The U.S. Department of Interior, U.S. Geological Survey (USGS) is issuing a sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for the development of water management models to simulate various water apportionment scenarios with the goal of improving the way water is apportioned in these watersheds that straddle the U.S./Canadian border. The study for and development of the models will take place at the USGS Wyoming-Montana Water Science Center in Cheyenne, Wyoming.
This proposal reflects coverage for the FY 2025. The coverage includes:
- Finish the work that is being done jointly with the Canadian Co-Chairs to support and co-lead one or more Technical Working Group (TWG) including preparation of documents required of the TWGs such as a summary of results and data uncertainty that will support the final report describing the work of the TWG.
¿ Work jointly with the Canadian Co-Chairs of one or more TWGs to schedule and hold regular meetings of the TWGs to facilitate the accomplishment of the specific tasks assigned each TWG..
- Meet regularly with the Study Technical Leads and with the Co-Chairs of other TWGs to ensure the work of the assigned TWG meets the need of other TWGS and study leadership.
- Work with other members of one or more TWGs to ensure requested work assignments, e.g. scenarios modeled, and results or apportionment options evaluated, are provided to Study Technical Leads within requested timeframes.
- Work with Canadian Co-Chair of one or more TWGs to prepare quarterly progress summaries of the work of the respective TWG.
This is NOT a solicitation for proposals, proposals abstract, or quotation. This is a Sources Sought notice to determine what size companies can perform this requirement. The purpose of this notice is to obtain information regarding:
(1) The availability and capability of qualified small business sources;
(2) Whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and
(3) Their size classification to the North America Industry Classification System (NAICS) code 541690 ¿ Other Scientific and Technical Consulting Services. A firm is considered small under NAICS code 541690 if their AVERAGE annual receipts for the preceding three (3) years were less than or equal to $19 millions. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in category (2) above, any solicitation may be issued as unrestricted without further consideration.
Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.
A. SUBMISSION OF CAPABILITY STATEMENT AND DELIVERY INSTRUCTIONS:
In 5 pages or less, respondents shall submit a capability statement of the organization which demonstrates their ability to supply the above requirements. Capability statements must not include links to internet web site addresses (URLs) or otherwise direct readers to alternate sources of information.
Responses must reference the Sources Sought number and include the following:
1. Name and Address of the Company, SAM.gov UEID number,
2. Size and type of business, pursuant to the applicable NAICS code.
3. Point of contact with name, title address, phone, and email,
4. Capability to provide the specifics of this requirement, with appropriate documentation supporting claims of organizational and staff capability to demonstrate staff expertise including their experience; current in-house capability and capacity to perform the work; prior completed projects of similar nature, including government contracts and indicating corporate experience and management capability;
5. Example of prior completed Government contract, references, the dollar value of the work, and other related information;
6. List of organizations to whom similar types of services have been previously provided and the dollar value of that work.
7. If applicable, provide a current GSA Schedules and/or Government-wide Acquisition Contracts (GWACs) appropriate to this Sources Sought.
8. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the System for Award Management (SAM). This indication shall be clearly marked on the first page of your Capability Statement.
The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 15:00 PM MDT, on 24 February, 2025. All responses under this Sources Sought Notice must be emailed to Philip Robinson at probinson@usgs.gov.
B. DISCLAIMER AND IMPORTANT NOTES
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice shall ensure that its response is complete and sufficient detailed to allow the Government to determine the organization's qualification to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the response received, a pre-solicitation synopsis
and solicitation may be published in beta.SAM.gov. However, response to this notice will not be considered adequate responses to a solicitation.
Failure to respond or submit sufficiently detailed information may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information submitted, the Government reserves the right to consider any arrangement as determined appropriate for this requirement.
C. CONFIDENTIALITY
No proprietary, classified, confidential, or sensitive information shall be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
This announcement is to identify small business firms; however a company of any size may
submit a Capability Statement for this announcement.