GA99 SITE OPERATOR-USGS NATIONAL TRENDS NETWORK
ID: 140G0126Q0004Type: Solicitation
Overview

Buyer

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

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- MANAGEMENT: DATA COLLECTION (R702)

Set Aside

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

    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.

    Point(s) of Contact
    Ruggles, Susan
    (123) 456-7890
    (703) 648-7899
    sruggles@usgs.gov
    Files
    Title
    Posted
    This government file outlines the requirements for operating a precipitation collection station as part of the USGS National Trends Network (NTN) in Chula, Georgia. The primary objective is to collect weekly precipitation samples, perform laboratory measurements, complete reporting forms, and ship samples to the Wisconsin State Laboratory of Hygiene (WSLH) via FedEx. The project requires operators to follow specific protocols detailed in the NTN Site Operations Manual and a new plastic bag sampling protocol established in 2021. The WSLH is responsible for site specifications, maintenance, data checking, and providing replacement parts and training. The station, designated GA99, is located in Tift County, Georgia, on USDA Agricultural Research Service land. The performance period is one year with four option years, and the government will furnish key equipment, including a precipitation collector and rain gauges. Operators must have a technical background, and all data and reports are publicly owned. Providers must have an Entity number and be registered in the System for Award Management (SAM).
    This government Request for Proposal (RFP) (Solicitation Number 140G0126Q0004) is issued by the USGS OAG Reston Acquisition Branch for National Trends Network (NTN) site visits and precipitation sample collection, along with equipment maintenance at site GA99 in Tift County, Chula, GA. The contract is a Firm, Fixed-Price type, including a base year and four option years for services. The solicitation is unrestricted, with a NAICS code of 541990 and a size standard of $19.5 million. Offers are due by December 16, 2025, at 1700 ES. Key clauses include requirements for System for Award Management (SAM) registration, electronic invoicing via the Invoice Processing Platform (IPP), and various FAR clauses related to commercial products and services, labor standards, and combating trafficking in persons. The document also details instructions for offerors, including submission requirements and evaluation criteria.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    B--US Geological Survey (USGS) Landsat Next Mission Operations Center (MOC) Inform
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to support the Landsat Next Mission Operations Center (MOC) through a Special Notice procurement. The primary objective is to ensure effective management of the Landsat satellite operations, which includes telemetry and command, orbit dynamics, data processing, and archive management, all critical for monitoring Earth's surface changes. This initiative is vital for maintaining a robust observational system that aligns with federal interests in environmental monitoring and data acquisition. Interested parties can contact Christopher Kuhn at ckuhn@usgs.gov or by phone at 703-648-7378 for further details regarding this opportunity.
    SINGLE-AXIS TILT SENSORS IAW SALIENTS
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide Single-Axis Tilt Sensors and associated cable assemblies as outlined in Solicitation Number 140G0126Q0005. The procurement requires the delivery of five Jewell Instruments tilt sensors with specific technical characteristics, including a +/- 60-degree tilt limit and a sealed housing, along with five 80 ft. power/data connector cables, to be delivered to the Hydrologic Instrumentation Facility in Tuscaloosa, AL within 30 days of order receipt. This acquisition is critical for hydrological instrumentation and monitoring, ensuring compliance with federal standards and regulations. Interested vendors must submit their quotes by December 8, 2025, and direct any questions to Cynthia Nicanor at cnicanor@usgs.gov before December 4, 2025.
    Water Quality Testing Services, Upper Connecticut River Basin, VT & NH
    Buyer not available
    The U.S. Army Corps of Engineers - New England District is soliciting proposals for Water Quality Testing Services in the Upper Connecticut River Basin, covering areas in Vermont and New Hampshire. The contractor will be responsible for providing all necessary labor, materials, and equipment to conduct both potable and non-potable water sampling and analyses, ensuring compliance with State and Federal regulations to protect public health. This procurement is crucial for maintaining water quality at designated reservoirs and projects, with a focus on timely reporting of results for contaminants such as total coliform and e-coli. Interested small business vendors must have an active registration in SAM.gov and submit their proposals by December 8, 2025, at 2:00 PM Eastern; for further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or call 978-318-8902.
    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.
    Range Cleaning
    Buyer not available
    The Department of Homeland Security, specifically the Federal Law Enforcement Training Center (FLETC), is seeking quotes for a federal contract focused on range cleaning services in Brunswick, Georgia. This procurement is a total small business set-aside under NAICS code 562112, which pertains to hazardous waste collection, and aims to ensure compliance with safety and environmental standards during the cleaning process. The contract will cover a performance period from December 2025 to November 2030, including a base period and four option periods, with specific requirements for contractor qualifications and adherence to federal regulations. Interested parties must submit their quotes electronically by December 10, 2025, at 10:00 AM ET, referencing Solicitation No. 70LGLY26QGLB00002, and should direct inquiries to Gary Scidmore at gary.n.scidmore@fletc.dhs.gov.
    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.
    Tonto National Forest – South Zone Toilet Pumping Services
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking a contractor to provide toilet pumping services for the South Zone of the Tonto National Forest in Arizona. The contract requires comprehensive septic pumping, debris removal, transport, and disposal services for vault toilets, holding tanks, and lift stations, with a focus on maintaining environmental compliance and safety. This service is crucial for the upkeep of recreational facilities within the forest, ensuring sanitary conditions for visitors. Interested small businesses must submit their proposals by December 15, 2025, with the contract expected to commence on January 9, 2026, and extend through January 8, 2030, with a total of 120 pumps anticipated annually. For further inquiries, contact Veronica Beck at veronica.beck@usda.gov or call 951-405-4068.
    Water Sample Collection and Analysis Services
    Buyer not available
    The Defense Health Agency (DHA) is seeking qualified contractors to provide water sample collection and analysis services at Shaw Air Force Base, Poinsett Range, and Wateree Air Force Recreational Area. The contractor will be responsible for collecting, labeling, transporting, and analyzing water samples from various sources, ensuring compliance with federal, state, and local regulations, including EPA standards, and providing recommendations for remediation as necessary. This procurement is critical for maintaining water quality and safety, with an estimated total award amount of $19 million over a base year and four option years. Interested parties should submit their quotes electronically by the specified deadline and may direct inquiries to Lenore Y. Paseda or Yuleiny Garcia via email.
    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.