OTT HYDROMET EQUIPMENT REPAIRS AND MAINTENANCE
ID: 140G0125Q0036Type: Solicitation
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
  1. 1
    Posted Jan 21, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Feb 3, 2025, 1:00 PM UTC
Description

The U.S. Geological Survey (USGS) is seeking proposals for maintenance and repair services for OTT Hydromet equipment, essential for hydrologic data collection across various monitoring sites. The contract will cover a range of tasks from April 1, 2025, to March 31, 2030, including visual inspections, diagnostic testing, and repairs of pressure sensors, rain gauges, and data loggers, which are critical for effective water resource management. This initiative underscores the importance of maintaining a reliable hydrologic data collection network, ensuring operational integrity and safety for environmental monitoring equipment. Interested vendors must submit their quotations via email to Jean Walsh at jwalsh@usgs.gov by February 3, 2025, with the anticipated award date set for March 15, 2025.

Point(s) of Contact
Files
Title
Posted
Jan 21, 2025, 8:04 PM UTC
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.
Jan 21, 2025, 8:04 PM UTC
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.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
66--VERTICAL PROFILER
Buyer not available
The U.S. Geological Survey (USGS) intends to issue a sole source award for a vertical profiler to YSI Integrated Systems & Solutions, located in St. Petersburg, Florida, for use at the Oklahoma Water Science Center in Shenandoah, Texas. This procurement is essential for maintaining data continuity and comparability across a network of monitoring stations that utilize multiparameter meters, which are critical for analyzing water quality over time. The contract is anticipated to be awarded on April 21, 2025, with a delivery date set for 30 days after receipt of the order. Interested parties may submit capability statements to Jenna Dunning at jmdunning@usgs.gov by 4:30 PM ET on April 18, 2025, and must be registered at https://www.sam.gov/portal/public/SAM/ to be eligible for the award.
66--hydraulic rams (qty 160)
Buyer not available
The U.S. Geological Survey (USGS) is seeking proposals for the acquisition of 160 hydraulic rams to support its laboratory operations. The procurement requires specific technical specifications, including maximum operating pressure, stroke, and material compatibility to ensure integration with existing systems. These hydraulic rams are critical for enhancing the USGS's research capabilities, and the solicitation encourages full and open competition among vendors. Interested contractors must submit firm, fixed-price quotes by April 24, 2025, at 1700 PD, and should direct inquiries to Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330. Compliance with federal regulations, including registration in the System for Award Management (SAM), is mandatory for all bidders.
Turner Designs C6P Submersible Fluorometer System
Buyer not available
The U.S. Geological Survey (USGS), part of the Department of the Interior, is seeking to procure a Turner Designs C6P Submersible Fluorometer System, specifically on a brand name only basis, to be delivered to the California Water Science Center in Sacramento, CA. This acquisition is essential for maintaining data continuity at the Sulfur Bank Mercury Mine Superfund site, as the fluorometer will replicate the specifications of existing devices to ensure consistent data quality for ongoing environmental monitoring efforts. Interested vendors must submit their quotes via email by April 21, 2025, with the anticipated contract award date set for May 5, 2025. For further inquiries, potential bidders can contact Imani Tillman at itillman@usgs.gov.
UAS GP RADAR, MOUNT & ACCESSORIES
Buyer not available
The U.S. Department of the Interior, through the U.S. Geological Survey (USGS), is seeking quotes for a Ground Penetrating Radar (GPR) system to be mounted on an Alta X uncrewed aerial system (UAS) for environmental data collection in remote areas of the Upper Mississippi River. This procurement aims to enhance existing data collection techniques by providing a specialized GPR unit that meets specific technical specifications and performance criteria outlined in the solicitation. The initiative reflects the government's commitment to advancing technological capabilities for scientific research, particularly in environmental monitoring. Interested vendors must submit their detailed quotes by the specified deadline, and all inquiries should be directed to Travis Herberholz at therberholz@usgs.gov.
66--CA-LODI FWO-NOTUS G700AP15 HYDROPHONE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is soliciting quotes for an Omni Portable Trawl Hydrophone and a Trawlmaster Command Unit or an equivalent product, with the aim of enhancing their aquatic monitoring capabilities. The procurement is intended for a Firm-Fixed Price Contract, emphasizing fair pricing and best value for the government, with a required delivery date set for May 15, 2025, and a performance period from April 15, 2025, to May 15, 2025. This equipment is crucial for effective wildlife management and research, supporting the agency's mission to conserve fish and wildlife resources. Interested vendors must be registered in the System for Award Management (SAM) and submit their quotes via email by April 17, 2025, following the recent amendment that dissolved the Small Business Set-Aside designation, allowing all responsible bidders to participate. For further inquiries, potential contractors can contact Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
J--MRG LISST-ABS SENSORS SERVICING
Buyer not available
The Department of the Interior's Bureau of Reclamation is planning to award a sole-source contract for the servicing of two LISST-ABS sensors to Sequoia Scientific, Inc. This procurement aims to secure maintenance and repair services for specialized instruments used to measure suspended sediment concentrations in the Rio Grande, which are critical for effective water management. The estimated cost for these services is $3,090, and the contract is expected to span five months from the award date, ensuring timely data collection. Interested parties can reach out to Ronda Lucero at rlucero@usbr.gov or by phone at 505-462-3650 for further information.
FACILITIES SUPPORT SERVICES
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide Facilities Maintenance Services, including HVAC and Building Control Systems, at the Western Fisheries Research Center in Seattle, WA. The procurement encompasses a base year of service with two optional renewal years, emphasizing the importance of maintaining operational efficiency in government-owned facilities. Interested contractors must submit their quotes electronically by April 30, 2025, and are required to adhere to the Service Contract Labor Standards Wage Determination, which mandates minimum wage rates and benefits for workers. For further inquiries, contact Elizabeth Adam at eadam@usgs.gov or (916) 278-9441.
66--SOLE SOURCE PICARRO GAS ANALYZER POHLMA
Buyer not available
The U.S. Geological Survey (USGS) intends to award a non-competitive purchase order to Picarro, Inc. for a G2201-I cavity ring-down spectrometer (CRDS) and associated accessories, which are essential for analyzing methane and CO2 concentrations as well as stable carbon isotope ratios. This equipment is critical for projects aimed at characterizing natural gas from petroleum systems and living ecosystems, highlighting its importance in environmental and geological studies. Interested vendors should note that this opportunity is not open for competitive quotations, and responses must be submitted via email to Dayna Parkin at dparkin@usgs.gov by April 17, 2025, at 12:00 PM Pacific Daylight Time, with the anticipated award date set for April 25, 2025. Vendors must also be registered at https://sam.gov/content/home to be eligible for the purchase order.
41--NWHC CHILLER PURCHASE
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified contractors for the procurement and installation of two 170-ton chillers at its National Wildlife Health Center in Madison, WI. This project aims to enhance the cooling capabilities of the Tight Isolation Building (TIB) by providing redundant cooling systems, which are crucial for maintaining optimal environmental conditions for wildlife health research. Contractors will be responsible for all aspects of the project, including manufacturing, installation, site inspections, and thorough commissioning and testing of the chilled water system, ensuring compliance with project specifications and site conditions. The solicitation (140G0225R0012) is expected to be available around April 30, 2025, and interested parties can contact Philip Robinson at probinson@usgs.gov for further information.
Teledyne CARIS Software Annual Maintenance
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking information from potential vendors for the annual maintenance renewal of Teledyne CARIS software utilized by the Office of Coast Survey (OCS). This procurement aims to secure software packages, software assurance, an Enterprise Licensing Agreement, and associated maintenance services essential for processing hydrographic survey data, which is critical for various maritime stakeholders, including the U.S. Navy and Coast Guard. The maintenance contract will span five years, from October 1, 2025, through September 30, 2030, ensuring NOAA has the necessary tools and support to fulfill its maritime responsibilities while adhering to security regulations. Interested vendors must submit their qualifications and capabilities by April 24, 2025, and can contact Whitney Weireter or Nicole Lawson for further information.