MI-LUDINGTON BS-AQUACALC 5000 COMPUTER
ID: 140F1G25Q0029Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, IT GOODSFalls Church, VA, 22041, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

IT AND TELECOM - NETWORK: SATELLITE AND RF COMMUNICATIONS PRODUCTS (HW, PERPETUAL LICENSE SOFTWARE) (7G22)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 10:00 PM UTC
Description

The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the procurement of four Aquacalc 5000 computers, which are essential for measuring stream discharge. These electronic data logging devices are designed to enhance the efficiency of stream flow measurements, replacing traditional methods and improving scientific measurement capabilities in environmental management. The delivery of the devices is required by May 9, 2025, with quotations due by April 16, 2025, and interested small businesses are encouraged to participate. For further inquiries, potential bidders can contact John Skogen at Jack_Skogen@fws.gov or by phone at 612-713-5210.

Point(s) of Contact
Skogen, John
(612) 713-5210
(303) 236-4791
Jack_Skogen@fws.gov
Files
Title
Posted
Apr 9, 2025, 1:09 PM UTC
The U.S. Fish and Wildlife Service (FWS) has issued a Request for Quotations (RFQ) for the procurement of four Aquacalc 5000 computers intended for stream discharge measurements. The RFQ outlines specifications for the AquaCalc 5000, an electronic data logging device compatible with USGS Price-type current meters. It provides functionalities to measure and calculate stream flow efficiently, replacing traditional measurement methods. The delivery of the devices is required by May 9, 2025, with a stated period of performance running from April 17, 2025, to the delivery date. The RFQ emphasizes that quotations should be submitted no later than April 16, 2025, to the specified address in Falls Church, VA. The document also notes that quotations submitted are not binding offers and may not lead to a contract for supplies or services. The proposal encourages participation from small businesses and states that products offered should originate from domestic sources unless indicated otherwise. This RFQ exemplifies federal procurement processes aimed at enhancing scientific measurement capabilities within environmental management, reflecting the government's commitment to effective wildlife and resource conservation.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
58--NOTICE OF INTENT TO SOLE SOURCE
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, intends to negotiate a sole source contract for the acquisition of InnovaSea Acoustic Telemetry System equipment, specifically acoustic transmitters for tracking adult Chinook Salmon. These transmitters are crucial for studying habitat usage, migration timing, and spawning locations, and must be compatible with existing Vemco receiver equipment to ensure data comparability and minimize costs associated with replacing the current receiver array. The procurement is justified due to the proprietary nature of the Vemco system, which has no alternative manufacturers or compatible products available. Interested parties must submit responses demonstrating the advantages of competition by April 29, 2025, to Contract Specialist Jack Skogen at JackSkogen@fws.gov.
F--Synopsis: FISH MARKING IDIQ - OR WA ID
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking industry feedback for a proposed multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract for fish marking services in Oregon, Washington, and Idaho. This opportunity aims to establish standards for tagging and marking fish, emphasizing the importance of training, adherence to fish handling standards, and maintaining high tag retention rates to support effective wildlife management. Interested vendors are encouraged to review the attached Fish Marking Standards document and provide comments, with the solicitation expected to be announced under full and open competition within the NAICS code 561320, Temporary Help Services, which has a size standard of $34 million. For further inquiries, potential contractors can contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.
WA-MCNARY MAINT SHOP-UTV TRAILER SPRAYER
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting quotes for the procurement of a utility vehicle (UTV), trailer, and sprayer to support biological management activities in Central Washington. The procurement specifically requires a Kubota RTV-X1100CWL-A or an equivalent UTV with features such as a 23hp diesel engine, hydraulic dump bed, and off-road capabilities, along with a bumper-pull trailer and a 100-gallon UTV-mounted sprayer for herbicide applications. This equipment is crucial for enhancing the efficiency of wildlife management operations. Interested small businesses must submit their quotes by May 1, 2025, and can direct inquiries to Kathryn Coltran at kathryncoltran@fws.gov.
F--HI-PCFC ISLNDS FWO-NATRL RSRCS SUPP SVCS
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is soliciting quotes for Marine Natural Resource Support Services, specifically targeting projects at Wake Atoll in the Pacific Islands, including Hawaii, Guam, and the Commonwealth of the Northern Marianas. Contractors are required to provide comprehensive personnel, equipment, and logistical support for marine surveys, including vessel operations, safety management, and SCUBA diving operations, with a focus on environmental conservation and compliance. This procurement is a total small business set-aside, with a performance period from May 1, 2025, to May 1, 2026, and an option for a one-year extension; interested parties must submit proposals that meet specific qualifications, including valid U.S. Coast Guard licenses and relevant experience, by the designated deadlines. For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Life Technologies for maintenance and service of the Kingfisher Apex, a critical piece of eDNA processing equipment used at the Whitney Genetics Lab in Onalaska, WI. This contract, which includes a base year and four option years, is necessary as Thermo Fisher Scientific is the sole manufacturer and provider capable of servicing the equipment without voiding warranties or compromising compliance with proprietary service conditions. The Kingfisher Apex is essential for processing hundreds of eDNA samples annually, requiring ongoing calibration and repair to ensure operational efficiency. Interested parties may express their capabilities within seven days of this notice, which closes on April 25, 2025, at 5:00 p.m. Eastern Time. For inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
AUTOMATIC D/I DIGITAL STATION
Buyer not available
The U.S. Geological Survey, part of the Department of the Interior, is seeking quotations for the procurement of Automatic Digital Interferometry (D/I) Digital Stations, which are essential geophysical instruments. The Request for Quotation (RFQ) outlines specific technical requirements, including features such as remote operation, integration capabilities, and environmental sensors, while emphasizing the need for compatibility with existing technologies. These digital stations play a crucial role in geological research, providing accurate data for various applications. Interested vendors must submit their quotations by April 29, 2025, and ensure they are registered in the System for Award Management (SAM) and are authorized distributors. For further inquiries, vendors can contact Karen La Bouff-Kind at klabouff-kind@usgs.gov or by phone at 303-236-9315.
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.
VA-DIV OF REALTY-APPRAISAL SERVICE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified vendors to provide appraisal and market valuation services for properties within the Yukon Delta National Wildlife Refuge in Alaska, under solicitation number 140F1S25Q0035. Interested offerors must possess a current certified general appraiser license and demonstrate technical and geographical competency in their proposals, which are due by April 24, 2025. This procurement is critical for ensuring accurate property valuations that support the FWS's mission and management of wildlife refuges. For further inquiries, potential bidders can contact Solmaz Salih at solmazsalih@fws.gov or by phone at 303-236-4250, and all quotes must remain valid for 60 days post-submission.
R6 - Heavy Equipment BPA setup, repair/maint
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment repair and maintenance services across Region 6, which includes states such as Montana, Wyoming, and Colorado. The BPA will cover a wide range of services, including diagnostics, repairs, and parts replacement for heavy equipment, with a total ceiling amount of $12 million over a ten-year period, and aims to allocate 20% of awards to small businesses. This procurement is critical for maintaining the operational efficiency of the agency's equipment, ensuring that essential repairs and maintenance are conducted in a timely manner. Interested vendors must submit a signed form 1449, a statement of capability, and their hourly labor rates, with the contract period set to commence on May 1, 2025, and run through April 30, 2035. For further inquiries, vendors can contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.
66--PFTE Churn Sample Splitters (8L) IAW Salients
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified vendors to supply PFTE Churn Sample Splitters (8L) in accordance with specified salients for its Hydrologic Instrumentation Facility. The procurement aims to enhance sediment data collection efforts across rivers and streams nationwide, with the splitters being essential for quality analysis of sampled water. These units must be primarily constructed from polytetrafluoroethylene (PTFE) and include specific design features to ensure compatibility with existing equipment. Interested parties should note that the Request for Quote (RFQ) 140G0125Q0015 will be issued around December 9, 2024, with the deadline for quotes extended to April 24, 2025, at 11:00 AM Eastern Daylight Time. For inquiries, vendors can contact Cynthia Nicanor at cnicanor@usgs.gov.