Underwater Camera
ID: 140G0125Q0226Type: Solicitation
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

CAMERAS, MOTION PICTURE (6710)

Set Aside

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

    The U.S. Geological Survey (USGS) is seeking qualified vendors to provide an underwater camera system, specifically a Rayfin Single Channel Inspection Camera and associated accessories, to enhance its Sea Bed Observation Sediment Sampling System at the Woods Hole Coastal & Marine Science Center in Massachusetts. This procurement aims to improve digital seafloor mapping of U.S. nearshore coastal and inland waterways, which is vital for research on coastal erosion, storm response, and sediment transport. The contract is set aside for small businesses, with offers due by September 16, 2025, and an anticipated award date of September 18, 2024. Interested parties must be registered in the System for Award Management (SAM) and can direct inquiries to Rafael Anderson at rlanderson@usgs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Geological Survey (USGS) Woods Hole Coastal & Marine Science Center (WHCMSC) requires a Rayfin Single Channel Inspection (SCI) Camera, Aquorea Mk3 LED lamps/strobes, and MantaRay Parallel Lasers to upgrade its Sea Bed Observation Sediment Sampling System. This procurement aims to enhance digital seafloor mapping of U.S. nearshore coastal and inland waterways using high-definition, position, and time-tagged photographs and video. The system is crucial for USGS research on coastal erosion, evolution, storm response, offshore resources, and sediment transport. The Rayfin SCI Camera system offers integrated control, power, and cost savings by combining LED and strobe functions. Key requirements include 7-13 Watts 24 Vdc power, Ethernet control, 12.3MP CMOS sensor, 4.52mm f/2.0 lens, 81-degree field of view, 15cm to infinity focus, 4K live video, JPEG stills, 2 Hz continuous stills, NTP clock source, NMEA 0182/2000 data logging, integrated tilt/roll sensor, 500-meter depth rating, and specific lamp/strobe/laser outputs.
    This government Request for Proposal (RFP) (Solicitation Number 140G0125Q0226) is issued by the USGS OAG Reston Acquisition Branch for commercial items, specifically underwater camera equipment and related accessories, including a Rayfin MK2 Underwater Camera, Aquorea LED Strobe Lamp, Cable Splice, and Mantaray Dot Laser, or their equivalents. The solicitation is unrestricted with a NAICS code of 334511 and a 100% small business set-aside. Offers are due by September 16, 2025, at 09:00 AM EDT. The document outlines detailed instructions for offerors, contract terms and conditions, and federal acquisition regulations (FAR) clauses, including those related to invoicing, payment, and supply chain security. Key clauses cover F.o.b. Destination, System for Award Management (SAM) registration, and
    Lifecycle
    Title
    Type
    Underwater Camera
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    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.
    SINGLE-AXIS TILT SENSORS IAW SALIENTS
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide Single-Axis Tilt Sensors and associated cable assemblies as outlined in Solicitation Number 140G0126Q0005. The procurement requires the delivery of five Jewell Instruments tilt sensors with specific technical characteristics, including a +/- 60-degree tilt limit and a sealed housing, along with five 80 ft. power/data connector cables, to be delivered to the Hydrologic Instrumentation Facility in Tuscaloosa, AL within 30 days of order receipt. This acquisition is critical for hydrological instrumentation and monitoring, ensuring compliance with federal standards and regulations. Interested vendors must submit their quotes by December 8, 2025, and direct any questions to Cynthia Nicanor at cnicanor@usgs.gov before December 4, 2025.
    Video Probe Wand
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency Maritime - Portsmouth, is seeking quotations for a Video Probe Wand, specifically the brand name from Waygate Technologies, under a 100% Small Business Set-Aside. This procurement aims to acquire a critical analytical laboratory instrument that is essential for compatibility with existing equipment at the Portsmouth Naval Shipyard. Interested vendors must submit their quotes by December 16, 2025, at 3:00 PM EST, with a required delivery date of May 1, 2026. For further inquiries, potential offerors can contact Stephen Smith at Stephen.1.Smith@dla.mil.
    Southeast Fisheries Observer Programs
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through a total small business set-aside contract. The procurement involves providing qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts, with a focus on compliance with various regulations. This indefinite delivery indefinite quantity contract has a maximum order limit of $24,837,381.52 and includes both Firm Fixed Price and Time and Materials components, with a performance period spanning five years from April 1, 2026, to March 31, 2031. Interested parties should direct inquiries to Carina Topasna at Carina.Topasna@noaa.gov, and must submit past performance questionnaires by January 10, 2026, at 2:00 PM Pacific time.
    RODMETER,UNDERWATER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of underwater rodmeters. This contract requires the manufacture and supply of rodmeters that meet specific military standards, including compliance with MIL-STD packaging and government source inspection. These navigational instruments are critical for various defense applications, ensuring operational readiness and effectiveness in underwater environments. Interested vendors must submit their quotes electronically to Brian J. Cawley at BRIAN.J.CAWLEY2.CIV@US.NAVY.MIL, including detailed pricing, delivery timelines, and proof of authorization as a distributor. The solicitation emphasizes a firm-fixed price structure and requires responses within a specified timeframe.
    Stern tube/ Dive Inspection
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for a stern tube and dive inspection of the USCGC RESOLUTE, scheduled to take place from December 15 to December 19, 2025, in St. Petersburg, Florida. The contractor will be responsible for conducting a thorough underwater inspection of the propulsion shaft bearings, focusing on diagnosing noise and vibration issues, and must adhere to safety protocols and communication requirements as outlined in the Statement of Work. Interested contractors must submit their firm fixed price proposals, including detailed cost breakdowns and compliance with federal regulations, by December 10, 2025, at 12:00 PM EST, to Mr. Cornelius Claiborne via email. For further inquiries, potential offerors may contact Mr. Claiborne or Contracting Officer Patricia Fremming.
    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.
    76--GPSC5 Amendment Five Request for Qualifications
    Buyer not available
    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.
    B--US Geological Survey (USGS) Landsat Next Mission Operations Center (MOC) Inform
    Buyer not available
    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.