140G0226Q0021
D--LABVIEW SOFTWARE BRAND NAME OR EQUAL DEVELOPMENT/T
INTERIOR, DEPARTMENT OF THE > US GEOLOGICAL SURVEY > OFC OF ACQUISITION GRANTS-DENVER
Quick analysis
USGS RFQ 140G0226Q0021 seeks LabVIEW (or equal) software development, training, and optional maintenance support for the Denver Argon Geochronology Lab under FAR Parts 12 and 13 procedures.
Set-aside is Total Small Business (NAICS 541511; size standard $34M). Trace’s estimated ~$49M revenue exceeds the size standard, making Trace ineligible to prime.
The work is specialized LabVIEW/instrument-automation for mass spectrometers and peripherals; this is outside Trace’s documented core lanes (SATCOM/CDS/JADC2/SE&I/C5ISR).
Documents indicate SCA wage determination applicability for Denver-area counties, and standard IT/security and accessibility clauses (FISMA, Section 508, IPv6). Several solicitation files were only partially reviewed, but this does not affect the clear set-aside ineligibility.
Scope summary
- Develop LabVIEW (or equivalent) software modules to automate mass spectrometers and peripheral hardware (valves, lasers) for USGS DAGL, Denver, CO.
- Provide training to lab staff and deliver maintainable, well-documented code and transparent calculations.
- Firm-fixed-price CLINs: development (monthly FFP), training (FFP), and optional maintenance support year.
- Compliance with SCA wage determination for Denver-area localities; price to required wage/fringe and EO paid sick leave/minimum wage adjustments.
- Meet FISMA IT security summary requirements, Section 508 accessibility, and IPv6 requirements per solicitation clauses.
- Active SAM registration and amendment acknowledgment prior to the due date (05/05/2026 14:30).
Dimension scores
Scope centers on LabVIEW (or equivalent) development for mass spectrometer automation and training at USGS DAGL (evidence: Sol_140G0226Q0021.docx/pdf summaries). Trace’s documented core capabilities emphasize SATCOM, CDS, JADC2, SE&I, OCC/NOC/SOC, and IT O&M; no explicit LabVIEW/instrument-control expertise is listed in company_profile.txt. Thus, only a limited adjacent software capability fit.
Company_profile lists past performance with DISA, USAF, Space Force, Army, and MDA; no DOI/USGS or laboratory instrument-control software past performance is cited. Mission area (geochronology lab automation) is not represented in listed past performance.
This is a stand-alone Small Business set-aside RFQ (not on a Trace-held vehicle). While no vehicle is required, Trace cannot access as prime due to size ineligibility; teaming with a small business would be required just to participate, analogous to ‘teaming required for access’ per scoring guidance.
No incumbency or differentiators specific to LabVIEW/mass-spectrometer automation are evidenced. A clear disqualifier (small business set-aside) exists for Trace as prime, placing Trace at a competitive disadvantage.
Execution would require niche LabVIEW/instrument-automation expertise and USGS lab domain knowledge. New agency relationship (USGS) and SCA wage compliance add complexity. Although commercial/FAR Part 13 suggests manageable admin risk, Trace lacks demonstrated domain skills, increasing delivery risk if pursued via subcontracting.
USGS/DOI is not among Trace’s Tier 1/2 targets and the effort appears small and niche. It does not advance core lanes (SATCOM/CDS/JADC2/MPE) and offers minimal strategic upside.
Set-aside: Total Small Business under NAICS 541511 with $34M size standard (evidence ledger). Company_profile shows ~$49M revenue, indicating Trace is not small for this NAICS and therefore ineligible as a prime. SAM and clause compliance are achievable, but set-aside status is a prime disqualifier.
Concerns
- Prime ineligibility due to Total Small Business set-aside under NAICS 541511 ($34M size standard).
- Specialized LabVIEW/instrumentation control skills may be difficult to staff without a qualified small business partner.
- Partial document extraction limits visibility into full PWS, evaluation criteria, and deliverables schedule.
- SCA wage determination compliance and proper labor category mapping are required for accurate pricing.
Teaming opportunities
- Need a qualified Small Business prime holder under NAICS 541511 to prime the RFQ.
- LabVIEW/instrument-automation SMEs with experience controlling mass spectrometers and lab peripherals.
- USGS laboratory domain knowledge and prior USGS/DOI performance history for credibility.
- Onsite training capability at Denver, CO and ability to deliver maintainable documentation per PWS.
Competitive position
- Not applicable; Trace is not eligible to prime this Small Business set-aside under NAICS 541511.
Bid/No bid factors
- Set-aside ineligibility for Trace as a prime (Total Small Business; $34M size standard vs. Trace ~$49M revenue).
- Requirement is outside Trace’s documented core competencies (specialized LabVIEW/instrument-control development).
- Key solicitation sections (full PWS, evaluation criteria) only partially reviewed due to file size limits.
- SCA wage determination applies; noncompliance could affect eligibility and pricing.
Documents
Download all
Attachment_1_-_DOL_Wage_Determination_2015-5419_0001.pdf
Download
Partially reviewed: Too large
DOL wage determination (file name: 2015-5419) for Colorado localities; selected sections 1 and 3 were reviewed only due to file size (processing_mode: section_slices, review_status: partially_reviewed). The extracted text shows locality listings (Colorado counties including Denver and surrounding counties), long occupation/wage tables, and contract-level clauses including Executive Order requirements and paid sick leave guidance; full wage table and all sections were not reviewed.
- Document: DOL Wage Determination (2015-5419) — appears to apply to Colorado localities (selected sections reference Colorado counties; Denver is listed).
- Review limitation: partially reviewed (only section_1_of_5 and section_3_of_5 extracted); file marked too_large — full wage rates and complete locality/occupational tables may be missing.
- Contains long occupational listings and wage-rate rows (many occupations enumerated), indicating Service Contract Act style wage determinations that affect labor cost and compliance.
- Includes Executive Order and contractor obligations language requiring paid sick leave and minimum wage adjustments tied to the wage determination — relevant to contract compliance and pricing.
- Text explicitly references 'service contract' and wage-setting language (applicable wage rate per hour and weekly/monthly caps), confirming applicability to service contracts rather than construction/Davis-Bacon.
- Place-of-performance/locality detail matters for fringe/wage rates (Colorado counties named: garbled but include Denver, Adams, Arapahoe, Broomfield, Clear Creek, Douglas, Elbert, Gilpin, Jefferson — full list not fully extracted).
- Because this is a wage determination, bidders must price to meet listed wage/fringe obligations and EO paid-sick-leave clauses — impacts cost and compliance scoring.
Sol_140G0226Q0021_Amd_0001.pdf
Download
Amendment to RFQ 140G0226Q0021 (effective 04/21/2026) for “LABVIEW SOFTWARE BRAND NAME OR EQUAL DEVELOPMENT/TRAINING SERVICES” for the USGS Denver Argon Geochronology Lab (DAGL) in Denver, CO; primary purpose of this amendment is to include the correct Wage Determination PDF. The solicitation is issued as a Request for Quotations under FAR Part 12 (commercial) and Part 13.1 (simplified procedures), is a Small Business set-aside (NAICS 541511, $34M size standard), and requires SAM registration and acknowledgement of the amendment prior to the solicitation closing.
- Solicitation/RFQ number: 140G0226Q0021; amendment published 04/21/2026 (Amendment 0001).
- Requirement: "LABVIEW SOFTWARE BRAND NAME OR EQUAL DEVELOPMENT/TRAINING SERVICES" — development and training services for LabVIEW at USGS Denver Argon Geochronology Lab (DAGL), Denver, CO (place of performance).
- Acquisition type: RFQ using FAR Part 12 (commercial) and Part 13.1 (simplified acquisition) — commercial item procedures and simplified evaluation/award policies apply.
- Set-aside: Small Business Set-Aside; NAICS 541511 (Custom Computer Programming Services); size standard $34.0M.
- Administrative: Requires active SAM registration (FAR 52.204-7) and formal acknowledgment of this amendment prior to receipt deadline; guidance for how to acknowledge amendment included.
- Amendment purpose: to include the correct Wage Determination (PDF) — implies Service Contract Act/locality wage requirements that affect labor rates and compliance/costs.
- Solicitation clauses and provisions current through FAC 2026-01 — indicates updated federal clauses to review for compliance.
- Issuing office: USGS OAG Denver Acquisition Branch (address in document) — source contracting office and mailing/address info for submission/acknowledgement.
- Document indicates commercial-solicitation form SF 30 language and standard amendment administrative instructions — no technical spec detail beyond title in this extract.
Sol_140G0226Q0021.docx
Download
Partially reviewed: Too large
Partially reviewed solicitation (sections 1 and 15 of 28) for USGS Denver Argon Geochronology Lab requiring development of a customized LabVIEW (or equivalent) software application for automation of mass spectrometers and peripheral hardware, including application architecture, programming, and training. The extract shows standard FAR/DOI clauses, IT/security/accessibility requirements, evaluation factors, basis for award, and electronic submission instructions. Review was limited due to file size (selected sections only).
- Customer: USGS, Denver Argon Geochronology Lab (DAGL), Denver, CO.
- Scope: Develop customized automation software modules in LabVIEW or equivalent for automated operation of mass spectrometers and peripherals (e.g., valves, lasers); includes overall application architecture, programming, and training of lab staff.
- Desired outcome: Maintainable, transparent calculations and documentation to enable lab staff to update/maintain after training.
- Technical context: DAGL moved away from Macintosh/closed-source 'Mass Spec' tool and found open-source 'Pychron' insufficient—implies need for robust, supported environment.
- Leverages: Intends to build on existing customized LabVIEW deployments in similar USGS labs (Denver Noble Gas lab, Moffett Argon Lab) — potential incumbency/teaming/knowledge transfer opportunity.
- Contracting details visible: TOC lists Performance Work Statement, Evaluation Factors, Basis for Award, Quotation Instructions, Electronic Submission requirement, and Questions cutoff.
- Compliance & security: Document references FISMA IT security requirements, Section 508 accessibility, IPv6, wage determination, and multiple FAR/DOI clauses (e.g., 52.212-4, 52.212-5, 52.219-1 Small Business representations, 52.204-24/26 telecom prohibitions).
- Procurement type implications: Solicitation includes evaluation factors and basis for award (selection not visible in extracted sections) and contains recent clause updates (e.g., 52.212-5 MAR 2026 deviation), indicating up-to-date compliance requirements.
- Review limitation: Only sections 1 and 15 were extracted; full PWS, evaluation criteria, deliverable schedule, place of performance, and performance period not available in the reviewed slices.
Sol_140G0226Q0021.pdf
Download
Partially reviewed: Too large
Partially-reviewed RFQ (sections 1 and 16 of 31 extracted) for “LabVIEW Software Brand Name or Equal” development, training, and maintenance support for the USGS Denver Argon Geochronology Lab (RFQ 140G0226Q0021). Solicitation is a Total Small Business Set-Aside (NAICS 541511), anticipated firm-fixed-price award with a base period 05/18/2026–05/17/2027 and option year(s); includes line items for development (monthly FFP), basic training (FFP), and an option year for maintenance support. Document contains FAR clauses and flow-down requirements (security/supply-chain prohibitions, small business utilization, labor standards); SAM registration and vendor compliance requirements noted. Review is partial due to large file; remaining sections not extracted.
- RFQ identifier: 140G0226Q0021 (USGS OAG Denver Acquisition Branch)
- Opportunity title: "LabVIEW SOFTWARE BRAND NAME OR EQUAL DEVELOPMENT/TRAINING SERVICES" for Denver Argon Geochronology Lab (DAGL), Denver, CO
- Set-aside: Total Small Business Set-Aside (FAR 19.5); NAICS: 541511 (Custom Computer Programming Services); size standard $34.0M
- Due date/time: 2026-05-05 at 14:30 (noted in doc as 05/05/2026 1430 MD)
- Anticipated award type: Firm-fixed-price; Period of performance (base): 05/18/2026–05/17/2027; includes option year line item(s) for maintenance support
- Line items: 00010 (LabVIEW or equivalent software development services — firm-fixed monthly price), 00020 (LabVIEW basic training — firm-fixed price), 00030 (Option Year One maintenance support)
- Place of performance: USGS Denver Argon Geochronology Lab (DAGL), Denver, CO
- Procurement procedures: FAR Part 12 (commercial), FAR Part 13.1 (simplified procedures); RFQ uses Standard Form 18
- Vendor requirements: Active SAM registration required (FAR 52.204-7)
- Key FAR clauses / flow-downs present in extracted section: 52.203-13, 52.203-17, 52.203-19, 52.204-23 (Kaspersky prohibition), 52.204-25 (Section 889 telecom/video surveillance prohibition), 52.204-27 (ByteDance prohibition), 52.204-30 (FASCS prohibition), 52.219-8 (Utilization of Small Business Concerns), labor and service contract clauses (e.g., 52.222-41, 52.222-54), 52.217-9 Option to Extend Term of Contract
- Contracting office / POC: USGS OAG Denver Acquisition Branch (MS 973, Box 25046, Denver Federal Center); listed contact: Lisa Williams, 303-236-9327
- Solicitation admin notes: Government terms and conditions prevail; clause incorporation by reference (52.252-2) and FAC 2026-01 referenced
- Document review limitation: only sections 1 and 16 of 31 were extracted due to file size (marked 'too_large' / 'partially_reviewed') — additional details (SOW/PWS, evaluation criteria, pricing structure, security/classification requirements) may be in unreviewed sections
Technical details
Entry: sync
Review status: Up to date
Logical upstream opportunity: 46235
Notice lineage:
- a217b6ce9df748e584bf79951ceb1942 (posted 2026-04-21) - current
- 2fb3e305d30a427ab1e1c8bc59df27da
- 3f42489220474de39902d12a14e6f62a
Last synced: 2026-04-21T18:25:08.150309+00:00
Last analyzed: 2026-04-21T18:27:45.201861+00:00
Latest package fingerprint: 640f846491b5c44c881c12c9143ddf6fd17eec5f7b8e23cf7aa4af0477b65948
Latest package notice: a217b6ce9df748e584bf79951ceb1942
Latest package documents: 4
Evidence limitations- Attachment_1_-_DOL_Wage_Determination_2015-5419_0001.pdf: partially reviewed (too large)
- Sol_140G0226Q0021.docx: partially reviewed (too large)
- Sol_140G0226Q0021.pdf: partially reviewed (too large)
- 2026-04-21T18:25:08.152224+00:00: a217b6ce9df748e584bf79951ceb1942 with 4 docs
Labels
Human notes
No human notes yet.