AMENDMENT 1: The purpose of Amendment 1 is to 1) include Task Order 1 Statement of Work, 2) provide answers to questions asked about the solicitation, and include the Firm, Fixed Price for Task Order 1 as an evaluation factor. No additional questions will be accepted at this time.
The US Geological Survey (USGS) requires professional dive services for the purpose of maintaining, installing, and removing USGS underwater oceanographic and water monitoring equipment throughout the Sacramento / San Joaquin Delta and San Francisco Bay in northern California in accordance with attached statement of work (SOW).
This solicitation follows procedures outlined in FAR Parts 12 and 13.5.
All interested parties must be actively registered in the System for Award Management (SAM) at the time of submission to be considered for an award of a federal contract. For information, review the SAM website at https://www.SAM.gov.
A Firm, Fixed price, Indefinite Delivery Indefinite Quantity (IDIQ) contract is planned for a five (5) ordering period for dive services. Supplies and Services will be ordered by individual task order against this IDIQ. The period of performance dates are estimates only. Dates will be adjusted accordingly at contract award.
The maximum amount for the full term will not exceed $499,000.00. This maximum amount is not a representation that the maximum quantity will be required or ordered or that the conditions affecting the task orders will be stable or normal. The initial task order under this contract will fulfill the minimum quantity requirement and will be awarded concurrently with the award of this contract.
This solicitation is 100% Small Business Set Aside.
Evaluation is trade-off for the following factors:
-Price
-Firm and personnel Qualifications, Experience, and Capability
-Past Performance (references from prior customers)
-Firm, Fixed Price for Task Order 1
NAICS 561990 - All Other Support Services, associated size standards of $16.5 million.
Subject to wage determinations (WD, attached) according to the place of performance for the following counties in California:
Contra Costa, WD 2019-0244/Revision 18
Sacramento, WD 2019-0134/Revision 20
San Joaquin, WD 2025-0055/Revision 1
Solano, WD 2025-0056/Revision 1
Yolo, WD 2925-0057/Revision 1
Estimated Period of Performance: July 1, 2025 - June 30, 2030
Along with your Firm, Fixed-Price, please provide:
1. Signed standard (SF) 1449 with digital/electronic time-stamped signature or wet, scanned signature
2. SAM UEI#
3. Completed pricing sheet (attached Exhibit A)
4. Firm, Fixed Price for Task Order 1
5. Signed SF 30 with digital/electronic time-stamped signature or wet, scanned signature
It is the responsibility of the contractor to submit enough information to allow meaningful evaluation in each area described above. Failure to do so will negatively impact evaluation.
It is the responsibility of all interested parties to check back periodically for any amendments to the solicitation. All amendments must be signed and included at the time of final submission.
Submission of Proposals: Proposals shall only be accepted through email addressed to jongjoco@usgs.gov. All proposal documents required by this solicitation must be uploaded and received in their entirety no later than May 29, 2025 at 1200 hours Eastern.