Discharge Measurement Computer IAW Salients
ID: 140G0125Q0132Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUSITION GRANTS-NATIONALRESTON, VA, 20192, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)

Set Aside

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

    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide discharge measurement computers in accordance with specified salients for delivery to Tuscaloosa, AL. The procurement aims to enhance hydrological data collection by acquiring equipment that meets stringent specifications, including compatibility with various current meters, substantial storage capabilities, and robust operational features such as an IP65 rating and a minimum battery life of 10 hours. This initiative is critical for maintaining the integrity of USGS's monitoring programs, ensuring efficient and accurate hydrological assessments. Interested vendors must submit their quotes by August 6, 2025, with the anticipated contract award date set for September 1, 2025. For inquiries, contact Cynthia Nicanor at cnicanor@usgs.gov.

    Point(s) of Contact
    Nicanor, Cynthia
    703648
    703648
    cnicanor@usgs.gov
    Files
    Title
    Posted
    The USGS Hydrologic Instrumentation Facility in Tuscaloosa, AL is seeking to procure discharge measurement computers to gather water velocity data from various mechanical current meters. The equipment must conform to strict specifications, including compatibility with multiple meter types, storage capabilities for up to 30 complete cross sections with 60 vertical measurements each, and a minimum display quality of 16 lines by 20 characters. The devices should also possess an IP65 rating for enclosure, user-selectable audible tones, a battery life of at least 10 hours, and a wide operating temperature range. Additional requirements include customizable meter specifications, memory for 10 meters, and ASCII data transfer capability via USB. Essential accessories such as current meter cables and a protective carrying case must be included. This procurement is aligned with the necessity to maintain and enhance hydrological data collection processes integral to the USGS's monitoring programs. The document reflects federal interests in efficient, durable, and technologically capable hydrological equipment products.
    The FISMA 18-Point Checklist outlines IT security guidelines pertinent to contractors working with the U.S. Geological Survey (USGS). It serves as a framework incorporated into contracts related to the development, maintenance, and support of IT systems. Key requirements include background investigations, non-disclosure agreements, security training, incident reporting, and personnel notifications upon employee changes. Contractors must also adhere to standards set by the Department of the Interior (DOI) and NIST guidelines concerning security categorization, certification, and accreditation of IT systems. Notably, any work conducted outside the U.S. requires a proper security plan. The checklist aims to protect sensitive data and ensure compliance with federal security standards, focusing on safeguarding privacy and maintaining the integrity of USGS systems while facilitating contractor responsibilities in IT services. Overall, it emphasizes rigorous training, access controls, incident management, and ongoing assessments to mitigate security vulnerabilities effectively.
    The document outlines a Request for Proposal (RFP) for the procurement of a laboratory equipment and supplies – specifically, an AQUACALC PRO+ Discharge Measurement System. It provides essential details such as the solicitation number, issue date, and integral codes relating to administrative aspects. The RFP emphasizes the importance of compliance with various Federal Acquisition Regulation (FAR) clauses, which guide the terms of the contract, including payment procedures and delivery requirements, and highlights the need for adherence to specifications and standards. The contractor must submit an offer that includes a unique entity identifier, price details, and a technical description of the offered product. Furthermore, it incorporates provisions regarding the prohibition of using certain telecommunications equipment, ensuring that the government procures secure and compliant equipment. The document serves as a formal invitation for bids and a structure for ensuring regulation adherence through stipulated clauses, ultimately aiming to procure essential laboratory technology while aligning with federal guidelines for procurement processes. Overall, the RFP reflects the government's commitment to maintaining high standards and transparency in contracting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    GA99 SITE OPERATOR-USGS NATIONAL TRENDS NETWORK
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking a contractor to operate the GA99 site as part of the National Trends Network, focusing on the collection of water quality samples in Tift County, Georgia. The contractor will be responsible for collecting weekly precipitation samples, performing laboratory measurements, and shipping samples to the Wisconsin State Laboratory of Hygiene, adhering to specific protocols outlined in the NTN Site Operations Manual. This procurement is critical for monitoring environmental trends and ensuring data integrity, with a contract period of one year plus four option years, and a total small business set-aside under NAICS code 541990. Interested vendors must submit their quotes by December 16, 2025, and can contact Susan Ruggles at sruggles@usgs.gov for further information.
    UNIVERSAL DAQ SYSTEM
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking quotations for a brand-name DEWESoft Universal Data Acquisition System (UDAS). This procurement is set aside for small businesses and requires a system that can accommodate unique testing protocols and instrumentation for both laboratory and field use, with modular expansion capabilities. The acquisition includes specific components such as the DEWESoft Data Acquisition system (SIRIUS-R8-SYSTEM), various channel modules, and necessary cables, with delivery expected within 24 weeks of award to Denver, Colorado. Interested vendors should contact Kelly Cook at kcook@usbr.gov or by phone at 303-445-3395 for further details.
    Bullet Camera
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified vendors to provide 57 Axis Communications M2036-LEWH Network Bullet Cameras as part of a total small business set-aside contract. The procurement aims to enhance the agency's hydrologic instrumentation capabilities, requiring cameras that meet specific technical specifications for outdoor use, including high-resolution imaging and robust environmental ratings. Interested vendors must ensure compliance with various federal regulations and security guidelines, with the solicitation expected to be issued on December 5, 2025, and quotes due by December 12, 2025. For further inquiries, vendors can contact Rafael Anderson at rlanderson@usgs.gov.
    Rotary Screw Trap
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.
    H--Scanning Electron Spectrometer (SEM) service contract
    Buyer not available
    The U.S. Geological Survey (USGS) intends to award a service contract for the maintenance and support of its TESCAN MIRA4 Scanning Electron Microscope (SEM) located in Anchorage, Alaska. This contract will encompass routine maintenance, software upgrades, and access to field engineers for unforeseen malfunctions, ensuring the SEM remains operational and meets Quality Management System (QMS) standards. The service contract includes priority support, certified software updates, annual preventative maintenance, and coverage for unscheduled maintenance visits, with a performance period from December 12, 2025, to November 30, 2026. Interested parties may submit capability statements via email to Tracy Huot at thuot@usgs.gov by December 10, 2025, at 10:00 AM PDT, as no hardcopy submissions will be accepted.
    68--Ricca Chemical Company Brand Name or Equal
    Buyer not available
    The U.S. Geological Survey (USGS) is conducting a Sources Sought Notice to identify firms capable of supplying pH buffer solutions, conductivity standards, and deionized water for the National Water Quality Laboratory (NWQL). These materials are essential for maintaining consistency in environmental water sampling and testing programs, which are critical for the USGS's monitoring of water quality trends across the nation. Interested firms must provide detailed information about their products, including compliance with the Buy American Act, and submit their responses by December 9, 2025, at 2:30 p.m. (MST) to Lisa Williams at ldwilliams@usgs.gov. This notice is for market research purposes only and does not constitute a request for proposals or guarantee a contract award.
    REVERSE OSMOSIS WATERMAKER
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of two Reverse Osmosis Watermakers, essential for the operation of the 154' Fast Response Cutter. The requirement includes specific packaging and preservation standards in accordance with MIL-STD-2073-1E, emphasizing that standard commercial packaging is unacceptable. This procurement is critical for ensuring the availability of potable water for Coast Guard operations, and the contract will be awarded based on the lowest price technically acceptable offer. Interested vendors must submit their quotations by December 10, 2025, at 10:00 AM Eastern Standard Time, and should direct inquiries to Donna Scandaliato at donna.m.scandaliato@uscg.mil or by phone at 410-762-6259.
    USCGC WAESCHE RO SYSTEM PARTS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide parts for the Reverse Osmosis (RO) System on the USCGC Waesche, which has been experiencing issues with reliable water production. The procurement includes the supply of specific parts identified from a prior assessment, along with the requirement for two technicians to install these parts and accompany the Cutter during its shakedown to verify repairs. This opportunity is critical for maintaining the operational readiness of the vessel, ensuring it can produce potable water effectively. Interested vendors must submit their quotations by 0800 Pacific Time on December 10, 2025, and must be enrolled in the System for Award Management (SAM) prior to contract issuance. For further inquiries, vendors can contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.
    Buoy Services Wave Data Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure Buoy Services Wave Data Renewal from the University of California San Diego, Scripps Institute of Oceanography, Coastal Data Information Division. This procurement is aimed at renewing a sole-source contract for continuous measurement of ocean conditions on the Sea Range, which is critical for accurately portraying conditions for live-fire test programs. The selected vendor will ensure the quality, accuracy, reliability, and schedule of the data provided. Interested firms that believe they can meet these requirements may submit a written response referencing solicitation number N6893626Q5039 within five days of this notice, and must be registered in the System for Award Management (SAM) database to engage in federal contracting.
    CERC A3 Boiler Upgrade
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the CERC A3 Boiler Upgrade project at the Columbia Environmental Research Center in Columbia, MO. The project involves the removal of existing non-condensing boilers, a circulating pump, and a storage tank, followed by the installation of efficient, modulating, condensing boilers, a new recirculation pump, and a storage tank, along with necessary controls. This upgrade is critical for enhancing the energy efficiency of the facility, which serves as a research laboratory. The solicitation is a 100% Total Small Business set-aside, with a contract value estimated between $25,000 and $100,000, and quotes are due by December 19, 2025. Interested vendors must register at SAM.gov and can direct inquiries to Kimberly Schneider at krschneider@usgs.gov.