Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 13, 2024 SAM #8173
SOLICITATION NOTICE

R -- REMOTE SENSING & GEOSPATIAL SUPPORT

Notice Date
4/11/2024 6:23:05 AM
 
Notice Type
Solicitation
 
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
4/29/2024 11:00:00 AM
 
Archive Date
05/14/2024
 
Point of Contact
Megan Acord
 
E-Mail Address
megan.acord@usda.gov
(megan.acord@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The United States Forest Service (USFS) is soliciting a competitive firm-fixed price (FFP) single award indefinite delivery/indefinite quantity (IDIQ) 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.� The approximate start date for the contracts June 2024 followed by five one-year periods. This is 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. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3f07341c7abd4ffb932e87166d32eecc/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07027324-F 20240413/240411230042 (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.