Acoustic Doppler System IAW Salients
ID: 140G0126Q0016Type: Solicitation
AwardedJan 16, 2026
$28.5K$28,527
AwardeeNORTEKUSA, INC BOSTON MA USA
Award #:140G0126P0031
Overview

Buyer

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

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

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 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.

    Point(s) of Contact
    Nicanor, Cynthia
    703648
    703648
    cnicanor@usgs.gov
    Files
    Title
    Posted
    The document outlines the salient characteristics for an Acoustic Doppler Current Profiling (ADCP) System, likely for a federal procurement or grant. Key requirements for the ADCP system include a self-contained, broadband, three-beam configuration with a right-angled head, operational acoustic frequency of 2 MHz, and concurrent measurement functionality for velocity profiles plus waves. It must have a water velocity sampling frequency of at least 1 Hz, a profiling range capability up to 10 m, and a user-selectable velocity range from 1.0 to 5.0 m/s. The system needs internal batteries, built-in temperature, compass, tilt, and pressure sensors with specified accuracies, 16 GB internal logging, and RS422 communication. Physical specifications include a maximum size of 80mm x 634mm, weight of 2,721g, corrosion-resistant housing, 500m depth rating, and an operating temperature range of -5 to 40°C. Additionally, the system must include a pulse-coherent mode capable of velocity profiling up to 4m with a user-selectable cell size of 0.01 to 0.13m, and 256 cells.
    The U.S. Geological Survey (USGS) Office of Acquisition and Grants outlines mandatory IT security guidelines for contractors in this FISMA 18-Point Checklist. These requirements, applicable to COTS hardware/software, custom application development/maintenance, and outsourced/on-site IT services, are incorporated into Statements of Work. Key areas covered include background investigations, non-disclosure agreements, mandatory annual security training, and immediate notification of personnel changes. Contractors must adhere to DOI's System Development Life Cycle (SDLC), NIST Special Publications, and FIPS standards for asset valuation, security categorization, and certification & accreditation. The document also addresses property rights for software, independent verification and validation, internet logon banners, incident reporting, quality control (malicious code), annual self-assessments, vulnerability analysis, and contingency plans. Compliance with these security controls is essential for all contractors accessing or managing USGS IT systems and data.
    This government Request for Quotation (RFQ) (Solicitation Number 140G0126Q0016) is for the procurement of "BRAND NAME OR EQUAL" geophysical instruments, specifically a Nortek Aquadopp Profiler and HR Mode. The acquisition is unrestricted, with a NAICS code of 334511 and a 100% small business size standard. Key dates include an issue date of December 11, 2025, and an offer due date of December 17, 2025, at 11:00 AM ES. The U.S. Geological Survey (USGS) is the issuing office, and the items are to be delivered to West Sacramento, CA, within 30 days of order receipt. Offerors must provide product specifications with their submission. The RFQ incorporates various FAR clauses, including those related to System for Award Management (SAM) registration, prohibitions on certain hardware and software, and electronic invoicing through the Invoice Processing Platform (IPP).
    Similar Opportunities
    Loading similar opportunities...