SOLICITATION NOTICE
R -- REMOTE SENSING & GEOSPATIAL SUPPORT
- Notice Date
- 3/13/2024 6:45:35 AM
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- USDA FOREST SERVICE-SPOC SW Washington DC 20250 USA
- ZIP Code
- 20250
- Solicitation Number
- 12970224R0009
- Response Due
- 3/27/2024 2:00:00 PM
- Archive Date
- 04/11/2024
- Point of Contact
- Megan Acord
- E-Mail Address
-
megan.acord@usda.gov
(megan.acord@usda.gov)
- Description
- The United States Forest Service (USFS) intends to solicit a competitive firm-fixed price (FFP) single award indefinite delivery/indefinite quantity (IDIQ) proposal for professional remote sensing and geospatial services. The work required for the contract will include providing geospatial technology evaluation; geospatial training and technical support; sample design and accuracy assessment; resource inventory, mapping, and monitoring; minor programming and development of geospatial applications; geospatial help desk support, and geospatial information technology management. This announcement is for Remote Sensing and Geospatial Support. Cross references Request for Information 12970223R0009. The approximate start date for the contracts April 2024 followed by five one-year periods. The ceiling amount of the single award schedule is set to $80 Million. It is anticipated the formal RFP will be released as a 100% small business set-aside under the North American Industrial Classification Code (NAICS) 541990 All Other Professional, Scientific, and Technical Services; Size Standard: $19.5M. Product Service Code (PSC) R499, Support Professional Other.� The primary types of projects are to provide consultation to Forest Service units from the Washington Office to field offices as determined by GTAC staff. Individual task orders issued under this contract are varied, may be of varying size and complexity, and performed at/for geographically separate locations. The level of effort may change from year-to-year based on government funding levels and program priorities. The contractor must respond to workload changes, unanticipated workload surges or decreases in Agency ordering, and/or multiple reprioritizations of workload. Place of Performance for task orders issued under this contract may order performance at destination or at the origin. Origin of services will be at the GTAC facility in Salt Lake City, Utah or telework from an alternative location with the Government�s approval. Evaluation criteria will be stated in the solicitation. This acquisition will result in a FFP indefinite IDIQ contract. All interested vendors must be registered in the System for Award Management (SAM) database at SAM.gov | Entity Registrations before award of contract; failure to register in the SAM database may cause your firm to be ineligible for award and removed from consideration. Interested vendors must obtain complete solicitation package on SAM.gov, copies will not be mailed from the Contracting Office. All amendments will be posted on SAM.gov and vendors will be solely responsible for viewing the solicitation posting in SAM.gov for amendments to the RFP. This pre-solicitation synopsis notice is for the purpose of informing industry that this solicitation will be posted on SAM.gov on or after March 2024. This pre-solicitation notice is not a Request for Proposal/Quote, and any proposals or quotes received as a result of this notice will not be accepted or evaluated. This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any proposal preparation costs.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d47003bb1b81489e8996226502e4e3cb/view)
- Place of Performance
- Address: Salt Lake City, UT, USA
- Country: USA
- Country: USA
- Record
- SN06995252-F 20240315/240313230044 (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 |