66--CERC Lotek CART Tags *Brand name only*
ID: 140G0125Q0035Type: Solicitation
Overview

Buyer

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

NAICS

Other Electronic Component Manufacturing (334419)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 24, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 3, 2025, 12:00 AM UTC
  3. 3
    Due Feb 4, 2025, 11:00 PM UTC
Description

The U.S. Geological Survey (USGS) is seeking to procure Lotek CART Tags, specifically brand name only, to support ongoing research related to fish movement in the Cuyahoga River, which is undergoing a dam removal project. The requirement includes 101 Lotek CART tags, which are specialized telemetry devices designed for challenging aquatic environments, essential for tracking fish movements before and after the dam's removal. This procurement is critical for ecological restoration efforts and is justified as a sole-source acquisition due to the proprietary nature of the Lotek equipment, with future opportunities expected to open for competition among resellers. Interested vendors must submit their quotes by January 31, 2025, following the issuance of the solicitation on January 24, 2025, and should direct inquiries to Kimberly Schneider at krschneider@usgs.gov.

Point(s) of Contact
Schneider, Kimberly
0000
krschneider@usgs.gov
Files
Title
Posted
Feb 3, 2025, 6:16 PM UTC
The Accessibility Requirements Tool outlines the necessity for Information and Communication Technology (ICT) to conform to Section 508 of the Rehabilitation Act during the solicitation development process. It specifies requirements across different ICT components, including hardware and software, ensuring accessibility for users with varying disabilities. Functional performance criteria mandate that ICT must accommodate users with visual, auditory, speech, manual, and cognitive limitations, by providing alternate modes of operation. Support documentation must adhere to accessibility standards and include features for compatibility with assistive technologies. Offerors must submit an Accessibility Conformance Report (ACR) using the Voluntary Product Accessibility Template, detailing how their products meet Section 508 requirements, including evaluation methods and addressing any non-conformance. The government reserves the right to test ICT claims to confirm compliance prior to acceptance, requiring remediation if claims are found inaccurate. This document emphasizes the government's commitment to accessible technology, reinforcing the importance of universal design principles and fair testing for disabled users in ICT procurement.
Feb 3, 2025, 6:16 PM UTC
The Department of the Interior, United States Geological Survey (USGS), intends to procure Lotek telemetry equipment without full competition due to its unique requirements for an ongoing study on fish movement related to a dam removal in the Cuyahoga River. Specifically, USGS Columbia Environmental Research Center needs 101 Lotek CART tags—combined acoustic and radio tags designed to function in challenging environments around the dam. This acquisition is justified under FAR 13.106-1(b)(1), citing that Lotek is the sole manufacturer of this specialized equipment necessary for the dual-method tracking of fish movements before and after the dam's removal, aiding in ecological restoration efforts. Market research indicated no alternative suppliers, as Lotek’s CART tags are proprietary. A sources sought notice yielded no competing responses, strengthening the sole-source rationale. Future procurements will be opened to competition among Lotek resellers. The justification concludes with a recommendation for brand-name only procurement, ensuring the government will achieve fair pricing through competition among resellers and confirming the credibility of the acquisition process.
Feb 3, 2025, 6:16 PM UTC
The document is an amendment to a solicitation, specifically regarding a contract related to CERC Lotek CART Tags, stipulating that the solicitation is now open for full competition rather than set aside for small businesses. Additionally, the response deadline has been extended to February 4, 2025. It outlines the protocols for acknowledging receipt of the amendment, noting that failure to do so may lead to the rejection of offers. The amendment retains all other terms and conditions. For inquiries, Kimberly Schneider from the USGS Reston Acquisition Branch is the point of contact. The amendment serves to clarify the terms and ensure compliance with procedural requirements in the context of federal contracting. This document reflects the federal government's commitment to transparency and fair competition in procurement practices.
Feb 3, 2025, 6:16 PM UTC
The document outlines a Request for Proposal (RFP) from the U.S. Geological Survey (USGS) focused on procuring specific commercial fishing equipment, specifically Lotek CART tags. The key details include the solicitation number, delivery requirements, and the deadline for offers, which is set for January 24, 2025. The RFP emphasizes compliance with various federal acquisition clauses, including those related to small business classifications and contractor responsibilities. It indicates that the contract is intended for small businesses and incorporates terms regarding payment processing through the U.S. Department of the Treasury's Invoice Processing Platform. The document specifies the evaluation criteria for submitted proposals, highlighting that offers will be assessed based on technical capability, pricing, and past performance. Additionally, it details the requirements for SAM (System for Award Management) registration to ensure eligibility for bidding. This RFP illustrates the government's initiative to support owned small businesses while ensuring adherence to strict regulatory standards in procurement processes.
Lifecycle
Title
Type
Solicitation
Sources Sought
Similar Opportunities
19--WV- BOAT/TRAILER ONLY FOR UNIT
Buyer not available
The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking to procure a specialized boat, motor, and trailer package designed for electrofishing research in collaboration with the West Virginia Cooperative Fish and Wildlife Research Unit. This equipment is essential for training USGS employees and students in motorboat operation and supporting research related to fisheries and wildlife management, requiring compatibility with specific electrofishing equipment and custom components. The procurement process will be non-competitive due to the unique specifications necessary for effective research, with alternative proposals accepted until April 9, 2025. Interested vendors can contact Brian Baker at bfbaker@usgs.gov for further information.
66--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). The procurement aims to enhance the operational capabilities of Acoustic Doppler Current Profilers (ADCPs) by converting flotation devices into unmanned surface vehicle systems, with specific requirements for speed, communication range, and ease of assembly. This acquisition is crucial for environmental monitoring and research applications, and the anticipated contract award date is April 30, 2025. Interested vendors must submit their quotes by April 8, 2025, and can direct inquiries to Imani Tillman at itillman@usgs.gov.
DIGITAL SONAR SYSTEM
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Geological Survey, is seeking quotes for a Digital Sonar System to enhance hydrographic survey capabilities at the Upper Midwest Environmental Sciences Center. The procurement aims to replace the obsolete Norbit iWBMSc multibeam system with a new sonar system (PING 3DSS-iDX-PRO) and associated software training, which will significantly improve data collection in shallow water surveys, particularly in depths below two meters. This initiative underscores the government's commitment to advancing environmental research through updated technological resources, and it is set aside for small businesses under NAICS code 334519. Interested vendors must submit their quotes and any inquiries to Travis Herberholz at therberholz@usgs.gov, adhering to the guidelines outlined in the solicitation by the specified deadline.
WSD Coho PIT Tags
Buyer not available
The U.S. Army Corps of Engineers, San Francisco District, is conducting market research to identify sources for the APT12 FDX-B Passive Integrated Transponder (PIT) Tag, a radio frequency identification (RFID) device that complies with ISO Standards 11784 and 11785. The procurement aims to support the Lake Sonoma California Hatchery Service and requires products that are "Made in America," adhering to the guidelines set forth by the Federal Trade Commission regarding U.S. origin claims. Interested parties, including small businesses and those with specific certifications, are invited to provide feedback via email to Logan Champlin at logan.champlin@usace.army.mil, as no award or solicitation is currently available. Responses should include contact information, CAGE Code, UEI number, small business category, and country of origin for the product.
58--Special Notice of Intent to Sole Source Award
Buyer not available
The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to Telonics, Inc. for the procurement of global positioning system (GPS) radio collars, which are essential for monitoring grizzly bear movements in the Cabinet, Purcell, and Selkirk Mountains across Montana, Idaho, and Washington. This procurement falls under the NAICS code 334220, focusing on Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, and is categorized under the PSC code 5895 for Miscellaneous Communication Equipment. Interested parties who believe they can fulfill this requirement are invited to submit a statement of capabilities via email to carterduke@fws.gov, as this notice does not constitute a solicitation and no telephone inquiries will be accepted.
Coastal Imaging Systems
Buyer not available
The U.S. Geological Survey (USGS) is seeking quotes from small businesses for the procurement of two Coastal Imaging Systems, which are essential for enhancing coastal imaging technology. The solicitation requires the systems to meet specific technical specifications, including camera quality and imaging capabilities, and emphasizes compliance with the Buy American Act. Interested parties must submit their quotes electronically by April 8, 2025, along with required documentation, including a signed SF-18 and technical descriptions of the offered items. For further inquiries, potential offerors can contact Liz Adam at eadam@usgs.gov or (916) 278-9441.
D-- GPS satellite tracking, messaging, and SOS servic
Buyer not available
The U.S. Geological Survey (USGS) is seeking proposals from small businesses for GPS satellite tracking, messaging, and emergency services for personnel working in hazardous field conditions, specifically utilizing SPOT Gen3 and Gen4 communicators. The primary objective is to enhance employee safety by providing real-time location tracking and emergency communication capabilities, with a service plan that includes a base year and four optional years for up to 120 GPS devices. This initiative is critical for ensuring the safety of field personnel in remote areas with limited cell coverage, facilitating effective emergency response and coordination of field activities. Interested vendors must submit their quotations by April 10, 2025, at 2:00 PM MT, via email to Mindie Dixon at mdixon@usgs.gov, and must be registered at https://sam.gov/ to be eligible for contract award. The estimated contract value is approximately $109,132.80 over the contract period.
MASS SPECTROMETER (ICP-MS)
Buyer not available
The U.S. Geological Survey (USGS) is seeking quotations for the procurement of a new Inductively Coupled Plasma Mass-Spectrophotometer (ICP-MS) to enhance its analytical capabilities in determining low abundance element concentrations, particularly from critical minerals. The equipment must be new, covered by the manufacturer's warranty, and delivered to the USGS facility in Moffett Field, California, by July 31, 2025. This procurement is crucial for various projects involving metal speciation, toxicity, and solute transport studies, and will replace an outdated system. Interested offerors must submit their quotations, including a completed SF 18 form and technical specifications, by April 15, 2025, and direct any inquiries to Yangzhi Deng at yangzhideng@usgs.gov by April 4, 2025.
58--Special Notice of Intent to Sole Source Award
Buyer not available
The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to Wildlife Acoustics, Inc. for the procurement of specialized bat monitoring equipment, specifically the SM4Bat-FS detector model, essential for bat acoustic research. This equipment is critical for projects in collaboration with the U.S. Air Force and Army, which require field-durable devices capable of detecting specific frequencies necessary for effective research. The sole-source justification emphasizes that no viable alternatives exist for these acoustic monitors, ensuring compliance with unique operational needs and maintaining research integrity. Interested parties may submit a statement of capabilities via email to Carter Duke at carterduke@fws.gov, although no telephone requests will be honored.
Non-Cryogenic Dual Speed Spinner Magnetometer
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide a Non-Cryogenic Dual Speed Spinner Magnetometer, which is essential for research on gas hydrate systems in marine and permafrost environments. The magnetometer must meet specific performance criteria, including a sensitivity of 2.4 x 10^-6 A/m and a measurement range of up to 12,500 A/m, and is required to support detailed evaluations of magnetic properties in sediment samples. This procurement reflects the USGS's commitment to advancing geological research through precise measurement technology, with the anticipated contract award date set for April 11, 2025. Interested vendors must submit their quotations to Daniel Galvin at dgalvin@usgs.gov by April 8, 2025, and must be registered at https://beta.sam.gov/ to be eligible for the award.