66--Remote Control System for ADCP IAW Salients
ID: 140G0125Q0091Type: Solicitation
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

COMBINATION AND MISCELLANEOUS INSTRUMENTS (6695)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 1:00 PM UTC
Description

The U.S. Geological Survey (USGS) is seeking proposals for a Remote Control System for Acoustic Doppler technology, specifically designed for TRDI SP Float and TRDI RR/RP Float (Trimaran). The procurement aims to enhance the operational capabilities of Acoustic Doppler Current Profilers (ADCPs) by converting flotation devices into unmanned surface vehicle systems, with specific requirements for speed, communication range, and ease of assembly. This acquisition is crucial for environmental monitoring and research applications, and the anticipated contract award date is April 30, 2025. Interested vendors must submit their quotes by April 8, 2025, and can direct inquiries to Imani Tillman at itillman@usgs.gov.

Point(s) of Contact
Tillman, Imani
itillman@usgs.gov
Files
Title
Posted
Apr 1, 2025, 2:04 PM UTC
The document outlines specifications for a Remote Control System intended for Acoustic Doppler Current Profilers (ADCPs). The system must convert flotation devices into unmanned surface vehicle (USV) systems, compatible with the Teledyne RD Instruments StreamPro and RiverRay/RiverPro ADCPs. The kit must include essential components such as thrusters, a communication/power module, handheld remote control, rechargeable batteries, mounting hardware, and cabling. Operational requirements include a maximum speed of 5.0 ft/sec for StreamPro and 9.5 ft/sec for RiverRay/RiverPro, with cruising speeds of at least 3 ft/s and 4.5 ft/s, respectively. The remote control is to feature a display and joystick, and maintain a communication range of at least 300 feet. The design should facilitate easy assembly without special tools and include rugged, transportable cases for components. This document serves as a Request for Proposals (RFP) targeting suppliers to meet the specified characteristics for a remote control system that enhances the operational capabilities of ADCPs in environmental monitoring and research applications.
Apr 1, 2025, 2:04 PM UTC
The document outlines an amendment to solicitation number 140G0125Q0091, which primarily modifies a previously issued contract/order. Key actions include the removal of the small business set-aside from the solicitation and the extension of the deadline for quotes from March 17, 2025, to April 8, 2025. The amendment instructs contractors to acknowledge receipt of this modification to avoid potential rejection of their offers. Additionally, it requires necessary changes to be made in an organized manner according to the established federal acquisition regulations (FAR). The amendment ensures that all other terms and conditions of the solicitation remain unchanged. Parties interested in submitting quotes or having inquiries are directed to contact Imani Tillman at the provided email address. This document is part of ongoing efforts within government procurement processes to ensure transparency and compliance with federal contracting procedures.
Apr 1, 2025, 2:04 PM UTC
The document outlines a federal Request for Proposal (RFP) aimed at acquiring a Remote Control System for Acoustic Doppler technology, specifically designed for TRDI SP Float and TRDI RR/RP Float (Trimaran). The solicitation details important logistical and administrative aspects including payment processing, delivery terms, and invoice submission requirements. Bidders are instructed to provide technical descriptions of their offerings, ensuring compliance with provided specifications. The RFP prioritizes small business participation, highlighting provisions for service-disabled veteran-owned and economically disadvantaged women-owned small businesses. The evaluation criteria stress technical compatibility and pricing, seeking the lowest priced, technically acceptable bid. Additionally, multiple sections enumerate various federal clauses and requirements, including those related to the Electronic Invoicing and Payment system (IPP). The document emphasizes the necessity for contractors to maintain registration in the System for Award Management (SAM) to participate in the bidding process. Overall, this RFP seeks to enhance the functionality of U.S. government operations through the acquisition of specialized technology while adhering to federal procurement standards.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
UCI SEDIMENT BOAT ENGINE REPLACEMENT
Buyer not available
The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking quotations from qualified small businesses for the replacement of the engine on the UCI Sediment boat. The project aims to replace the current underpowered Yamaha 200 HP jet engine with a more robust 250 HP propeller engine, which includes necessary installations for hydraulic steering and modern gauges to enhance operational safety and performance. This procurement is critical for ensuring the boat's functionality in sediment operations, and the contract period is estimated from May 20, 2025, to August 31, 2025. Interested vendors must submit their quotations, along with required documentation, by April 30, 2025, and direct any inquiries to Yangzhi Deng at yangzhideng@usgs.gov by April 23, 2025.
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.
KIT, UPGRADE, THRUSTER DRIVE C
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center, is seeking quotes for the procurement of ten "KIT, UPGRADE, THRUSTER DRIVE C" units. This solicitation requires vendors to adhere to strict specifications regarding delivery, packaging, and labeling, with a mandatory delivery date set for April 25, 2025, and no substitutions allowed without prior approval. The goods are essential for maintaining operational capabilities within the Coast Guard fleet, emphasizing the importance of compliance with military packaging standards and quality assurance protocols. Interested vendors must submit their quotes by April 30, 2025, and ensure they are registered in SAM.gov; for further inquiries, they can contact Daniel J. Nieves or Stephanie Garity via the provided email addresses.
CRD Reflectometer
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of a Glacier-C Ultrafast Innovations precision cavity ringdown reflectometer, along with associated installation and training services. This advanced measurement technology is critical for accurately assessing reflectance and losses in optical systems, operating across specified wavelength ranges. Interested vendors must ensure compliance with the Trade Agreements Act (TAA) and submit their proposals by 12:00 PM EST on November 15, 2024, with an anticipated award date of December 3, 2024. For further inquiries, potential offerors can contact Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at (540) 613-3296.
Repair of Interface Unit, Data
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking quotations for the repair of Interface Unit, Data, under solicitation number 70Z03825QH0000055. The procurement involves a requirement for three units, with an option to increase the quantity by an additional three units within a year, emphasizing the need for technical expertise and compliance with federal standards. This initiative is crucial for maintaining the operational readiness of essential equipment used by the USCG. Interested vendors must submit their quotations by May 6, 2025, at 12:00 PM Eastern Standard Time, with anticipated award notifications expected around May 9, 2025. For inquiries, contact Angela Watts at Angela.L.Watts@uscg.mil or the procurement office at D05-SMB-LRS-Procurement@uscg.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.
USCG Next Generation Surface Search Radar (SSR)
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential suppliers regarding the Next Generation Surface Search Radar (SSR) system, aimed at modernizing its navigational and surveillance capabilities. The procurement focuses on replacing outdated radar systems currently in use across various platforms, enhancing situational awareness and operational readiness in maritime environments. This initiative is critical for maintaining safety and compliance with International Maritime Organization (IMO) standards, as the new radar systems will serve as primary tools for collision avoidance and environmental monitoring. Interested parties are encouraged to submit their responses to the Request for Information (RFI) by April 30, 2025, at 12:00 PM ET, and should direct inquiries to Amanda R. Barraclough or Christina M. Grimstead via their provided email addresses.
R--RFI: Vessel and ROV Blake Plateau Investigation
Buyer not available
The Department of the Interior's Bureau of Safety and Environmental Enforcement (BSEE) is seeking information from vendors regarding their capabilities to provide vessel and Remotely Operated Vehicle (ROV) services for an investigation of the Blake Plateau. The primary objective of this procurement is to assess the ecological impacts of past deep-sea mineral extraction, focusing on geological and biological sampling, environmental condition analysis, and data delivery to government scientists. This project is critical for understanding the long-term effects of human activities on marine environments, with a performance period anticipated from April to July 2026, requiring approximately 10 days at sea. Interested parties must submit their responses to the Request for Information (RFI) by 5:00 P.M. Eastern Time on May 7, 2025, to William Rilee at William.Rilee@bsee.gov, including RFI No. DOIMFBO250007 in the subject line.
CTD EP Cable
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to supply a 0.322” CTD EP Cable, measuring 10,000 meters in length, for the Coast Guard Cutter Healy. This procurement is essential following the failure of the NR1 Ocean Winch cable during testing, which necessitates a replacement to ensure the vessel's operational capability for scientific missions. The delivery of the cable is required by September 10, 2025, and must be sent to the specified address in Seattle, Washington. Interested parties should direct inquiries to LTJG Igor Guerrero at Igor.Guerrero@uscg.mil or by phone at 206-661-3986, or to Isaiah C. Ragan at isaiah.c.ragan@uscg.mil or 510-437-5429.
Solicitation for Woods Hole Oceanographic Institute (WHOI)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Panama City Division, intends to award a follow-on firm fixed price contract to the Woods Hole Oceanographic Institution (WHOI) for the procurement of a Gen 2 Remote Environmental Monitoring Units (REMUS) 600 Autonomous Underwater Vehicle (AUV). This acquisition is critical for enhancing capabilities in search, detection, navigation, and guidance within naval operations. The REMUS 600 AUV is vital for various underwater missions, providing advanced environmental monitoring and data collection. Interested parties can reach out to Trivia Massaline at trivia.s.massaline.civ@us.navy.mil for further details regarding this presolicitation opportunity.