The EDSM Trawl Mensuration Study requires specific equipment: a Notus Omni Portable Trawl Hydrophone (Model G700AP15 or equivalent) with a 15M cable, featuring a 70° vertical, 60° horizontal beam pattern, 192 db Tx output, and 2500+ m range for wireless communication with trawl sensors while being towed. Additionally, a Notus Trawlmaster Command Unit (Model TM900ET or equivalent) operating at 24 kHz, with serial output to PC, 120/240 VAC power, and 1000 code capability that recognizes current trawling software, is needed. All prices must be FOB Destination, with delivery to 850 S. Guild Ave, Ste. 105, Lodi, CA 95240. The contractor is responsible for packing, shipping, delivery in good condition, and all associated costs, including installation, which must adhere to industry standards without government assistance. The contractor must contact the point of contact three days prior to delivery to arrange a specific time, as the delivery carrier is solely responsible for unloading.
Solicitation 140F1G26Q0001 is a Request for Quotation (RFQ) for commercial items, issued as a Total Small Business Set-Aside under NAICS code 334516 (Analytical Laboratory Instrument Manufacturing). The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Notus Omni Portable Trawl Hydrophone with a 15M cable (Model G700AP15 or equal) and a Notus Command Unit with USB to Serial Converter (Model TM900ET or equal). Both items require delivery within 30 days after receipt of order. Quotes, which must be Firm Fixed Price and will be evaluated based on the Lowest Price Technically Acceptable (LPTA), are due by 10:00 AM on Wednesday, December 17, 2025, via email to Carter Duke at carter_duke@fws.gov. The RFQ emphasizes adherence to FAR clauses, and technical questions should also be directed to Carter Duke via email. The anticipated award date is one day after the solicitation closes.
This document outlines federal acquisition regulations for government contracts, incorporating clauses by reference and providing detailed instructions for offerors submitting proposals for commercial products and services. Key aspects include definitions for various small business classifications (e.g., SDVOSB, EDWOSB, HUBZone), requirements for offer submission, evaluation criteria (e.g., Lowest Price Technically Acceptable), and representations and certifications concerning matters such as Buy American Act compliance, child labor, taxpayer identification, and prohibitions on contracting with inverted domestic corporations or entities involved in certain activities related to Iran or covered telecommunications equipment. The document emphasizes electronic submission of representations in SAM and sets forth guidelines for late submissions, contract awards, and post-award debriefings, ensuring transparency and compliance with federal regulations.