LABVIEW SOFTWARE BRAND NAME OR EQUAL DEVELOPMENT/T
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Geological Survey (USGS), specifically the Denver Argon Geochronology Lab (DAGL), is soliciting quotations for LabVIEW Software Brand Name or Equal Development/Training Services. This is a Request for Quotations (RFQ) for a Firm-Fixed-Price contract to develop custom automation software and provide training. This opportunity is a Total Small Business Set-Aside. Quotations are due by May 5, 2026.
Scope of Work
This effort requires the development of customized automation software modules using LabVIEW or an equivalent environment to enable hardware automation, data acquisition, and storage for mass spectrometers and peripheral hardware. Key deliverables include:
- Developing custom software modules for communication and control of Thermo Scientific Argus VI Mass Spectrometers, pressure gauges, ion pumps, Agilent DAQs, and Photon Machines lasers.
- Creating graphical user interfaces (GUIs) for sample metadata entry, run sequences, and live instrument feedback.
- Developing modules for data acquisition, storage (files and/or database), and export.
- Integrating all modules into a complete, user-friendly software system.
- Providing training for DAGL laboratory staff on the software's construction, use, and maintenance.
- Ensuring source code is version-controlled and stored in USGS DAGL GitLab repositories.
- Complying with ICT Accessibility Requirements (Revised Section 508) and IPv6 standards, including an Accessibility Conformance Report (ACR) using VPAT.
- All software development must occur onsite at the Denver Federal Center.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Period of Performance: A base period from May 18, 2026, to May 17, 2027, with two additional option years, not exceeding three years total.
- Set-Aside: Total Small Business Set-Aside
- NAICS Code: 541511 (Custom Computer Programming Services)
- Size Standard: $34.0 Million
- Questions Due: April 29, 2026, by 2:30 p.m. MDT
- Quotations Due: May 5, 2026, by close of business
- Published Date: April 21, 2026
Submission & Evaluation
- Submission Method: Electronic quotations only, submitted via email to lisa_williams@ios.doi.gov.
- Evaluation Criteria: Lowest Priced, Technically Acceptable (LPTA).
- Factor A: Technical Capabilities (demonstrated experience in developing custom software for scientific instrument automation).
- Factor B: Technical Personnel (qualifications and experience of the lead developer, including experience in earth/atmospheric science labs, federal IT environments, and LabVIEW certification).
- Factor C: Past Performance (at least two references for similar work within the past five years).
- Registration: Vendors must be registered and active in the System for Award Management (SAM.gov) prior to submitting a quotation.
Additional Notes
- The Government will provide a computer, necessary hardware, and a license for the programming environment.
- Contractors must comply with all applicable Federal, State, and local laws, including IT security requirements.
- Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP).