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
    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
    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.
    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.
    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.
    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
    Similar Opportunities
    Notice of Intent - WSD Acoustic Fish Tags
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) San Francisco District, intends to procure acoustic transmitter tags through a contract modification with HTI-VEMCO USA Inc. This procurement aims to fulfill the requirement for acoustic transmitter tags, which are essential for various research and monitoring applications in aquatic environments. Interested suppliers are invited to demonstrate their capabilities and interest in fulfilling this requirement by providing specific organizational information and evidence of their ability to meet the government's needs. Responses must be submitted by 12:00 PM (PDT) on January 5, 2026, to James Neal at james.neal@usace.army.mil.
    7G--Passive Integrated Transponders (PIT) Tags & Associated Equipment IDIQ
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified vendors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Passive Integrated Transponders (PIT) Tags and associated equipment. This procurement aims to replace the previous solicitation with a new one identified as 140R4026R0003, which will facilitate the acquisition of essential tracking and monitoring technology used in various environmental and wildlife management applications. The PIT tags and equipment are crucial for ensuring effective data collection and management in ecological studies and resource conservation efforts. Interested parties can reach out to Russell Oaks at rdoaks@usbr.gov or by phone at 801-524-3825 for further details regarding this opportunity.
    Underwater Drone
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified vendors to provide underwater drones as part of a procurement initiative aimed at enhancing hydrological data collection capabilities. The requirement includes five autonomous underwater/surface vehicles (AUV/ASV) capable of conducting various measurements, such as conductivity, temperature, and depth (CTD), along with additional data on current vectors and wave heights. These drones will play a crucial role in environmental monitoring and research, supporting the USGS's mission to provide reliable scientific information. Interested parties must submit their quotes in response to Solicitation Number 140G0125Q0210, which will be issued on or about December 16, 2025, with bids due by December 29, 2025. For further inquiries, vendors can contact Rafael Anderson at rlanderson@usgs.gov.
    Z--OTWSC Stream Gage Site Construction and Maintenance IDIQ
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the Z--OTWSC Stream Gage Site Construction and Maintenance Indefinite Delivery Indefinite Quantity (IDIQ) contract, aimed at providing essential construction and maintenance services at stream gage sites in Texas. The contract will encompass a range of tasks including alteration, renovation, removal, remediation, and construction services, requiring contractors to supply all necessary materials, labor, equipment, and supervision while adhering to local, state, and federal regulations. This opportunity is particularly significant for small businesses, including those classified as Section 8(a), HUBZone, SDVOSB, WOSB, and EDWOSB, as the government aims to ensure adequate competition among responsible contractors. Interested firms must submit their responses by December 23, 2025, at 5 PM CT, to Kimberly Schneider at krschneider@usgs.gov, and must be registered in the System for Award Management (SAM) with a Unique Entity Identifier (UEI).
    GPS/GSM Avian Transmitters
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking to procure fifty (50) GPS/GSM avian transmitters for its Wildlife Services program in Utah. This procurement aims to fulfill mission requirements related to wildlife management and monitoring. The contract will be a one-time commercial purchase order, with delivery required to Millville, Utah, and is set aside for small businesses under NAICS code 334220. Interested vendors should direct inquiries to Amanda Barbosa at amanda.barbosa@usda.gov, with the anticipated contract effective date being January 1, 2026.
    Rotary Screw Trap
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.
    7G--NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to L3 Harris Communications for the procurement of specialized communication equipment, including the Port-L3H-XL185P-7/800-FKP-Blk-NA and various associated features and accessories. This procurement is essential for enhancing communication capabilities within the agency, particularly for operations requiring advanced radio and telecommunications equipment. The contract will be executed under Simplified Acquisition Procedures, with a notice closing date of January 7, 2026, at 5:00 PM Central Time. Interested parties may express their capability to meet this requirement to Jack Skogen at jackskogen@fws.gov within three calendar days of this notice.
    D--Special Notice of Intent to Sole Source Award
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Garmin International, Inc. for the provision of annual subscriptions to aircraft navigation databases essential for the safety and operational efficiency of its fleet aircraft. This procurement is necessary to ensure continued access to critical navigation databases that enhance pilot situational awareness, navigation, and obstacle avoidance, which are vital for safe flight operations. The contract will be firm-fixed price and is expected to be awarded under the authority of FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties who believe they can meet these requirements may submit a statement of capabilities via email to Lorenzo Aragon at lorenzoaragon@fws.gov, but no telephone inquiries will be accepted.
    ICEPOES MX SERVICES
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking quotes for on-site service, maintenance, and software support for Perkin Elmer ICP-OES Optima 8300 DV instruments and Cetac ASX-560 autosamplers at the National Water Quality Lab in Denver, Colorado. The procurement includes a base year contract from February 1, 2026, to January 31, 2027, with two additional one-year options, emphasizing the need for adherence to OEM specifications and the use of certified technicians for repairs and maintenance. This service is critical for ensuring the operational efficiency and reliability of laboratory equipment used in water quality analysis. Interested vendors must submit their quotes by 11:00 AM EST on January 5, 2026, to the primary contact, Stephanie Doutt, at sdoutt@usgs.gov, with quotes remaining valid for 90 days.
    D--Special Notice of Intent to Sole Source Award
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to TransUnion Risk and Alternative Data Solutions, Inc. for continued access to the TLOxp platform, which is essential for investigative operations within the Office of Law Enforcement (OLE). This contract, valued at a firm fixed price with a base year and four option years, aims to modernize the procurement process while ensuring ongoing access to the proprietary TruLookup suite of investigative solutions that provide critical intelligence on individuals and businesses. Interested parties who believe they can meet the requirements are invited to submit a statement of capabilities to Lorenzo Aragon at lorenzoaragon@fws.gov, with no telephone inquiries accepted. The total contract value is expected to be under $250,000, and submissions must be made in writing as specified.