66--CERC Dual-Technology Acoustic and Radio Tags
ID: 140G0125Q0035Type: Sources Sought
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)
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
    7G--Passive Integrated Transponders (PIT) Tags & Associated Equipment IDIQ
    Interior, Department Of The
    The Bureau of Reclamation, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for Passive Integrated Transponder (PIT) tags and associated equipment, including readers, implanters, antenna systems, and software. This procurement aims to support the tracking of animals, primarily fish, which is essential for research and monitoring within the Department. The anticipated contract will be a five-year Multiple Award, Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a Partial Small Business Set-Aside for specific CLINs, allowing for awards to up to two large businesses and three small businesses. Interested parties should monitor www.SAM.gov for the official solicitation expected in January 2026, and may contact Russell Oaks at rdoaks@usbr.gov or 801-524-3825 for further information.
    Acoustic Doppler System IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide an Acoustic Doppler System in accordance with specified salients, to be delivered to West Sacramento, CA. The procurement requires a geophysical instrument, specifically a Nortek Aquadopp Profiler and HR Mode, which must meet detailed technical specifications including a three-beam configuration, operational acoustic frequency of 2 MHz, and various internal sensors. This acquisition is crucial for the USGS's water resource management and monitoring efforts, with the Request for Quote (RFQ) scheduled to be issued on December 11, 2025, and quotes due by December 17, 2025, at 11:00 AM ES. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov before the question deadline.
    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.
    Remote Control Systems for ADCP's IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide Remote Control Systems for Acoustic Doppler Current Profilers (ADCPs) as outlined in solicitation RFQ 140G0126Q0011. The procurement requires "Brand Name or Equal" remote control kits for Teledyne RDI River Pro/River Ray and StreamPro ADCPs, which must be delivered to the USGS Caribbean-Florida Water Science Center in Tampa, FL, within 30 days of order receipt. These systems are crucial for converting ADCPs into unmanned surface vehicles, enhancing data collection capabilities in aquatic environments. Interested vendors must submit their quotes by December 15, 2025, at 11:00 AM EST, and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov. All bidders must be registered at SAM.gov to be eligible for contract award.
    GNSS Receiver and Accessories IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide GNSS receivers and accessories in accordance with specified salients for the Pennsylvania Water Science Center. The procurement involves the delivery of brand-name or equal drafting, surveying, and mapping instruments, specifically Trimble GNSS receivers and controllers, to be completed within 30 days of the purchase order. This equipment is crucial for various scientific and environmental monitoring applications, enhancing the USGS's capabilities in data collection and analysis. Interested vendors must submit their quotes electronically by December 16, 2025, at 11:00 AM ES, and are encouraged to direct any questions to Cynthia Nicanor at cnicanor@usgs.gov before December 15, 2025. Registration at SAM.gov is required for contract award eligibility.
    Remote Control Systems for ADCP's IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking bids for the procurement of Remote Control Systems for Acoustic Doppler Current Profilers (ADCPs) as part of a total small business set-aside initiative. The requirement includes the delivery of three Stork, SRS-RP/RR Remote Control Kits designed for Teledyne RDI RiverPro/RiverRay Trimaran Boats, with a delivery timeline of 30 days from the issuance of the purchase order. These systems are crucial for enhancing the functionality of ADCPs, allowing them to operate as unmanned surface vehicles with specific performance characteristics, including a maximum speed of 9.5 ft/sec and a communication range of at least 300 ft. Interested vendors must submit their quotes by December 15, 2025, at 11:00 AM EST, and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov. The anticipated award date for the contract is December 30, 2025, and all bidders must be registered with the System for Award Management (SAM) to be eligible for contract award.
    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.
    GA99 SITE OPERATOR-USGS NATIONAL TRENDS NETWORK
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking a contractor to operate the GA99 site as part of the National Trends Network, focusing on the collection of water quality samples in Tift County, Georgia. The contractor will be responsible for collecting weekly precipitation samples, performing laboratory measurements, and shipping samples to the Wisconsin State Laboratory of Hygiene, adhering to specific protocols outlined in the NTN Site Operations Manual. This procurement is critical for monitoring environmental trends and ensuring data integrity, with a contract period of one year plus four option years, and a total small business set-aside under NAICS code 541990. Interested vendors must submit their quotes by December 16, 2025, and can contact Susan Ruggles at sruggles@usgs.gov for further information.
    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.
    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.