Orifice Assembly IAW SOW, Drawings, & Workmanship
ID: 140G0125Q0191Type: Solicitation
Overview

Buyer

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

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

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 Orifice Fitting Assemblies and Crest Stage Top Caps in accordance with specified statements of work, drawings, and workmanship standards. The procurement requires delivery to Tuscaloosa, AL, within 90 days of receiving the purchase order, emphasizing the importance of precise manufacturing and adherence to quality standards for hydrologic instrumentation. Interested vendors must submit their quotes by September 23, 2025, at 11:00 AM EDT, and are encouraged to direct any questions to Cynthia Nicanor at cnicanor@usgs.gov prior to the deadline. Registration in the System for Award Management (SAM) is mandatory for contract award eligibility.

    Point(s) of Contact
    Nicanor, Cynthia
    703648
    703648
    cnicanor@usgs.gov
    Files
    Title
    Posted
    This Statement of Work outlines the requirements for the fabrication, packaging, and marking of Orifice Fitting Assemblies. Units must be manufactured in accordance with specific USGS drawing numbers (0007001-0007003 and 0615004-0615005) and specification HIF-W-01. For packaging, the assemblies are to be boxed in quantities of 20 per box. The vendor is responsible for affixing government-supplied barcode labels to the outside end of each box, which will be provided after the contract is awarded. This document serves as a guide for vendors responding to federal government RFPs, detailing the precise manufacturing and logistical requirements for the orifice fitting assemblies.
    This government file outlines the requirements for the fabrication and packaging of Crest Stage Top Caps (1202002). Units must be manufactured according to USGS drawing number 0024001 and specification HIF-W-01. For packaging, Top Caps are to be boxed in quantities of 20 per box. The vendor is responsible for affixing government-supplied bar code labels to the outside end of each box, which will be provided after the contract is awarded. This document serves as a statement of work, likely for a federal government Request for Proposal (RFP) or contract, detailing essential specifications for a supplier.
    This government file details a parts list and assembly instructions for a bubble orifice fitting, cap, gasket, nut, and orifice fitting, likely for a water resources division project. It specifies required materials, dimensions in inches and millimeters, and identifies required or suggested sources of supply for each component, including Swagelok Co. and Anvil International. The document also provides manufacturing notes such as removing burrs and sharp edges, and applying Teflon thread tape. It includes revision history, approval dates, and drafting information, highlighting the meticulous engineering and procurement standards required for such governmental projects.
    This document outlines the specifications for a "TOP CAP" component, likely a part of a federal government project given its origin from the United States Department of the Interior, Geological Survey - Water Resources Division. The drawing details a galvanized, threaded iron pipe cap with a 2.0 [50] inch diameter pipe size and a 1.00 [25.4] inch diameter drill through one side. Key specifications include the removal of burrs and sharp edges, dimensions in inches with millimeter equivalents in brackets, and detailed tolerances for decimal and angular measurements. Surface finish is specified as 63 [1.6] µm. The document also includes a parts list, revision history, and approval signatures, indicating a formal engineering or manufacturing document. It was revised and redrawn on January 22, 2009.
    The U.S. Geological Survey (USGS) Water Resources Division's HIF Specification outlines crucial workmanship criteria for equipment used by the division. It details requirements for surface quality, ensuring freedom from defects, burrs, corrosion, and extraneous materials. The specification mandates precise mounting of parts, proper installation of hardware, and thorough cleaning after fabrication to remove all contaminants. It also sets standards for threaded parts, riveting, gear and bearing assemblies, and wiring, emphasizing proper dressing, insulation, splicing, clearance, and shielding. Additionally, it provides guidelines for welding, brazing, ropes, and cables, ensuring all components are free from defects and properly secured. The document stresses that these criteria supplement, but do not supersede, contractual provisions or applicable specifications and drawings.
    Amendment 0001 to Solicitation 140G0125Q0191 extends the due date for quotes from September 16, 2025, to September 23, 2025, at 11:00 AM ET. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing and returning copies, acknowledging on submitted offers, or via separate communication. Failure to acknowledge prior to the new deadline may result in the rejection of the offer. For questions, contact Cynthia Nicanor at cnicanor@usgs.gov.
    This government Request for Quote (RFQ) (Solicitation Number 140G0125Q0191) is for the procurement of "CREST-STAGE TOP CAP IAW SOW, DRAWINGS, AND WORKMANSHIP" and "ORIFICE FITTING ASSEMBLY IAW SOW, DRAWINGS, AND WORKMANSHIP" by the USGS Hydrologic Instrumentation Facility. The solicitation, issued by the USGS OAG Reston Acquisition Branch, has an offer due date of September 16, 2025, at 11:00 AM EDT. Key requirements include registration in the System for Award Management (SAM), electronic invoice submission via the Invoice Processing Platform (IPP), and adherence to various FAR clauses concerning commercial products and services, small business programs, labor standards, and supply chain security. The contract will be awarded to the offeror most advantageous to the Government, considering technical compliance and price. Shipping will be at government expense, with delivery required 90 days after receipt of order. Offerors must provide product specifications with their submissions.
    Lifecycle
    Title
    Type
    Similar Opportunities
    CERC A3 Boiler Upgrade
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the CERC A3 Boiler Upgrade project at the Columbia Environmental Research Center in Columbia, MO. The project involves the removal of existing non-condensing boilers, a circulating pump, and a storage tank, followed by the installation of efficient, modulating, condensing boilers, a new recirculation pump, and a storage tank, along with necessary controls. This upgrade is critical for enhancing the energy efficiency of the facility, which serves as a research laboratory. The solicitation is a 100% Total Small Business set-aside, with a contract value estimated between $25,000 and $100,000, and quotes are due by December 19, 2025. Interested vendors must register at SAM.gov and can direct inquiries to Kimberly Schneider at krschneider@usgs.gov.
    Bullet Camera
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified vendors to provide 57 Axis Communications M2036-LEWH Network Bullet Cameras as part of a total small business set-aside contract. The procurement aims to enhance the agency's hydrologic instrumentation capabilities, requiring cameras that meet specific technical specifications for outdoor use, including high-resolution imaging and robust environmental ratings. Interested vendors must ensure compliance with various federal regulations and security guidelines, with the solicitation expected to be issued on December 5, 2025, and quotes due by December 12, 2025. For further inquiries, vendors can contact Rafael Anderson at rlanderson@usgs.gov.
    COUPLING,SHAFT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide two hydraulic couplings under Request for Quote 70Z08526Q30006B00. The procurement requires the couplings to meet specific Coast Guard manufacturing standards and be delivered by January 16, 2026, with quotes due by December 16, 2025, at 12 PM EST. These hydraulic couplings are critical components for the Coast Guard's operational equipment, ensuring reliability and performance in various maritime applications. Interested vendors must be registered in SAM.gov, adhere to strict quality assurance protocols, and submit invoices via IPP.gov, with shipping to Baltimore, MD, included in the total price.
    USCGC WAESCHE RO SYSTEM PARTS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide parts for the Reverse Osmosis (RO) System on the USCGC Waesche, which has been experiencing issues with reliable water production. The procurement includes the supply of specific parts identified from a prior assessment, along with the requirement for two technicians to install these parts and accompany the Cutter during its shakedown to verify repairs. This opportunity is critical for maintaining the operational readiness of the vessel, ensuring it can produce potable water effectively. Interested vendors must submit their quotations by 0800 Pacific Time on December 10, 2025, and must be enrolled in the System for Award Management (SAM) prior to contract issuance. For further inquiries, vendors can contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.
    Fabrication and Delivery of Coffeeville Lock Lower Miter Gates and Spare Parts, Black Warrior-Tombigbee (BWT) Project Office, Tuscaloosa, AL
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the fabrication and delivery of lower miter gates and spare parts for the Coffeeville Lock as part of the Black Warrior-Tombigbee Project Office in Tuscaloosa, AL. The procurement involves providing all necessary supervision, labor, materials, and equipment to fabricate, paint, and deliver two miter gates, each approximately 55 feet tall and 62 feet wide, weighing around 445,000 lbs. The contractor will also be responsible for the removal of the old gates via barge at the time of delivery. This opportunity is a total small business set-aside under NAICS code 332312, with a size standard of 500 employees. The solicitation package is expected to be available for download on or about December 19, 2025, and interested parties should monitor the website https://piee.eb.mil for updates. For further inquiries, contact Sophia Chin at sophia.m.chin@usace.army.mil or Benjamin Neely at benjamin.m.neely@usace.army.mil.
    68--Ricca Chemical Company Brand Name or Equal
    Buyer not available
    The U.S. Geological Survey (USGS) is conducting a Sources Sought Notice to identify firms capable of supplying pH buffer solutions, conductivity standards, and deionized water for the National Water Quality Laboratory (NWQL). These materials are essential for maintaining consistency in environmental water sampling and testing programs, which are critical for the USGS's monitoring of water quality trends across the nation. Interested firms must provide detailed information about their products, including compliance with the Buy American Act, and submit their responses by December 9, 2025, at 2:30 p.m. (MST) to Lisa Williams at ldwilliams@usgs.gov. This notice is for market research purposes only and does not constitute a request for proposals or guarantee a contract award.
    Gage Rings
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is soliciting proposals for the procurement of Gage Rings, with a focus on small businesses as this opportunity is set aside under the Total Small Business Set-Aside program. The solicitation seeks commercial items that conform to the specifications outlined in the request, emphasizing that partial quotes will not be accepted, and a single purchase order will be awarded to the most advantageous offer. Interested vendors must ensure they are registered in the System for Award Management (SAM) and submit their quotations electronically in PDF or MS Word format by the specified deadline. For further inquiries, potential offerors can contact Colin Dwyer at colin.dwyer.civ@us.navy.mil.
    H--Scanning Electron Spectrometer (SEM) service contract
    Buyer not available
    The U.S. Geological Survey (USGS) intends to award a service contract for the maintenance and support of its TESCAN MIRA4 Scanning Electron Microscope (SEM) located in Anchorage, Alaska. This contract will encompass routine maintenance, software upgrades, and access to field engineers for unforeseen malfunctions, ensuring the SEM remains operational and meets Quality Management System (QMS) standards. The service contract includes priority support, certified software updates, annual preventative maintenance, and coverage for unscheduled maintenance visits, with a performance period from December 12, 2025, to November 30, 2026. Interested parties may submit capability statements via email to Tracy Huot at thuot@usgs.gov by December 10, 2025, at 10:00 AM PDT, as no hardcopy submissions will be accepted.
    REVERSE OSMOSIS WATERMAKER
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of two Reverse Osmosis Watermakers, essential for the operation of the 154' Fast Response Cutter. The requirement includes specific packaging and preservation standards in accordance with MIL-STD-2073-1E, emphasizing that standard commercial packaging is unacceptable. This procurement is critical for ensuring the availability of potable water for Coast Guard operations, and the contract will be awarded based on the lowest price technically acceptable offer. Interested vendors must submit their quotations by December 10, 2025, at 10:00 AM Eastern Standard Time, and should direct inquiries to Donna Scandaliato at donna.m.scandaliato@uscg.mil or by phone at 410-762-6259.
    Rotary Screw Trap
    Buyer not available
    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.