Skip to content
Department of the Interior

Low-level Iodine-129 Analyses by Accelerator Mass

Solicitation: 140G0326Q0032
Notice ID: 942abc2907234e2d8a50565d93f8f535
TypeCombined Synopsis SolicitationNAICS 541380PSCF107DepartmentDepartment of the InteriorAgencyUs Geological SurveyPostedMar 16, 2026, 12:00 AM UTCDueMar 23, 2026, 03:30 PM UTCCloses in 7 days

Combined Synopsis Solicitation from US GEOLOGICAL SURVEY • INTERIOR, DEPARTMENT OF THE. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Mar 23, 2026. Industry: NAICS 541380 • PSC F107.

Market snapshot

Awarded-market signal for NAICS 541380 (last 12 months), benchmarked to sector 54.

12-month awarded value
$671,246,865
Sector total $5,863,400,045,265 • Share 0.0%
Live
Median
$228,060
P10–P90
$24,553$717,494
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
-87%(-$513,340,648)
Deal sizing
$228,060 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
{"city":{},"state":{},"country":{}}
Contracting office
Sacramento, CA • 95819 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Ongjoco, Joahnne
Email
jongjoco@usgs.gov
Phone
9162789328

Agency & Office

Department
INTERIOR, DEPARTMENT OF THE
Agency
US GEOLOGICAL SURVEY
Subagency
OFFICE OF ACQUISITON GRANTS
Office
Not available
Contracting Office Address
Sacramento, CA
95819 USA

More in NAICS 541380

Description

Combined Synopsis-Solicitation for Low-level Iodine-129 Analyses by Accelerator Mass Spectrometry (AMS) in Groundwater Samples

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in¿Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; firm, fixed-price quotes are being requested and a separate, written solicitation will not be issued.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-01, dated March 13, 2026. Please see attachment for Federal Acquisition Regulation (FAR) provisions and clauses applicable to this solicitation, including any that are incorporated by reference, which may be viewed in full text at https://www.acquisition.gov/browse/index/far:
FAR 52.212-1 Instructions to Offerors - Commercial Products and
Commercial Services (SEP 2023)
FAR 52.212-2 Evaluation - Commercial Products and Services (NOV 2021)
FAR 52.212-3 Offeror Representations and Certifications - Commercial Products and Commercial Services (OCT 2024)(Deviation FEB 2025)
FAR 52.212-4 Contract Terms and Conditions - Commercial Products and Commercial Services (NOV 2023)
FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Products and Commercial Services (MAR 2026)(Deviation FEB 2025)

All interested parties must be actively registered in the System for Award Management (SAM) at the time of submitting a quote to be considered for an award of a federal contract. For information, review the SAM website at https://sam.gov/wage-determinations.

The U.S. Geological Survey (USGS) requires accelerator mass spectrometric (AMS) analysis for Iodine-129 in groundwater samples in accordance with the attached statement of work, provisions, and clauses.

This requirement is subject to the Service Contract Labor Standards (also known as Service Contract Act) and wage determination is applicable according to location of performance. All services will be performed at the contractor's facility.

This is an unrestricted opportunity; evaluation will be made according to the following Trade-Off factors:
-Firm, fixed price
-Technical capability - demonstrates understanding and ability to fully meet the requirement
-Past performance - indicates how well the prospective contractor has performed prior, similar work
-Past experience - indicates how often and how recent the prospective contractor has performed prior, similar work


It is the responsibility of the prospective contractor to submit sufficient information to allow a meaningful evaluation regarding the factors above. Failure to do so may designate an offer as a non-response.

FOB Destination: Idaho Falls, ID 83402

Estimated Period of Performance:
April 1, 2026 - April 30, 2027

This requirement is subject to the availability of funds.

If interested, please submit the following:
1. Firm, fixed price
2. Technical description of the service(s) being offered in sufficient detail, including product literature, references, and any other documents required for meaningful evaluation of trade-off factors above; include a description of your quality assurance/quality management process.
3. Signed, standard form (SF) 18
4. SAM Unique Entity Identification (UEI) number

Please submit your price quote as a separate attachment from your technical quote.

Failure to submit the information as requested above may designate an offer as a non-response.

Quotations shall only be accepted by email to Joahnne_Ongjoco@ios.doi.gov no later than March 23, 2026 at 1130 hours Eastern Time. Hardcopy shall not be accepted nor considered. 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 when the quote is submitted.


Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.