earthquake and volcano monitoring systems

SOL #: 140G0326R0002Solicitation

Overview

Buyer

Interior
Us Geological Survey
OFFICE OF ACQUISITON GRANTS
SACRAMENTO, CA, 95819, United States

Place of Performance

Place of performance not available

NAICS

Instruments and Related Products Manufacturing for Measuring (334513)

PSC

Geophysical Instruments (6655)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 17, 2026
2
Submission Deadline
May 29, 2026, 10:00 PM

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), under the Department of the Interior, has issued a Solicitation for a Single Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for earthquake and volcano monitoring systems. This opportunity, described as "Seismic equipment (IDIQ)", aims to procure integrated systems and separate components (sensors and data acquisition units) for the Advanced National Seismic System (ANSS), Global Seismographic Network (GSN), and USGS Volcano Program. Proposals are due by May 29, 2026, at 3:00 PM PST.

Scope of Work

The requirement is for new seismic equipment, including triaxial force-balance accelerometers, strong-motion seismometers, broadband seismometers, and Data Acquisition Units (DAUs). All equipment must be covered by a manufacturer's warranty. Required software must be free, vendor-supported, compatible with major operating systems, support continuous and triggered data acquisition, and include an Earthworm-compatible client module. Compliance with FISMA and Section 508 requirements is mandatory.

Technical Specifications & Requirements

Detailed technical specifications are provided in the "TestingSpecs2026" spreadsheet, covering performance metrics for accelerometers (strong-motion and broadband, including A+, A, B categories for noise levels), DAUs (channels, sampling rates, resolution, storage, telemetry), power, and packaging. The "SeismicRequirements2026" document emphasizes the critical need for "A+" ranking broadband sensors for GSN operations. Other needs include smaller sensors for boreholes, lightweight/low-power digitizers for portable aftershock/volcano programs (supporting SEEDlink and remote calibration), and integrated broadband/strong motion sensors for the Volcano Disaster Assistance Program (VDAP), where a Grade "B" sensor meets VDAP needs. Clarifications from the Q&A document address magnetic response testing, incoherent noise testing, and VPN service compatibility (WireGuard 0.5.3 approved).

Contract Details

  • Contract Type: Firm Fixed Price, Single Award IDIQ.
  • Period of Performance: A five-year ordering period, estimated from August 16, 2026, to August 15, 2031.
  • Maximum Contract Value: $30,000,000.00.
  • Guaranteed Minimum: $50,000.00.
  • NAICS Code: 334513 (Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables).
  • PSC Code: 6655 (Geophysical Instruments).

Set-Aside & Eligibility

This acquisition is UNRESTRICTED. Offerors must be registered and active in the System for Award Management (SAM.gov).

Submission Requirements

Proposals must be submitted electronically to thuot@usgs.gov by the deadline. Submissions are limited to a maximum of 50 pages (8.5x11, one-inch margins, 12pt font) and must include:

  • Signed SF 1449.
  • Firm fixed-price proposal with individual pricing for each year.
  • Technical submission (product specifications, literature, country of manufacture).
  • Past performance (three recent, relevant contracts).
  • SAM Unique Entity Identifier (UEI).

Evaluation Criteria

Award will be made to the responsible offeror whose proposal is most advantageous to the Government. Evaluation factors include Technical Proposal, Equipment Testing, Past Performance, and Price, with non-price factors being significantly more important than price. Proposals offering "A+" grade broadband sensors are strongly encouraged and will be prioritized.

Important Notes

Offerors must review and comply with FAR 52.204-24 and FAR 52.204-26 regarding the prohibition on certain telecommunications and video surveillance equipment/services (Section 889). Feedback on equipment testing results will be limited to a post-award debrief if requested; a written report will not be provided.

Key Dates

  • Questions Due: March 25, 2026, 3:00 PM PST.
  • Proposal Due: May 29, 2026, 3:00 PM PST.

Contact Information

For inquiries, contact Tracy Huot at thuot@usgs.gov or 916-278-9330.

People

Points of Contact

Huot, TracyPRIMARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Mar 17, 2026
earthquake and volcano monitoring systems | GovScope