Coastal Imaging Systems
ID: 140G0325Q0077Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

VIDEO RECORDING AND REPRODUCING EQUIPMENT (5836)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 7:00 PM UTC
Description

The U.S. Geological Survey (USGS) is seeking quotes for the procurement of two Coastal Imaging Systems, specifically designed for commercial and service industry machinery manufacturing. The systems will enhance coastal imaging capabilities and are required to meet specific technical specifications, including options for AC-powered units and various cable lengths. This procurement is set aside for small businesses under NAICS code 333310, with the evaluation method based on the Lowest Price Technically Acceptable (LPTA) criteria. Interested vendors must submit their quotes electronically by April 14, 2025, at 12:00 PM PT, and can direct inquiries to Contract Specialist Liz Adam at eadam@usgs.gov or (916) 278-9441.

Point(s) of Contact
Adam, Elizabeth
(916) 278-9441
(916) 278-9339
eadam@usgs.gov
Files
Title
Posted
Apr 9, 2025, 6:07 PM UTC
The document outlines the representations required from offerors in federal contracts regarding telecommunications and video surveillance services or equipment, as mandated by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. Offerors must confirm if they provide or use "covered telecommunications equipment or services," defined as those potentially compromising national security. This includes a prohibition on procuring services that employ such equipment after specified dates. Offerors are required to disclose details about any covered equipment or services they might offer, including manufacturer and description, as well as the proposed use and compliance with prohibitions. The accompanying representation forms necessitate verification of whether the offeror uses covered services as part of their federal contract performance, ensuring compliance with federal regulations. This document is crucial for maintaining government procurement integrity concerning telecommunications equipment, aligning with RFP procedures and grant requirements.
Apr 9, 2025, 6:07 PM UTC
The government document outlines deviations related to greenhouse gas emissions disclosure and sustainable procurement as per Executive Order 14148 and associated federal regulations. It establishes criteria for offerors regarding the public disclosure of greenhouse gas emissions and their reduction goals, particularly for those who received $7.5 million or more in federal contracts in the previous fiscal year. The document also elaborates on definitions of sustainable products and services, including biobased and recovered materials, and outlines requisite purchasing mandates. The sustainable products must conform to established standards such as ENERGY STAR® and EPA-designated water-efficient products. Contractors are tasked with ensuring compliance with these sustainable purchasing requirements, incorporating them into government contracts, and providing necessary resources. The Green Procurement Compilation (GPC) serves as a guide for contractors to identify applicable purchasing programs. This initiative reflects the government’s commitment to sustainability and environmental responsibility within federal procurement processes.
Apr 9, 2025, 6:07 PM UTC
The document outlines solicitation provisions and commercial clauses for the federal government's Request for Proposal (RFP) 140G0325Q0077, specifically related to coastal imaging systems. It incorporates references to various solicitation provisions, including requirements for telecommunications equipment and representations concerning contractor certifications. Key provisions include criteria for the inclusion of "brand name or equal" products and the evaluation method for offers, which is based on the Lowest Price Technically Acceptable (LPTA) criteria. Contractors are also mandated to utilize the U.S. Department of the Treasury's Invoice Processing Platform (IPP) for payment requests. Important sections cover compliance with federal regulations, such as prohibitions against using covered telecommunications services and equipment. The document even specifies the salient characteristics required for the imaging systems, including technical specifications for hardware, imaging capabilities, and data formats. The purpose of this document is to establish clear guidelines and requirements for vendors participating in the RFP process, ensuring compliance with federal laws and enhancing clarity in contractor expectations, ultimately aiming to optimize procurement efficiency and safety in the development of coastal imaging systems.
Apr 9, 2025, 6:07 PM UTC
The document outlines Amendment 1 to solicitation 140G0325Q0077 issued by the US Geological Survey (USGS), pertaining to the procurement of two Coastal Imaging Systems. This amendment provides answers to vendor inquiries, clarifies requirements such as the acceptability of AC-powered systems alongside solar solutions, and specifies adjustments to power cable lengths. The anticipated due date for quotes has been extended to April 14, 2025, at 12:00 PM. Vendors must submit their offers electronically, including a technical description of their products and compliance with solicitation specifications. The primary evaluation criteria will be based on the Lowest Price Technically Acceptable (LPTA). Additionally, the solicitation emphasizes the requirement for registration in the System for Award Management (SAM), along with the necessity for amendments to be signed and included with submissions. This procurement effort is set aside for small businesses within the commercial machinery manufacturing sector, specifically categorized under NAICS code 333310. The solicitation aims to ensure compliance with federal procurement regulations while also fostering competition among small businesses.
Apr 9, 2025, 6:07 PM UTC
The document is a Request for Quotations (RFQ) from the U.S. Geological Survey (USGS) for the procurement of two Coastal Imaging Systems. The procurement falls under the Commercial and Service Industry Machinery Manufacturing category, focusing on video recording and reproducing equipment. The RFQ outlines requirements, including a set deadline for submissions and specific technical specifications, such as camera quality and imaging capabilities. Key details include that the project is a small business set-aside, with the evaluation method being Lowest Price Technically Acceptable (LPTA). Quotes must be submitted electronically by April 8, 2025, following specific guidelines for technical descriptions and compliance with the Buy American Act. The RFQ emphasizes the importance of thorough documentation, including detailed descriptions and compliance certifications, before submission. Overall, this solicitation underscores the government's initiative to enhance coastal imaging technology while fostering small business participation.
Lifecycle
Title
Type
Coastal Imaging Systems
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
ACOUSTIC TRANSMITTERS
Buyer not available
The U.S. Geological Survey (USGS) is seeking bids for the procurement of Juvenile Salmonid Acoustic Telemetry Systems, specifically 2,000 new acoustic transmitters, as outlined in Request for Quotation (RFQ) number 140G0325Q0088. The equipment must meet detailed technical specifications and be delivered in multiple phases, with the first 400 units required by July 1, 2025, and subsequent deliveries due by September 1 and October 20, 2025. This procurement is crucial for scientific research and environmental management, particularly in the study of juvenile salmonid populations. Interested vendors must submit their quotations, including a signed SF 18 form and technical documentation, by May 2, 2025, and may direct inquiries to Yangzhi Deng at yangzhideng@usgs.gov by April 29, 2025.
UCI SEDIMENT BOAT ENGINE REPLACEMENT
Buyer not available
The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking quotations from qualified small businesses for the replacement of the engine on the UCI Sediment boat. The project aims to replace the current underpowered Yamaha 200 HP jet engine with a more robust 250 HP propeller engine, which includes necessary installations for hydraulic steering and modern gauges to enhance operational safety and performance. This procurement is critical for ensuring the boat's functionality in sediment operations, and the contract period is estimated from May 20, 2025, to August 31, 2025. Interested vendors must submit their quotations, along with required documentation, by April 30, 2025, and direct any inquiries to Yangzhi Deng at yangzhideng@usgs.gov by April 23, 2025.
66--CENTURY GEOPHYSICAL DRAW WORKS
Buyer not available
The Department of the Interior, specifically the U.S. Geological Survey, is planning to award a non-competitive purchase order to Century Geophysical LLC for the acquisition of a new electric skid and miscellaneous geophysical equipment. This procurement is essential for the Lower Mississippi-Gulf Water Science Center, as the equipment is proprietary to Century Geophysical and necessary for the transfer to a new geophysical logging truck. The anticipated contract will be firm fixed-price, with a delivery date set for 90 days after receipt of the order, and interested parties are encouraged to submit inquiries to Rafael Anderson at rlanderson@usgs.gov. It is important to note that this notice is for informational purposes only and does not constitute a request for competitive proposals.
M--FACILITIES SUPPORT SERVICES
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide Facilities Support Services, specifically focused on HVAC and building control systems maintenance at the Western Fisheries Research Center in Seattle, WA. The procurement includes a base year of service with two optional renewal years, emphasizing the need for technical expertise in maintaining complex systems, including the Siemens Desigo building management system and various HVAC equipment. This opportunity is crucial for ensuring the operational efficiency of the facility, which comprises six buildings and requires compliance with federal wage determinations and labor standards. Interested parties must submit their quotes by May 5, 2025, and direct any questions to Elizabeth Adam at eadam@usgs.gov by April 30, 2025.
EASY LASER XT770
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of an EASY-LASER XT770 shaft alignment system, which is essential for maintaining operational efficiency in their fleet. The requirement includes one unit of the specified laser system, with delivery expected by May 21, 2025, and all shipments must adhere to strict packaging and labeling standards to ensure protection during transit. This procurement is part of a total small business set-aside initiative, emphasizing the importance of compliance with federal regulations, including those related to telecommunications and supply chain security. Interested vendors must have an active registration in SAM.gov and are encouraged to contact Erica Perry at erica.l.perry@uscg.mil or Shannon Carter at shannon.r.carter@uscg.mil for further details.
Repair of Interface Unit, Data
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking quotations for the repair of Interface Unit, Data, under solicitation number 70Z03825QH0000055. The procurement involves a requirement for three units, with an option to increase the quantity by an additional three units within a year, emphasizing the need for technical expertise and compliance with federal standards. This initiative is crucial for maintaining the operational readiness of essential equipment used by the USCG. Interested vendors must submit their quotations by May 6, 2025, at 12:00 PM Eastern Standard Time, with anticipated award notifications expected around May 9, 2025. For inquiries, contact Angela Watts at Angela.L.Watts@uscg.mil or the procurement office at D05-SMB-LRS-Procurement@uscg.mil.
V091674345T700 47QSSC25Q0075 Microscope
Buyer not available
The General Services Administration (GSA) is seeking qualified small businesses to provide a high-priority purchase order for a Microscope and associated components, as outlined in solicitation number 47QSSC25Q0075. This procurement is a total small business set-aside under NAICS code 333310, requiring vendors to supply new, brand name or equal items, including specific part numbers and quantities, with delivery expected within 30 calendar days after receipt of order. The awarded contract will be based on the lowest price technically acceptable (LPTA) criteria, and all quotes must be submitted electronically by May 9, 2025, at 5:00 PM ET to the designated contacts, Tracy Harper and Nicole Williams, whose emails are provided in the solicitation.
KIT, UPGRADE, THRUSTER DRIVE C
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center, is seeking quotes for the procurement of ten "KIT, UPGRADE, THRUSTER DRIVE C" units. This solicitation requires vendors to adhere to strict specifications regarding delivery, packaging, and labeling, with a mandatory delivery date set for April 25, 2025, and no substitutions allowed without prior approval. The goods are essential for maintaining operational capabilities within the Coast Guard fleet, emphasizing the importance of compliance with military packaging standards and quality assurance protocols. Interested vendors must submit their quotes by April 30, 2025, and ensure they are registered in SAM.gov; for further inquiries, they can contact Daniel J. Nieves or Stephanie Garity via the provided email addresses.
Hyperspectral Imaging System Purchase
Buyer not available
The Department of Defense, specifically the Engineer Research and Development Center (ERDC) Cold Regions Research and Engineering Laboratory (CRREL), is seeking quotes for the purchase of a hyperspectral imaging system with shortwave-infrared capabilities, to be delivered to Hanover, New Hampshire. This procurement aims to acquire a single system essential for conducting sub-surface soil studies in extreme environmental conditions, requiring specifications such as a shortwave infrared range of 1.0 – 2.5 micrometers and an operating temperature range of -20 to +40 degrees Celsius. The selected vendor will be awarded a purchase order based on the lowest priced, technically acceptable offer, with all submissions due electronically by May 7, 2025. Interested small businesses must be registered in the System for Award Management (SAM) and can direct inquiries to William Rawe or Kim Roberson via their provided email addresses.
S&P OIL AND GAS DATABASE
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking proposals for access to an Oil and Gas Database, including associated applications and software, under solicitation number 140G0225R0010. The primary objective is to obtain updated well history and production data essential for energy assessment missions, with a performance period spanning five years from May 30, 2025, to May 29, 2030, and options for contract renewal. This procurement is critical for ensuring efficient data retrieval and analysis, utilizing software tools like Enerdeq and Kingdom to provide real-time updates and detailed geological reporting. Interested vendors must adhere to Federal Acquisition Regulations (FAR) and submit proposals to the contracting officer, Mary (Beth) Wilson, at bwilson@usgs.gov, with all requirements outlined in the solicitation document.