58--ACOUSTIC RECEIVERS & TRANSMITTERS Notice of Intent
ID: 140G0325Q0063Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFFICE OF ACQUISITON GRANTSSACRAMENTO, CA, 95819, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

UNDERWATER SOUND EQUIPMENT (5845)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 1:00 PM UTC
Description

The Department of the Interior, specifically the U.S. Geological Survey (USGS), intends to award a Purchase Order to Advanced Telemetry Systems for the procurement of acoustic receivers and transmitters as part of the Juvenile Salmonid Acoustic Telemetry System (JSATS). The required equipment includes compact transmitters that operate within a temperature range of 0-31°C, emit a signal at 416.7 kHz, and feature configurable coding, as well as receivers capable of detecting and decoding various tag codes while connecting to an underwater hydrophone. This procurement is critical for tracking juvenile salmonids, supporting conservation and research efforts, and ensuring the reliability of data collection in aquatic environments. Interested parties may submit quotations via email to rlujan@usgs.gov by April 9, 2025, at 0800 hrs central time; however, this notice is not a request for competitive quotes, and the government reserves the right to determine the procurement process based on the responses received.

Point(s) of Contact
Files
Title
Posted
The document outlines specifications for acoustic transmitters and receivers under the Juvenile Salmonid Acoustic Telemetry System (JSATS) Program. The required transmitters must be compact, operate within 0-31°C, and emit a signal at 416.7 kHz with configurable coding features. They are expected to include a unique 4-place alphanumeric ID, an 8-bit Barker code, and a 16-bit tag ID with provisions for duty cycling. The receivers must detect and decode various tag codes, connecting to an underwater hydrophone and housed in a weatherproof enclosure. They are required to use 12-volt power, have a direct USB connection for programming, and feature a 32 GB memory card for data storage. Additionally, these receivers will maintain time synchronization through GPS and record system voltage and temperature. Both equipment types must have a warranty of at least one year. This summary reflects the technical requirements meant for procurement via federal RFPs, emphasizing the importance of accuracy and reliability in tracking juvenile salmonids for conservation and research purposes within the context of government funding initiatives.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
66--AUTOMATIC D/I DIGITAL STATION
Buyer not available
The U.S. Geological Survey (USGS) is seeking quotations for the procurement of Automatic Digital Interferometry (D/I) Digital Stations, which are essential geophysical instruments for geological research. The procurement emphasizes the need for features such as remote operation, integration capabilities, and environmental sensors, with a focus on ensuring compatibility with existing technologies. Interested vendors must be authorized resellers or distributors, registered in the System for Award Management (SAM), and are required to submit their quotations by April 29, 2025. For further inquiries, potential bidders can contact Karen La Bouff-Kind at klabouff-kind@usgs.gov or by phone at 303-236-9315.
3 EA. SeaTrac Brand Baseline Acoustic Transponder System -- Total Small Business Set Aside--
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, is seeking to procure three SeaTrac brand ultra-short baseline acoustic transponder systems, specifically the X150 model, under a total small business set-aside. This procurement is essential for the Collaborative Underwater Autonomy Under Limited Communications project, where the SeaTrac systems are critical for implementing collaborative localization algorithms that meet specific technical requirements. The acquisition is justified as a limited source purchase due to the unique capabilities of SeaTrac products, which no alternative brands can fulfill, ensuring the project's success. Interested vendors must submit their quotes to Jessica Clark via email by the specified deadline, ensuring compliance with all outlined requirements, including invoicing through Wide Area Workflow (WAWF) and providing a CAGE code.
58--RECEIVER-TRANSMITTE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of 16 units of the Receiver-Transmitter (NSN: 7RE 5841 010874423, PN: HG7194C1). This procurement is critical for enhancing radar equipment capabilities, which play a vital role in airborne detection and navigation systems. Interested vendors must ensure they are an approved source, as government source approval is required prior to award; proposals must be submitted via email to Joshua Seltzer by the specified due date. For further details, vendors can contact Joshua Seltzer at 215-697-2849 or via email at joshua.j.seltzer.civ@us.navy.mil.
58--SOURCES SOUGHT SPOT DEVICES AND SERVICE
Buyer not available
The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking sources for the procurement of 125 SPOT X satellite communication devices and associated services to enhance the safety of field personnel operating in remote areas. The objective is to establish a reliable satellite tracking and communication system that includes ongoing maintenance and support for these devices, ensuring real-time location tracking and emergency assistance capabilities in locations with limited cellular coverage. This procurement is critical for maintaining operational safety and efficiency, as it allows for continuous communication and tracking of personnel in challenging terrains. Interested vendors must submit their capabilities and relevant experience by April 24, 2024, at 10:00 AM Pacific Time, to Dayna Parkin at dparkin@usgs.gov.
B--Seabird population and productivity data
Buyer not available
The U.S. Geological Survey (USGS) intends to award a purchase order to Fish Story LLC for the continued collection of seabird population and productivity data in Lower Cook Inlet, Alaska. This procurement aims to support long-term monitoring efforts, particularly in response to the impacts of the Pacific marine heatwave and seabird die-offs, which are critical for the conservation of migratory birds as mandated by the Department of the Interior. The project will involve conducting population counts of Common Murres and Black-legged Kittiwakes, retrieving geolocator tags, and compiling data into a summary report, with the performance period set from June 20 to September 30, 2025. Interested parties may submit capability statements or proposals via email to Tracy Huot at thuot@usgs.gov by April 25, 2025, at 5:00 PM PDT, as no competitive solicitation will be issued.
59--RAWS FIXED STATION & SENSORS, 2025
Buyer not available
The Department of the Interior, Bureau of Land Management (BLM), is seeking to procure various components and sensors for the Remote Automated Weather Stations (RAWS) through a sole-source contract with Forest Technology Systems (FTS). The procurement includes essential items such as weather sensors, antennas, and data loggers, which are critical for the repair and maintenance of FTS weather stations that ensure safety and property protection. The estimated value of this acquisition is $91,639.00, and interested parties must provide evidence of their capability to meet the requirements by May 6, 2025, to the Contracting Officer, Casey Gean Boyd, at cmboyd@blm.gov. No Request for Quotation (RFQ) will be issued, and this notice serves to fulfill public posting requirements.
58--CONTROL,SIGNAL PROC
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure three units of control signal processing equipment under the presolicitation notice. The procurement involves the National Stock Number (NSN) 7R-5845-016782073-E7, with a reference number of 8461375-2, and the delivery will be on a Free on Board (FOB) origin basis. This equipment is crucial for underwater sound applications, highlighting its significance in defense operations. Interested vendors are encouraged to express their interest and capability to meet the requirements within 45 days of this notice, and they may contact Oleg Maksimchuk at OLEG.MAKSIMCHUK.CIV@US.NAVY.MIL for further information.
66--TRANSDUCER,MOTIONAL
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting offers for the procurement of a TRANSDUCER, MOTIONAL, as part of a federal contract opportunity. The contract requires the manufacturing and supply of this specialized instrument, which is crucial for measuring and testing electrical signals, adhering to strict quality assurance and traceability requirements. This procurement is vital for maintaining operational readiness and ensuring the reliability of defense systems. Interested vendors must submit their quotations by May 13, 2025, and can direct inquiries to Kelsey Gring at 717-605-1089 or via email at KELSEY.GRING@NAVY.MIL.
Next Generation Fathometer
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is seeking proposals for the procurement of a Next Generation Fathometer, specifically a SONAR Sounding Set. This procurement includes essential components such as a SONAR receiver-transmitter, mounting brackets, remote depth indicators, a SONAR simulator, Navy Tactical Data System A (NTDS-A) converter boxes, and the necessary technical documentation, all to be manufactured in accordance with specified NAVSEA drawings. The SONAR Sounding Set is critical for enhancing underwater detection and navigation capabilities, supporting various naval operations. Interested vendors can find the Request for Proposal (RFP) at https://piee.eb.mil/ by searching for N0025325R7005, and should direct inquiries to Michael Beadle at michael.f.beadle.civ@us.navy.mil or Terrell Burt at terrell.l.burt2.civ@us.navy.mil, with the latter also reachable by phone at (360) 315-0941.
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.