66--BUILD AND INSTALL SONDE
ID: 140G0325Q0052Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFFICE OF ACQUISITON GRANTSSACRAMENTO, CA, 95819, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

GEOPHYSICAL INSTRUMENTS (6655)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Geological Survey (USGS) is seeking proposals from small businesses for the construction and installation of a seismic sonde at the San Andreas Fault Observatory at Depth (SAFOD) in California. The procurement aims to develop a new seismic instrument that addresses previous operational failures and enhances data collection capabilities, with key deliverables including the assembly of a seismometer package designed to withstand high pressure and temperature conditions, along with installation support and thorough testing of geophones and optical fibers. This initiative underscores the importance of specialized scientific equipment in advancing geological research and monitoring. Proposals are due by March 24, 2025, with the performance period scheduled from April 1 to May 31, 2025; interested parties should direct inquiries to Victor Nuno at vnuno@usgs.gov or call 916-278-9442.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to a solicitation for a Request for Quotations (RFQ) numbered 140G0325Q0052, pertaining to the modification of a contract issued by the U.S. Geological Survey (USGS) in Sacramento, CA. The amendment primarily updates the closing date for the submission of offers from March 22 to March 24, 2025. It outlines the procedures for acknowledging receipt of this amendment, clarifying that failure to do so may result in the rejection of offers. The amendment specifies the period of performance for the associated contract, set from April 1 to May 31, 2025, and instructs offerors to direct any questions to the contracting officer, Victor Nuno. Overall, the document serves to ensure that all stakeholders are informed of the updated timelines and procedures necessary for compliance with the solicitation's requirements, maintaining transparency and accountability in the federal contracting process.
    The U.S. Geological Survey (USGS) issued a Request for Quotation (RFQ) 140G0325Q0052 for a seismic sonde to be installed at the San Andreas Fault Observatory at Depth (SAFOD) in California. This RFQ, aimed exclusively at small businesses, outlines the technical specifications for constructing a new seismic instrument that addresses previous operational failures and enhances data collection capabilities. The period of performance is scheduled from April 1, 2025, to May 31, 2025. Key deliverables include assembling a seismometer package capable of withstanding high pressure and temperature conditions, installation support, and thorough testing of the geophones and optical fibers to ensure data integrity. Proposals must include technical drawings to demonstrate compliance with specifications, and all correspondence must be handled via email. The document stipulates that non-compliance with submission requirements could result in proposal disqualification, with evaluation based on price and past performance. This RFQ exemplifies government efforts to procure specialized scientific equipment while actively supporting small business participation in federal contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    D--SOFTWARE SUPPORT-earthquake monitoring and data pr
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking proposals from qualified small businesses for a federal contract focused on software support for earthquake monitoring and data distribution services. The contract, which spans five years from April 1, 2025, to March 31, 2030, aims to maintain and enhance various software systems integral to the Advanced National Seismic System (ANSS), ensuring effective monitoring and response capabilities for seismic events. This initiative is critical for advancing public safety and scientific inquiry related to earthquakes, with a minimum order of $70,000 and a maximum contract value not to exceed $5 million. Interested parties must submit their proposals by March 24, 2025, and can direct inquiries to Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330.
    Y--TRENCHING EXCAVATION
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide trenching excavation services as part of a construction project aimed at investigating a potentially active fault in Mason County, Washington. The project involves excavating two trenches, each approximately 80 feet long and up to 10 feet wide, to study the underlying stratigraphy for earthquake history analysis, with additional tasks including tree removal and site restoration. This opportunity is critical for enhancing the understanding of seismic risks in the region, with a total estimated budget capped at $25,000 and a performance period scheduled from May 1, 2025, to August 31, 2025. Interested contractors must submit their proposals electronically by March 20, 2025, and can contact Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330 for further information.
    H--Scanning Electron Microscope - maintenance service and support TESCAN USA, INC
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking to negotiate a purchase order for maintenance service and support for a Scanning Electron Microscope (SEM) from Tescan USA, Inc. This procurement aims to establish a preventative maintenance renewal service contract to ensure the SEM operates at factory specifications, minimizing downtime due to mechanical and electronic failures. The contract is critical for maintaining the functionality of the SEM, which is essential for the Volcano Science Center's research activities in Menlo Park, CA. Interested parties may submit capability statements via email to Joahnne Ongjoco at jongjoco@usgs.gov by March 14, 2025, at 12:00 PM Eastern; no hardcopy submissions will be accepted.
    Remote Control System for ADCP IAW Salients
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking proposals for a Remote Control System for Acoustic Doppler technology, specifically designed for TRDI SP Float and TRDI RR/RP Float (Trimaran) applications. The procurement aims to enhance the operational capabilities of Acoustic Doppler Current Profilers (ADCPs) by converting flotation devices into unmanned surface vehicle (USV) systems, requiring components such as thrusters, communication modules, and remote controls with specific performance criteria. This acquisition is a total small business set-aside, with a Request for Quote (RFQ) anticipated to be issued on or about March 11, 2025, and written quotes due by March 17, 2025, at 9:00 AM EDT. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Imani Tillman at itillman@usgs.gov.
    Next Generation Fathometer
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center, is preparing to procure the Next Generation Fathometer (NGF), which includes a SONAR Sounding Set comprising a SONAR receiver-transmitter, mounting equipment, remote indicators, and associated technical documentation. This procurement is critical for enhancing naval capabilities in underwater detection and navigation, aligning with the needs of the Navy's operational requirements. The anticipated solicitation number is N0025325R7005, with a planned contract award date of August 27, 2025, under a Firm-Fixed-Priced Indefinite Delivery/Indefinite Quantity (IDIQ) structure, promoting full and open competition. Interested parties should submit proposals electronically by the specified deadlines and may contact Michael Beadle or Terrell Burt for further inquiries regarding the procurement process.
    Reverse Osmosis System
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking quotations for a Reverse Osmosis (RO) System, with a delivery deadline set for April 15, 2025. The procurement includes specific requirements such as a 150-gallon holding tank, filtration capabilities, a water softening system, and additional equipment necessary for water purification, along with warranty, installation, and training services. This system is crucial for ensuring high-quality water supply for various analytical and research purposes within the agency. Quotations must be submitted by March 18, 2025, to Margaret Hewitt via email, and the contract will be awarded based on the lowest priced, technically acceptable offer, emphasizing compliance with federal acquisition regulations. Interested parties can reach out to Karen La Bouff-Kind at klabouff-kind@usgs.gov or by phone at 303-236-9315 for further inquiries.
    HIGH-TEMP INDUSTRIAL CONVECTION OVEN W/ INSTALL
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking proposals for the acquisition of a high-temperature industrial convection oven to support trace contaminants research at the Columbia Environmental Research Center in Columbia, MO. The oven must meet specific technical specifications, including a heating capability of at least 450 degrees Celsius and a minimum interior volume of 5.8 cubic feet, along with installation and training services to be provided on-site after delivery. This procurement is crucial for replacing a failed laboratory equipment piece, ensuring reliable functionality for ongoing research and effective training for USGS personnel. Interested vendors must submit their quotes by March 24, 2025, and all correspondence should be directed to Susan Ruggles at sruggles@usgs.gov. The contract is a firm fixed-price agreement, set aside for small businesses under NAICS code 333994.
    Purchase of EPOCH 650 Ultrasonic Flaw Detector
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the purchase of 20 units of the EPOCH 650 Ultrasonic Flaw Detector, a critical tool for ensuring the safety and integrity of their aviation operations. This procurement is a brand-name requirement, necessitating that all items be sourced from Evident Scientific, Inc., with strict traceability and certification requirements to ensure compliance with federal standards. The anticipated award date for this firm-fixed price contract is on or about March 24, 2025, with offers due by March 21, 2025, at 2:30 p.m. Eastern Time. Interested vendors should submit their quotations via email to Stacey M. Riggs and William Swinson II, ensuring adherence to all specified terms and conditions outlined in the solicitation documents.
    R--Recon and Data Collection Walrus Aggregation
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide reconnaissance and data collection services for walrus aggregation mapping in the northern Bering and Chukchi Seas. The objective of this procurement is to gather real-time data on walrus locations to assess the impact of declining sea ice on Pacific walrus populations, which is critical for wildlife management and conservation efforts. Contractors will be responsible for conducting reconnaissance operations, ensuring data accuracy, and submitting timely reports, with the performance period scheduled from June 2 to June 25, 2025, and a final summary report due by June 30, 2025. Interested small businesses must submit their proposals by March 6, 2025, and can direct inquiries to Joel Berberena at jberberena@usgs.gov.
    Interferometric Displacement Measuring System & Accessories
    Buyer not available
    The Department of Energy, through the Brookhaven National Laboratory, is seeking proposals for the procurement of an Interferometric Displacement Measuring System and associated accessories. This procurement aims to enhance the laboratory's capabilities in analytical measurements, necessitating compliance with stringent quality assurance standards, including ISO 9001, and proper handling of sensitive materials. The successful contractor will be responsible for ensuring operational reliability and adherence to safety regulations, with a focus on delivering high-quality products and documentation. Interested vendors should contact Malen Valencia at mvalencia@bnl.gov for further details regarding the solicitation process.