553-e55123e65c52a73f3880bd0a52000cd6 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.