Opportunity
SAM #140G0226Q0019
USGS Seeks Direct Internet Access Services for Geologic Hazards Science Center, Golden, CO
USGS Denver Office of Acquisition and Grants
March 24, 2026
March 31, 2026
140G0226Q0019
517311, 517919, 517111
The US Geological Survey (USGS), Geologic Hazards Science Center (GHSC), National Earthquake Information Center (NEIC) in Golden, Colorado, is seeking information from potential providers for Direct Internet Access (DIA) services to modernize its computing environment and support seismic data transmission. - Government Buyer: - US Geological Survey (USGS), Geologic Hazards Science Center (GHSC), National Earthquake Information Center (NEIC) - OEMs and Vendors: - No specific OEMs or vendors are named; open to all qualified service providers - Services Requested: - Provision, installation, configuration, and maintenance of a dedicated, symmetrical fiber-based Internet circuit - Scalable bandwidth options (e.g., 1 Gbps, 10 Gbps) - Last-mile construction and inside wiring - Logical configuration (BGP routing, IP address allocation) - Activation of IPv4/IPv6 services - Ethernet handoff, public IP space allocation, reverse DNS, RPKI route validation - Performance standards: 99.99% uptime, low latency, proactive outage notifications - Security requirements: TIC 3.0 compliance, DDoS mitigation, logging/telemetry for SIEM/CDM integration, compliance with FAR 52.204-25 - Installation and testing: site survey, fiber design, installation, activation, acceptance testing - Operations and support: 24×7 NOC support, monthly performance/SLA reports - Excludes agency-owned equipment beyond the demarcation point and internal LAN operations - Unique or Notable Requirements: - Compliance with federal security standards (TIC 3.0, DDoS mitigation, SIEM/CDM integration) - Ongoing 24×7 monitoring and support - Service must support critical earthquake monitoring and public safety operations - No specific products or hardware are being procured; this is a service-only requirement
Description
Direct Internet Access Services for the USGS, Geologic Hazards Science Center, Golden, COTHIS IS A SOURCES SOUGHT NOTICE ONLY FOR MARKET RESEARCH PURPOSES. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), REQUEST FOR QUOTATIONS (RFQ) OR INVITATION FOR BID (IFB). NO FORMAL SOLICITATION IS BEING REQUESTED UNDER THIS NOTICE.This Sources Sought Notice is for market research purposes to identify parties having an interest in and resources to support this requirement for Direct Internet Access services to expand and modernize the current computing environment.The result of this market research will contribute to determining the method of procurement. The Government will review the information requested in this announcement 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.The North American Industry Classification System (NAICS) code is 517111 (Wired Telecommunications Carriers) and the size standard is 1,500 employees.The following is a brief description of services that are required to be performed but not limited to:A. Introduction:The US Geological Survey, Geologic Hazards Science Center (GHSC), National Earthquake Information Center (NEIC), Golden, CO has a requirement for Direct Internet Access services to expand and modernize the current computing environment.B. Background:The U.S. Geological Survey¿s National Earthquake Information Center (NEIC), operated by the Geologic Hazards Science Center (GHSC), conducts domestic and global earthquake monitoring under the authority of the Earthquake Hazard Reduction Act (P.L. 95¿124 and subsequent reauthorizations). Located on the Colorado School of Mines campus in Golden, Colorado, GHSC¿s primary mission is to monitor and report earthquakes, assess their impacts and associated hazards, and advance research to improve earthquake characterization methods.The GHSC/NEIC acquires thousands of seismic data streams from around the globe through public internet, satellite, and cellular connections, which are processed by primary data acquisition servers in Golden, Colorado. When the primary network link through Denver is limited or fails due to hardware issues with TIC equipment, the quality and timeliness of NEIC products are significantly compromised. To address this, the current NEIC network configuration should be upgraded to a more resilient solution that provides independent WAN access, meets government security standards, and remains cost-effective. Implementing a Dedicated Internet Access (DIA) network will deliver substantial benefits, including improved data transmission speed, reliability, and security. This upgrade will enhance operational efficiency, ensure timely seismic event response, and support ongoing research and collaboration. Furthermore, a DIA circuit will safeguard the completeness and accuracy of seismic data used for analysis, research, and public reporting, enabling more precise warnings and notifications to emergency services and the public¿ultimately strengthening public safety and reducing risks to life and property.C. Scope:The Contractor shall provide, install, configure, and maintain a dedicated, symmetrical fiber-based Internet circuit to the NEIC/GHSC demarcation point. The scope includes all necessary last-mile construction, inside wiring, logical configuration (including BGP routing and IP address allocation), and activation of IPv4/IPv6 services. The Contractor shall ensure compliance with TIC 3.0 security requirements, provide DDoS mitigation capabilities, and deliver ongoing 24×7 monitoring and support for the duration of the contract. Agency-owned equipment beyond the demarcation point and internal LAN operations are excluded from this scope.D. Technical RequirementsThe Contractor shall provide all labor, materials, and expertise necessary to deliver and maintain the Internet circuit. Requirements include:Circuit Delivery¿ Dedicated, symmetrical fiber-based Internet circuit with scalable bandwidth options (e.g., 1 Gbps, 10 Gbps).¿ Complete all last-mile construction, inside wiring, and demarcation extension.Interface & Configuration¿ Ethernet handoff (Fiber SMLC, RJ-45 or SFP/SFP+) at full duplex.¿ Configure peering with agency routers; support IPv4 and IPv6.¿ Allocate public IP space (/29 or larger) and provide reverse DNS and RPKI route validation.Performance Standards¿ Availability: ¿ 99.99% monthly uptime.¿ Latency: ¿ 20 ms to nearest Tier-1 POP.¿ Packet Loss: ¿ 0.1%; Jitter: ¿ 5 ms.¿ MTTR: ¿ 4 hours for outages.¿ Proactive outage notifications and scheduled maintenance with ¿ 7-day notice.Security & Compliance¿ Align solution with TIC 3.0 security capabilities (Traditional TIC or Branch Office use case).¿ Implement DDoS mitigation (always-on detection and on-demand scrubbing).¿ Provide logging/telemetry (NetFlow/sFlow, BGP session logs, DDoS event logs) for agency SIEM/CDM integration.¿ Certify compliance with FAR 52.204-25 (no prohibited telecom equipment/services).Installation & Testing¿ Site survey within 10 business days of award.¿ Fiber design and LOA/CFA within 10 business days post-survey.¿ Installation and activation within 90¿120 days ARO.¿ Acceptance testing: throughput, latency, packet loss, BGP stability, failover (if diversity ordered).Operations & Support¿ 24×7 NOC support and escalation path.¿ Monthly performance/SLA reports.¿ Maintain service for entire period of performance.(End of brief description of Services)If your organization has the potential ability to meet this requirement, please provide the following information to the Contracting Officer:1. Tailored capability statement addressing the particulars of this effort, with appropriate documentation describing detailed information in providing the services described above. 2. The firm shall specify that they are either: 2.1 An Indian Small Business Economic Enterprise (ISBEE), small business, 8(a), HUBZone, SDVOSB, etc. and Or 2.2 Other than small business under the NAICS Code listed in the announcement. 2.3 The firm shall provide a point of contact name and e-mail information, and SAM.gov (Unique Entity ID (UEI) and must be registered and active in System for Award Management (SAM). All information submitted in response to this announcement is voluntary ¿ the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Materials submitted to the Government for review will not be returned. Respondents will not be notified of the results of the evaluation. This is NOT a Request for Proposal (RFP), Request for Quotations (RFQ) or Invitation for Bid (IFB). The Government does not intend to award a contract based on responses received under this announcement. The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. In order to be responsive to this Notice, a firm shall provide the appropriate documentation for consideration by March 31, 2026 at 2:30 p.m. Mountain Daylight Time (MDT). Responses that do not comply with these procedures will not be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.Inquiries will only be accepted by e-mail to Lisa Williams at lisa_williams@ios.doi.gov.