Platform CTD Winch in accordance with Salients
ID: 140G0125Q0080Type: Solicitation
Overview

Buyer

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

NAICS

Fabricated Structural Metal Manufacturing (332312)

PSC

WINCHES, HOISTS, CRANES, AND DERRICKS (3950)

Set Aside

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

    The U.S. Geological Survey (USGS) is seeking proposals for the acquisition of a Platform CTD Winch system, designed for use in profiling submersible instrument packages. The winch must meet specific requirements, including being powered by a 24VDC battery or solar power, featuring a slip-ring for uninterrupted cable rotation, and capable of autonomous control via MODBUS or similar protocols, while also being constructed from corrosion-resistant materials suitable for brackish aquatic environments. This procurement is critical for supporting environmental monitoring and research efforts, with a submission deadline for bids set for March 17, 2025. Interested small businesses classified under NAICS 332312 are encouraged to contact Imani Tillman at itillman@usgs.gov for further details and to ensure compliance with the outlined specifications and evaluation criteria.

    Point(s) of Contact
    Tillman, Imani
    itillman@usgs.gov
    Files
    Title
    Posted
    The document outlines the specifications for a Platform CTD Winch system intended for the profiling of submersible instrument packages, as requested by the U.S. Geological Survey (USGS). Key requirements include a winch system powered by a 24VDC battery or solar power, equipped with a slip-ring for uninterrupted cable rotation, and the ability for autonomous control via MODBUS or similar protocols. The winch should be constructed from corrosion-resistant materials suitable for brackish aquatic environments, with a drum diameter of 10 inches and a load capacity of at least 125 kg. Additional specifications entail a maximum size of 20” W x 24” D x 20” H, with performance metrics including a cable payout speed of at least 4 m/min, and a power consumption rate of no more than 20.5 Watt-hr for specified cable operation cycles. Post-delivery, USGS will conduct inspections and performance tests within 14 days to ensure compliance with the stated requirements. This document serves as a Request for Proposal (RFP), highlighting the government's need for a specialized winch system to support environmental monitoring and research efforts.
    The document is a Request for Proposal (RFP) detailing the acquisition of a custom marine winch for an autonomous profiling platform by the U.S. Geological Survey (USGS). The RFP specifies that the solicitation is open for bids until March 17, 2025, and is fundamentally set aside for small businesses, particularly focusing on those classified under the North American Industry Classification Standard (NAICS) 332312 for winches and similar equipment. The document outlines the submission requirements for potential offerors, including pricing, delivery timelines within 30 days post-order, and inclusion of technical specifications for products proposed as equivalents to the specified brand name. Also mentioned are various compliance clauses, including payment terms and contractor expectations regarding invoicing via the U.S. Department of Treasury's Invoice Processing Platform. Key evaluation criteria include technical approach, capability, and price, prioritizing bids that offer the best value. The document emphasizes adherence to provisions ensuring fair labor practices and the use of American-made products.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Remote Control System for ADCP IAW Salients
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking proposals for a Remote Control System for Acoustic Doppler technology, specifically designed for TRDI SP Float and TRDI RR/RP Float (Trimaran) applications. The procurement aims to enhance the operational capabilities of Acoustic Doppler Current Profilers (ADCPs) by converting flotation devices into unmanned surface vehicle (USV) systems, requiring components such as thrusters, communication modules, and remote controls with specific performance criteria. This acquisition is a total small business set-aside, with a Request for Quote (RFQ) anticipated to be issued on or about March 11, 2025, and written quotes due by March 17, 2025, at 9:00 AM EDT. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Imani Tillman at itillman@usgs.gov.
    19--BOATS, MOTOR, AND TRAILERS
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking quotes for the procurement of boats, motors, and trailers, specifically under the combined synopsis/solicitation notice number 140G0225Q0036. The procurement includes a requirement for three boat hauls, outboard motors, and corresponding trailers, with options for additional equipment contingent on available funding, emphasizing the importance of these assets for enhancing operational capabilities. This opportunity is set aside for small businesses under NAICS Code 336612, which pertains to boat building, and proposals will be evaluated based on the lowest price that meets the technical requirements outlined in the solicitation. Interested vendors must submit their quotes by March 17, 2025, and can direct inquiries to Janice Moye at jmoye@usgs.gov.
    66--BUILD AND INSTALL SONDE
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking proposals from small businesses for the construction and installation of a seismic sonde at the San Andreas Fault Observatory at Depth (SAFOD) in California. The procurement aims to develop a new seismic instrument that addresses previous operational failures and enhances data collection capabilities, with key deliverables including the assembly of a seismometer package designed to withstand high pressure and temperature conditions, along with installation support and thorough testing of geophones and optical fibers. This initiative underscores the importance of specialized scientific equipment in advancing geological research and monitoring. Proposals are due by March 24, 2025, with the performance period scheduled from April 1 to May 31, 2025; interested parties should direct inquiries to Victor Nuno at vnuno@usgs.gov or call 916-278-9442.
    WINCH BOAT, DAVIT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the refurbishment of the Allied Systems CT-5 boat davit winch, identified by stock number 2030-01-505-1581 and part number 49396. The procurement involves opening, inspecting, reporting, and potentially overhauling four units of the winch, which are critical components used in the U.S. Coast Guard's Medium Endurance Product Line. Contractors must adhere to stringent quality management practices, including thorough inspections, modifications, and comprehensive documentation of repair findings, while ensuring compliance with specific packaging and marking standards to protect the equipment during transit. Interested vendors must submit their quotes by March 18, 2025, and direct any inquiries to Nina Crosby at Nina.M.Crosby@uscg.mil.
    Reverse Osmosis System
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking quotations for a Reverse Osmosis (RO) System, with a delivery deadline set for April 15, 2025. The procurement includes specific requirements such as a 150-gallon holding tank, filtration capabilities, a water softening system, and additional equipment necessary for water purification, along with warranty, installation, and training services. This system is crucial for ensuring high-quality water supply for various analytical and research purposes within the agency. Quotations must be submitted by March 18, 2025, to Margaret Hewitt via email, and the contract will be awarded based on the lowest priced, technically acceptable offer, emphasizing compliance with federal acquisition regulations. Interested parties can reach out to Karen La Bouff-Kind at klabouff-kind@usgs.gov or by phone at 303-236-9315 for further inquiries.
    Purchase of Galvanized Steel Wire for PMEL
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking quotations for the purchase of 50 reels of galvanized steel wire rope, which will be utilized by the Pacific Marine Environmental Laboratory (PMEL). The procurement requires that the wire meet stringent technical specifications suitable for deployment with NOAA’s mooring systems, and it must be delivered by April 30, 2025, with early delivery preferred. This initiative is categorized as a total Small Business Set-Aside, emphasizing the government's commitment to supporting local businesses while adhering to the "Buy American-Supplies" regulation, which mandates verification of domestic manufacture. Interested offerors must submit their quotations electronically by March 14, 2025, and can contact Stephanie Mas at STEPHANIE.MAS@NOAA.GOV or 303-578-6768 for further information.
    J--Marport Net Mensuration System Upgrade
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the upgrade of the Marport Net Mensuration System. This procurement aims to enhance the capabilities of the existing system, which is crucial for measuring and testing electrical signals in marine environments. The goods and services sought are vital for ensuring accurate data collection and analysis in NOAA's oceanographic research and monitoring efforts. Interested small businesses are encouraged to reach out to Crystina R. Jubie at CRYSTINA.R.JUBIE@NOAA.GOV or call 206-526-6036 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    78--PERSONAL FLOTATION DEVICE IAW SALIENTS
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking proposals for the procurement of Personal Flotation Devices (PFDs) to enhance safety for field personnel working near water bodies. The required PFDs must be specifically Mustang Survival part no. MD3183 T3, featuring USGS branding and compliance with ANSI 107 standards, including fluorescent yellow-green color and retroreflective material as per regulatory guidelines. This procurement is critical for ensuring the safety of personnel engaged in field activities, aligning with federal safety requirements. Interested vendors should note that the deadline for submitting quotes has been extended to March 14, 2025, and must contact Jean Walsh at jwalsh@usgs.gov or 703-648-7381 for further inquiries.
    39--SUPPORT,WINCH
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the procurement of support winches, classified under the NAICS code 333923, which pertains to Overhead Traveling Crane, Hoist, and Monorail System Manufacturing. This opportunity is set aside for small businesses, as indicated by the Total Small Business Set-Aside designation under FAR 19.5, and aims to fulfill critical materials handling equipment needs for military operations. Interested vendors are encouraged to direct any inquiries regarding this solicitation to the buyer listed in the solicitation document, which can be accessed via the DLA's DIBBS platform. The procurement process is expected to follow standard timelines, and potential bidders should ensure they are prepared to meet the requirements outlined in the solicitation.
    RFI for Market Research, Winch, Drum, Hand Ope, NSN: 3950-01-134-3794 and 3950-01-134-3795
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Detroit, is conducting a Request for Information (RFI) to identify potential vendors for the manufacturing of hand-operated winches, designated by NSNs 3950-01-134-3794 and 3950-01-134-3795. This RFI aims to gather insights on the capabilities, qualifications, and experience of interested businesses, particularly small and service-disabled veteran-owned enterprises, in delivering these specific items, which are crucial for various military applications. Responses will inform the government's acquisition strategy, and all submissions must be sent to Haley Bruns at haley.r.bruns.civ@army.mil by March 18, 2025, at 3:00 PM EST, with the understanding that no costs will be reimbursed for responses as this is solely for market research purposes.