R--STSSC IDIQ Southeast Region
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 Department of the Interior, U.S. Geological Survey (USGS) is soliciting proposals for Science and Technical Support Services (STSS) for its Southeast Servicing Area. This is a competitive 8(a) set-aside for a performance-based Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. The requirement is for non-personal services to support the USGS mission. Proposals are due January 26, 2026, by 5:00 PM CT.
Scope of Work
The contractor will provide science and technical support services, including:
- Administrative and program management services
- Research/science activities
- Data and information management
- Geospatial applications, modeling, and associated technologies
- Technical project management
- Science facility/equipment support
Services are required across the USGS Southeast Servicing Area, as detailed in Attachment B08_Attachment_2_Servicing_Area_Map_SER_STSSC.pdf.
Contract Details
- Contract Type: Performance-based IDIQ with Firm Fixed-Price (FFP) and Labor-Hour (LH) task orders. Time & Material (T&M) task orders are also possible.
- Period of Performance: April 1, 2026, for five years, until March 31, 2031.
- Contract Ceiling: $49,500,000.00
- Guaranteed Minimum: $2,500.00
- Set-Aside: 100% 8(a) Business Development (BD) Program. Prime offerors must meet SBA 8(a) BD eligibility.
- NAICS Code: 541990, "All Other Professional, Scientific and Technical Services" ($19.5 million size standard).
Submission & Evaluation
- Proposal Due Date: January 26, 2026, 5:00 PM CT. Email submissions are considered timely if received by this deadline.
- Evaluation Factors (descending order of importance): Management Plan, Transition Plan, Key Personnel, Past Performance, Professional Employee Compensation Plan (pass/fail), and Price.
- Key Personnel: Resumes (1 page each) and signed statements of availability are excluded from the 4-page limit for Factor 3. The IDIQ Program Manager resume is excluded from any page limit.
- Past Performance: Offerors may submit Past Performance Questionnaires (PPQs) from prospective subcontractors. CPARs can also be used. PPQs should be emailed to Kimberly Schneider.
- Compensation Plan: The page limit for the FAR 52.222-46 Compensation Plan (Factor 5) has been increased to 15 pages.
- Labor Rates: Offerors must use one fully burdened labor rate per labor category, applicable to both prime and subcontractors.
Key Attachments
- B08_Attachment_1_Labor_Categories_Rev_1_0002.xlsx: Outlines labor categories, duties, and pricing structure. Bidders must input proposed hourly rates for each contract year and location.
- B09_Attachment_3_Wage_Determinations_Rev_2_0002.pdf: Provides prevailing wage determinations crucial for accurate labor cost calculation and compliance.
- B08_Attachment_5_Past_Performance_Questionnaire.docx: The form used for gathering past performance feedback from references. Bidders should prepare their references accordingly.
- B09_Attachment_10_Q_A_Amd_003_0003.docx: Contains the latest clarifications and answers to vendor questions, impacting proposal content and submission.