T--CGB-400 IMT GIS Technical Service Support
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 Bureau of Reclamation (BOR), specifically the MP-REGIONAL OFFICE, has issued a Sources Sought (SS) notice for Geospatial Information System (GIS) Technical Service Support for its California Great Basin (CGBGIS) region. This market research aims to identify qualified businesses, particularly Service-Disabled Veteran-Owned and HUBZONE small businesses, capable of providing four full-time GIS personnel. The primary base of operations will be in Sacramento, CA. Responses are due by February 27, 2026, at 1:00 PM PST.
Opportunity Details
This Sources Sought notice (Notice Number: 140R2026Q0014) is for information and planning purposes only and does not constitute a Request for Quote (RFQ). The government will use responses to determine the availability of technically capable businesses and the appropriate acquisition method. The NAICS code for this requirement is 541611 - Administrative Management and General Management Consulting Services, with a size standard of $24.5 million.
Scope of Work
The contractor will operate the CGB GIS Service Center, supporting the California Great-Basin Region and Reclamation-wide enterprise data needs. Services include:
- GIS Technical Services: Software and application development, systems management, analysis and modeling, positioning and data acquisition.
- Support: End-user support via a Reclamation Help Desk and ESRI enterprise technical service.
- Infrastructure Management: DOI cloud server system, GIS configurations, and ArcGIS servers.
- Program Support: Deliverables for flood inundation studies, land classification, surface/groundwater modeling, water contract compliance, land use planning, and habitat identification for Endangered Species Act compliance.
Contract & Performance
- Contract Type: Sources Sought (for market research)
- Period of Performance: Anticipated one (1) base year of 12 months and two (2) 12-month option years.
- Place of Performance: Dedicated office space within the Division of Resource Management in Sacramento, CA (2800 Cottage Way). Occasional travel to remote locations may be required.
- Personnel Requirements: Four full-time GIS personnel with specific skill sets (Consulting GIS Specialist, GIS Specialist (Production), GIS Specialist (Senior), and GIS Specialist). Personnel must undergo NAC/NACI checks, comply with IT Security Program (ITSP) and HSPD-12, and obtain a DOI Personal Identity Verification (PIV) card.
Performance Standards (QASP)
The Quality Assurance Surveillance Plan (QASP) outlines the government's monitoring approach. Key performance requirements include:
- Project Management: 98% timeliness for biweekly progress/status and monthly management reports/invoices; thorough report quality; 100% accuracy for invoices with supporting documentation.
- Technical Support: 98% timeliness for answering service and technical support questions; 95% of relevant questions answered by competent staff. Contractors may submit self-assessments, and the Contracting Officer will make final payment determinations based on performance.
Response Requirements & Contact
Interested vendors must provide:
- Business Size & Classification(s)
- Contact Information (Name, Phone, email, website)
- Capabilities Statement
- Appropriate document demonstrating capabilities. Failure to submit all required information will result in the vendor being considered incapable. Responses are due by February 27, 2026, at 1:00 PM PST. Send responses to Erma Clark at eclark@usbr.gov.