Polyethylene Tubing IAW Workmanship and Specs
ID: 140G0125Q0120Type: Solicitation
AwardedJun 24, 2025
$21.6K$21,605
AwardeeINLINE PLASTICS, INC. 1950 S BAKER AVE Ontario CA 91761 USA
Award #:140G0125P0147
Overview

Buyer

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

NAICS

Unlaminated Plastics Profile Shape Manufacturing (326121)

PSC

COMBINATION AND MISCELLANEOUS INSTRUMENTS (6695)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide polyethylene tubing and packaging in accordance with specified workmanship and specifications for hydrologic instrumentation. The procurement requires black polyethylene tubing with precise dimensions and tolerances, to be delivered to Tuscaloosa, AL, within 60 days of receiving the purchase order. This tubing is critical for water level monitoring systems, ensuring accurate data collection for geological assessments. Interested vendors must submit written quotes by June 12, 2025, at 11:00 AM EDT, and should direct any inquiries to Cynthia Nicanor at cnicanor@usgs.gov. Registration in the System for Award Management (SAM) is required for contract eligibility.

    Point(s) of Contact
    Nicanor, Cynthia
    703648
    703648
    cnicanor@usgs.gov
    Files
    Title
    Posted
    The U.S. Geological Survey's Water Resources Division has issued a specification document outlining the acceptable workmanship standards for equipment. The purpose is to ensure that workmanship meets specific criteria not covered by other specifications or drawings. Key areas of focus include the prevention of surface defects, corrosion, and contamination, as well as ensuring proper assembly and mounting of parts. It details cleanliness requirements after fabrication, as well as specific guidelines for threaded, riveting, gear, and bearing assemblies to ensure functionality and safety. Wiring standards are also addressed, stressing the importance of preventing interference and ensuring protection from abrasion. Lastly, the document specifies standards for welding, brazing, and the condition of ropes and cables, emphasizing the overall goal of creating reliable and safe equipment for the division's operations. This specification supports the broader context of federal RFPs and grants by establishing uniformity in quality for equipment used in geological and water resource assessments.
    The U.S. Geological Survey’s Water Resources Division has established a specification outlining acceptable workmanship criteria for equipment to ensure optimal quality. The document stipulates various handling and assembly standards including the absence of surface defects, corrosion, and extraneous materials. It emphasizes the importance of securely and correctly mounting parts, maintaining strict cleanliness during and post-fabrication, and ensuring proper installation of hardware. Additionally, provisions for wiring and fasteners stress the necessity of reliability and safety, requiring careful attention to details such as insulation integrity, wire clearance, and shielding. For rivets, gear assemblies, and bearing assemblies, specific performance and alignment standards are required to ensure operational efficacy. Overall, this specification seeks to guide manufacturers and contractors in meeting quality and safety standards in line with federal requirements, fostering efficiency and reliability in equipment utilized by the agency.
    The U.S. Geological Survey's Water Resources Division outlines specifications for polyethylene tubing and packaging meant for measuring water levels with a sensor assembly. The tubing required is black polyethylene with an outer diameter of 3/8 inch and an inner diameter of 1/8 inch, with tight tolerances of +/- 0.005 inches. The tubing can be ordered in lengths of 500 feet or 1000 feet. Packaging must allow the tubing to be coiled inside a box, facilitating easy access and preventing kinking, while each box needs a USGS bar code label. The boxes must be made of white plastic corrugated material and feature hand holds cut out on opposite sides, with specific dimensions for the two tube lengths. Overall, this specification serves as a guideline for manufacturers to ensure quality and uniformity in the supplies needed for the USGS’s hydrologic studies, aligning with government procurement standards.
    The U.S. Geological Survey (USGS) has issued specifications for the manufacture of polyethylene tubing utilized in water level monitoring systems. The tubing required is black polyethylene with an outer diameter of 3/8 inches and an inner diameter of 1/8 inches, with a tolerance of +/- 0.005 inches. It can be ordered in continuous rolls of 500 feet or 1000 feet. Packaging must allow for easy uncoiling without kinks, with a bar code label provided by USGS affixed on the box's top. The boxes must be made from white plastic corrugated material, designed with hand-hold cut-outs for ease of handling. Specific box dimensions are outlined for each tubing length. This document serves as a technical specification for suppliers responding to USGS's procurement needs within an RFP or grant context, ensuring consistency and quality in the materials provided for hydrologic instrumentation.
    This document serves as an amendment to solicitation number 140G0125Q0120, issued by the U.S. Geological Survey (USGS), specifically the Reston Acquisition Branch. The primary purpose of this amendment is to update the Workmanship and Specifications documents associated with the solicitation while also extending the deadline for submission of quotes. Key updates include replacing the existing Workmanship document with a new version dated May 28, 2025, and similarly revising the Specifications document. The due date for quotes has been extended from April 22, 2025, to June 12, 2025, at 11:00 AM Eastern Daylight Time. The document outlines the necessary protocols for offerors to acknowledge receipt of this amendment and indicates that failure to do so may result in rejection of their offers. Additionally, it specifies that all terms and conditions of the original solicitation remain unchanged, except as detailed in the amendment. For further inquiries regarding the request for quotation (RFQ), contact information for the responsible party, Cynthia Nicanor, is provided. This amendment is crucial in ensuring compliance and clarity for prospective contractors responding to the solicitation.
    The document outlines a Request for Proposal (RFP) issued by the U.S. Geological Survey (USGS) for the procurement of hydrologic instrumentation supplies. It specifies the acquisition parameters, solicitation details, and contractor responsibilities, emphasizing compliance with various Federal Acquisition Regulations (FAR) clauses. The RFP includes provisions for small business participation, including set-asides for service-disabled veteran-owned and economically disadvantaged women-owned businesses. Key components include a requirement for a unique entity identifier and compliance with the System for Award Management (SAM) registration. The document details shipping responsibilities, payment terms, and invoicing procedures to ensure compliance with government regulations. It also highlights the importance of adhering to safety standards and the need for contractors to provide technical direction while securing necessary approvals through the designated Contracting Officer. Overall, this document serves as a formal solicitation for offers to furnish specified hydrologic products while ensuring adherence to federal guidelines and supporting small business engagement within government contracting procedures.
    Similar Opportunities
    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.
    47--TUBING,NONMETALLIC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of nonmetallic tubing, specifically NSN 4720013385809. The procurement includes three line items with varying quantities, all to be delivered to DLA Distribution Red River within 112 days after order. These items are critical components used in various military applications, and the procurement is subject to source control, with an approved source identified as 83259 1602M80P04. Interested vendors must submit their quotes electronically, and any inquiries regarding the solicitation should be directed to the buyer via the provided email address, DibbsBSM@dla.mil. The solicitation will be available online, and hard copies will not be distributed.
    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.
    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.
    47--TUBING ASSEMBLY SET
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Tubing Assembly Set, specifically NSN 4710015351807. The requirement includes a quantity of 19 units to be delivered to DLA Distribution San Joaquin within 154 days after order placement, with the approved source being 2X262 106A0457-1. This procurement is critical for maintaining operational readiness and support for military logistics, as the tubing assembly is essential for fluid power systems. Interested small businesses are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil.
    Spiratex Hoses
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking quotations for the procurement of custom extruded reinforced TPU tubing and towed array hoses, primarily from The Spiratex Co., which is currently the sole approved supplier for these items. The procurement includes a total of twelve Contract Line Item Numbers (CLINs) for various types of tubing and hoses, which are critical for naval applications, and delivery is required within 25 weeks to Newport, RI. Interested vendors must submit their quotes by December 19, 2025, at 1400 Eastern time, and should direct inquiries to Franklin Patton at franklin.k.patton2.civ@us.navy.mil or by phone at 401-832-6525.
    54--NV-DESERT NWR-2300-GALLON HDPE WATER RESERVE TANKS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the procurement of eleven 2300-gallon High-Density Polyethylene (HDPE) water reserve tanks for the Desert National Wildlife Refuge in Las Vegas, NV. These tanks must match existing models and meet specific requirements, including features such as a 22-inch screw lid, internal supports, and compliance with ANSI/NSF 61 for potable water. The tanks will be utilized to store potable water for wildlife in drought-prone areas, emphasizing their importance in supporting local ecosystems. Interested small businesses must submit their quotes by December 22, 2025, at 5:00 pm EST, with the contract period of performance set from December 29, 2025, to February 16, 2026. For inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    47--TUBE,BENT,METALLIC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of bent metallic tubes, specifically NSN 4710009066674, under a Combined Synopsis/Solicitation notice. The contract will involve an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated minimum of one order per year and a delivery requirement of six units within 77 days after order placement. These items are critical for various military applications and will be shipped to multiple DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    47--TUBE ASSEMBLY,METAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of metal tube assemblies, specifically NSN 4710013169152. The requirement includes two line items: four units to be delivered to DLA Distribution San Joaquin within 213 days and one unit within 30 days. These tube assemblies are critical components used in various defense applications, emphasizing the importance of reliable supply chains for military readiness. Interested small businesses are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation details available on the DLA's website.
    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.