INTERNET SERVICE PROVIDER - NORCROSS
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), South Atlantic Water Science Center (SAWSC), is soliciting proposals for Internet Service Provider (ISP) services in Norcross, GA. This requirement is for a new award covering a base year with four option years. This is a Total Small Business Set-Aside under NAICS code 517111. Quotations are due February 13, 2026.
Scope of Work
The USGS SAWSC requires dedicated internet services to ensure robust backbone infrastructure for data transfer. The scope includes the installation and maintenance of unmanaged Dedicated Internet Access (DIA) with 1 Gbps bi-directional speed, providing five static IP addresses (one for the USGS router), and extending connectivity to the USGS IT room. The service must include 24/7 support with a 99% uptime guarantee, meet Federal Government security standards, and be IPv6 capable. Installation must be completed by March 1, 2026. Vendor technicians will work on-site accompanied by USGS IT staff.
Contract Details
- Opportunity Type: Solicitation (RFQ 140G0126Q0033)
- Department: Department of the Interior, U.S. Geological Survey
- Place of Performance: Norcross, GA (USGS SAWSC office at 1770 Corporate Drive, Suite 500, Norcross, GA 30093)
- Product Service Code (PSC): DG10 - Network Services
- NAICS Code: 517111 - Wired Telecommunications Carriers (Size Standard: 1,500 employees)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Period of Performance: One base year with four option years, plus a 6-month extension option.
- Published Date: February 4, 2026
Submission & Evaluation
Offers must be submitted electronically to Mindie Dixon at mdixon@usgs.gov by February 13, 2026, at 1700 MS local time. Submissions must include:
- Tab A: Offer Form (SF 1449) with original signature, date, contract administration data, UEI, and amendment acknowledgment.
- Tab B: Pricing, including unit prices on SF 1449 and an itemized quote.
- Tab C: Completed FAR clauses 52.212-3 and 52.204-24 (if not updated in SAM.gov).
- Tab D: Technical Capability response (3-page limit) addressing SOW requirements, detailed approach, and relevant distributor/reseller documentation. Failure to provide these items may result in an incomplete offer. Evaluation will be based on price and other factors, with technical and past performance being approximately equal to cost or price. The solicitation includes numerous FAR clauses and provisions that bidders must review.
Additional Notes
A Brand Name Justification indicates a preference for AT&T services due to existing infrastructure integration, potential service disruption from switching, and AT&T's authorized reseller network for small businesses. The government intends to conduct market research for future requirements and will compete the procurement if other sources become available. Vendors must be registered at SAM.gov to be awarded the purchase order.