Sediment Core Subsampling, Processing, Preparation
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), Department of Interior, is soliciting firm, fixed-price quotes for Sediment Core Subsampling, Processing, and Preparation for Radiocarbon Analysis. This non-personal service supports USGS research into coastal and marine geohazards across California, Oregon, Washington, and Alaska, aiming to develop records of earthquake recurrence and landslide susceptibility. This acquisition is not a small business set-aside. Quotations are due by April 30, 2026, at 13:00 Eastern Time.
Scope of Work
The contractor will provide non-personal services including:
- Analysis of up to 400 marine and lacustrine sediment core subsamples.
- Selection, cleaning, and preparation of appropriate material for Accelerator Mass Spectrometer (AMS) radiocarbon dating.
- Provision of shear strength measurements for up to 10 marine and 10 lacustrine sediment cores using handheld and benchtop equipment.
- Assistance with sediment core splitting, preparation for storage, and archival curation.
- Monthly submission of prepared samples to an AMS dating facility.
- Key deliverables include a digital spreadsheet of subsampled intervals and a comprehensive data report. The place of performance is the USGS PCMSC Sediment Core facility in Santa Cruz, CA.
Contract & Timeline
- Contract Type: Firm Fixed-Price Request for Quote (RFQ) for commercial products or services (FAR Part 12).
- Period of Performance: May 11, 2026, to September 30, 2027.
- Estimated Award Date: May 8, 2026.
- Set-Aside: None (Open Competition).
- Questions Due: April 24, 2026, at 0900 hours Eastern Time.
- Quotations Due: April 30, 2026, at 13:00 Eastern Time.
- Published Date: April 17, 2026.
Evaluation & Submission
Award will be made using a Trade-Off evaluation method, considering factors such as Price, Technical Capability, Past Performance, and Experience (as described in FAR 52.212-2). Interested parties must submit:
- A firm, fixed-price quote.
- Sufficient information addressing evaluation factors.
- A signed Standard Form (SF) 18.
- Their SAM Unique Entity Identifier (UEI#). Technical and price quotes must be submitted as separate attachments. All interested parties must be actively registered in the System for Award Management (SAM) at the time of quote submission. Submissions (questions and quotations) are accepted only by email to Joahnne_Ongjoco@ios.doi.gov.
Additional Notes
The Service Contract Act and wage determination apply to this requirement. Section 508 accessibility requirements are applicable, and the vendor must provide an Accessibility Conformance Report (ACR) for any Information and Communication Technology (ICT) offered. Government Furnished Property includes a laptop computer. Key personnel qualifications and security requirements (including background checks and IT security clearance) are specified.