J--OTT HYDROMET EQUIPMENT REPAIRS AND MAINTENANCE
ID: 140G0125Q0036Type: Presolicitation
AwardedSep 24, 2025
$1.3M$1,300,000
AwardeeOTT HydroMet Corp 22400 DAVIS DR STE 100 Sterling VA 20164 USA
Award #:140G0125D0014
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The U.S. Geological Survey (USGS) is seeking proposals for maintenance and repair services for OTT Hydromet equipment, crucial for hydrologic data collection at various monitoring sites across the nation. The contract encompasses a range of services including evaluations, calibrations, and repairs of hydrometric sensors and systems, with a performance period extending from April 1, 2025, to March 31, 2030. This initiative is vital for maintaining over 7,500 stream gages and 12,500 groundwater and water quality monitoring sites, ensuring the integrity of water resource management and environmental monitoring efforts. Interested vendors must submit their quotations via email by June 16, 2025, and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a detailed schedule of maintenance and repair services for OTT Hydromet equipment, detailing specific tasks, labor, and evaluation requirements. Each entry corresponds to different types of equipment such as CBS Bubblers, PLS, Pluvio, OTT sensors, and modems. The tasks include evaluations, calibrations, repairs, and standard labor fees, highlighting the types of parts and labor included, organized under the unit price and description structure. The timeline indicates these services are scheduled from December 2025 to December 2029, with specific service periods for ongoing maintenance. This document serves as a procurement guide for federal, state, and local agencies seeking proposals (RFPs) for equipment servicing, emphasizing the importance of reliable functioning of various hydrometric sensors and systems. The structured presentation aims to facilitate the request for services pertaining to critical environmental monitoring equipment, ensuring compliance and performance consistency over several years.
    The U.S. Geological Survey (USGS) is seeking proposals for maintenance and repair services of OTT Hydromet hydrologic equipment, crucial for data collection at various gaging stations nationwide. The service is vital for the upkeep of over 7,500 stream gages and 12,500 groundwater and water quality monitoring sites, enabling effective management of water resources. The project outlines the need for repairs on various OTT Hydromet devices, including pressure sensors, rain gages, and data loggers, emphasizing that repairs often exceed the capabilities of USGS technicians due to harsh operating conditions. Vendors will provide estimates for repair services, which must include detailed descriptions of defect issues and costs, needing government approval within specified timelines. The document details the vendor's responsibilities, including quarterly reporting of repair activities and ensuring that repaired equipment meets manufacturer specifications backed by a warranty. Transport of equipment for repairs is expected to be included in the vendor's responsibilities, and completion of repairs should ideally occur within 30 days of approval. This RFP reflects the USGS goal of maintaining a reliable hydrologic data collection network, showcasing the federal focus on water resource management and environmental monitoring.
    The document outlines maintenance and repair tasks for various sensor and communication equipment utilized by OTT Hydromet, focusing on essential procedures such as visual inspections, diagnostic testing, component repairs, and sensor evaluations. It delineates tasks spanning from April 2025 to March 2030, detailing unit prices and the types of sensors and mechanical assemblies covered, including pressure sensors, radar systems, and data collection devices. Key tasks include electronic component replacement, functional checks, cleaning, and calibration, indicating a comprehensive schedule for equipment upkeep. This document serves as a Request for Proposal (RFP) or grant application, specifying the requirements for service providers and underscoring the importance of maintaining operational integrity and safety for environmental monitoring equipment owned by federal or local entities. Proper maintenance is crucial to ensure accurate data collection and support for water quality and hydrological studies.
    The document is an amendment to a request for proposals (RFP) concerning a government contract. It primarily outlines modifications to the terms of the solicitation, including extending the closing date for offers to June 16, 2025, and changing the contract type from Fixed-Price to Indefinite Quantity with Fixed-Price and Time-and-Materials task orders. Key changes also involve adjustments to contract start and end dates and updates to several regulatory clauses. The amendment requires contractors to acknowledge receipt to ensure their offers are not rejected. Notably, the document incorporates multiple Federal Acquisition Regulation (FAR) clauses relevant to commercial product and service contracts, ensuring compliance with existing laws and regulations. Additional provisions include stipulations regarding performance obligations, payment structures, and government oversight. Ultimately, this amendment seeks to create a framework for contractors offering equipment maintenance and repairs, while integrating legal and administrative safeguards necessary for federal contracts. This document exemplifies the procedural complexities inherent in federal procurement and emphasizes the adherence to regulatory compliance within government contracting.
    The document outlines the Request for Proposal (RFP) for the maintenance and repair of OTT Hydromet equipment for the U.S. Geological Survey (USGS). The contract specifies the delivery of services from April 1, 2025, to March 31, 2030, and includes a detailed Statement of Work, which encompasses various repair and maintenance tasks. The RFP emphasizes the importance of compliance with federal regulations, including those related to small businesses, service-disabled veteran-owned businesses, and other socio-economic categories. It also includes provisions regarding payment methods and invoicing via the Department of Treasury's Invoice Processing Platform. Additionally, the document details clauses from the Federal Acquisition Regulation (FAR) regarding the contractor's responsibilities, including obligations under the Defense Priorities and Allocations System. The structure includes sections for offeror details, solicitation terms, and specific clauses that govern the contract's execution and compliance ensuring transparency and accountability in the awarding process. Overall, this document articulates the government’s requirements and conditions for prospective contractors to provide effective services for hydrometric equipment maintenance.
    Similar Opportunities
    GA99 SITE OPERATOR-USGS NATIONAL TRENDS NETWORK
    Interior, Department Of The
    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.
    Acoustic Doppler System IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide an Acoustic Doppler System in accordance with specified salients, to be delivered to West Sacramento, CA. The procurement requires a geophysical instrument, specifically a Nortek Aquadopp Profiler and HR Mode, which must meet detailed technical specifications including a three-beam configuration, operational acoustic frequency of 2 MHz, and various internal sensors. This acquisition is crucial for the USGS's water resource management and monitoring efforts, with the Request for Quote (RFQ) scheduled to be issued on December 11, 2025, and quotes due by December 17, 2025, at 11:00 AM ES. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov before the question deadline.
    CA-LODI FISH AND WILDL-NOTUS EQUIPMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a Notus Omni Portable Trawl Hydrophone and a Notus Command Unit, essential equipment for the EDSM Trawl Mensuration Study. The hydrophone, with specific technical requirements, and the command unit are critical for effective trawling operations, enabling wireless communication with trawl sensors. Interested vendors must submit their Firm Fixed Price quotes by 10:00 AM on December 17, 2025, via email to Carter Duke at carterduke@fws.gov, with the anticipated award date set for one day after the solicitation closes. All submissions must comply with federal acquisition regulations and include delivery to Lodi, CA, within 30 days of order receipt.
    GNSS Receiver and Accessories IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide GNSS receivers and accessories in accordance with specified salients for the Pennsylvania Water Science Center. The procurement involves the delivery of brand-name or equal drafting, surveying, and mapping instruments, specifically Trimble GNSS receivers and controllers, to be completed within 30 days of the purchase order. This equipment is crucial for various scientific and environmental monitoring applications, enhancing the USGS's capabilities in data collection and analysis. Interested vendors must submit their quotes electronically by December 16, 2025, at 11:00 AM ES, and are encouraged to direct any questions to Cynthia Nicanor at cnicanor@usgs.gov before December 15, 2025. Registration at SAM.gov is required for contract award eligibility.
    Remote Control Systems for ADCP's IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide Remote Control Systems for Acoustic Doppler Current Profilers (ADCPs) as outlined in solicitation RFQ 140G0126Q0011. The procurement requires "Brand Name or Equal" remote control kits for Teledyne RDI River Pro/River Ray and StreamPro ADCPs, which must be delivered to the USGS Caribbean-Florida Water Science Center in Tampa, FL, within 30 days of order receipt. These systems are crucial for converting ADCPs into unmanned surface vehicles, enhancing data collection capabilities in aquatic environments. Interested vendors must submit their quotes by December 15, 2025, at 11:00 AM EST, and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov. All bidders must be registered at SAM.gov to be eligible for contract award.
    Remote Control Systems for ADCP's IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking bids for the procurement of Remote Control Systems for Acoustic Doppler Current Profilers (ADCPs) as part of a total small business set-aside initiative. The requirement includes the delivery of three Stork, SRS-RP/RR Remote Control Kits designed for Teledyne RDI RiverPro/RiverRay Trimaran Boats, with a delivery timeline of 30 days from the issuance of the purchase order. These systems are crucial for enhancing the functionality of ADCPs, allowing them to operate as unmanned surface vehicles with specific performance characteristics, including a maximum speed of 9.5 ft/sec and a communication range of at least 300 ft. Interested vendors must submit their quotes by December 15, 2025, at 11:00 AM EST, and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov. The anticipated award date for the contract is December 30, 2025, and all bidders must be registered with the System for Award Management (SAM) to be eligible for contract award.
    B--US Geological Survey (USGS) Landsat Next Mission Operations Center (MOC) Inform
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to support the Landsat Next Mission Operations Center (MOC) through a Special Notice procurement. The primary objective is to ensure effective management of the Landsat satellite operations, which includes telemetry and command, orbit dynamics, data processing, and archive management, all critical for monitoring Earth's surface changes. This initiative is vital for maintaining a robust observational system that aligns with federal interests in environmental monitoring and data acquisition. Interested parties can contact Christopher Kuhn at ckuhn@usgs.gov or by phone at 703-648-7378 for further details regarding this opportunity.
    Rotary Screw Trap
    Interior, Department Of The
    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.
    Z--HVAC SERVICES - CONTE ANDROMOUS FISH LAB
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide annual preventative maintenance and routine repair services for the Heating, Ventilation, and Air Conditioning (HVAC) system at the Conte Anadromous Fish Research Laboratory in Turners Falls, Massachusetts. The contract includes a base year and four optional one-year extensions, with services required to ensure the efficient operation of various HVAC systems, including boilers and air handlers, as outlined in the Statement of Work. This procurement is a total small business set-aside under NAICS code 238220, with a size standard of $19 million, and the award will be based on the Lowest Price Technically Acceptable criteria. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Susan Ruggles at sruggles@usgs.gov.
    76--GPSC5 Amendment Five Request for Qualifications
    Interior, Department Of The
    The Department of the Interior, through the United States Geological Survey (USGS), is seeking qualified architect-engineer firms for the Geospatial Product and Services Contract v5 (GPSCv5), which involves Indefinite Delivery Indefinite Quantity (IDIQ) contracts for professional mapping services across the U.S. and its territories. The procurement aims to award up to ten contracts, with a total not-to-exceed value of $850 million, focusing on services such as remotely sensed data acquisition, high-resolution topographic and geophysical data, and emergency response capabilities. This initiative is crucial for enhancing geospatial data services and ensuring effective management of large-scale mapping projects. Interested firms must submit their qualifications using the SF330 form by January 14, 2026, and can direct inquiries to Trisha Beals at GPSC5@usgs.gov.