Remote Control System for ADCP IAW Salients
ID: 140G0125Q0091Type: Solicitation
AwardedMay 6, 2025
$11.8K$11,849
AwardeeSuncore Distribution LLC 2204 BROTHERS RD STE C5 Santa Fe NM 87505 USA
Award #:140G0125P0094
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
    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
    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.
    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.
    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.
    Similar Opportunities
    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.
    Acoustic Doppler System IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide an Acoustic Doppler System in accordance with specified salients, to be delivered to West Sacramento, CA. The procurement requires a geophysical instrument, specifically a Nortek Aquadopp Profiler and HR Mode, which must meet detailed technical specifications including a three-beam configuration, operational acoustic frequency of 2 MHz, and various internal sensors. This acquisition is crucial for the USGS's water resource management and monitoring efforts, with the Request for Quote (RFQ) scheduled to be issued on December 11, 2025, and quotes due by December 17, 2025, at 11:00 AM ES. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov before the question deadline.
    CA-LODI FISH AND WILDL-NOTUS EQUIPMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a Notus Omni Portable Trawl Hydrophone and a Notus Command Unit, essential equipment for the EDSM Trawl Mensuration Study. The hydrophone, with specific technical requirements, and the command unit are critical for effective trawling operations, enabling wireless communication with trawl sensors. Interested vendors must submit their Firm Fixed Price quotes by 10:00 AM on December 17, 2025, via email to Carter Duke at carterduke@fws.gov, with the anticipated award date set for one day after the solicitation closes. All submissions must comply with federal acquisition regulations and include delivery to Lodi, CA, within 30 days of order receipt.
    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.
    15--RFI for Easy Aerial Tethered UAS
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking vendors capable of providing Easy Aerial Tethered Unmanned Aircraft Systems (UAS) to support its operational needs. The procurement aims to acquire 2-6 units annually, with specific requirements including a tether length of at least 300 feet, a total weight under 55 lbs, and compatibility with designated payloads, while ensuring operation in adverse weather conditions. This initiative is crucial for enhancing DOI's operational capabilities, particularly in real-time surveillance and data collection. Interested vendors must submit their information by December 19, 2025, to the designated contacts, with questions due by December 5, 2025.
    Wave Gliders
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, intends to award a sole source contract to Liquid Robotics, Inc. for the procurement of 20 unmanned surface vehicles, along with related control software, payloads, and launch and recovery equipment. These vehicles must meet stringent specifications, including capabilities for long-term operation at sea, advanced navigation and communication systems, and robust safety features to ensure operational integrity in challenging marine environments. This acquisition is critical for enhancing the Air Force's operational capabilities in maritime environments, with an anticipated contract award date of December 19, 2025. Interested parties may direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil, and responses must be submitted by 12:00 pm CST on December 18, 2025.
    Remote Minehunting (RMH) Module
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the Remote Minehunting (RMH) Module, aimed at enhancing mine detection, classification, and localization capabilities. This procurement encompasses the production of the RMH Module, associated engineering support, and spare parts, consolidating these requirements into a single competitive supply contract to be awarded in Fiscal Year 2026. The RMH Module will replace the existing AN/AQS-20 system and includes a Towed Body, Payload Delivery System, and related software, with the goal of streamlining operations and improving delivery timelines to the Fleet by FY29. Interested parties should access the solicitation via the Procurement Integrated Enterprise Environment (PIEE) and direct inquiries to Contracting Officer Kevin Burk at kevin.j.burk3.civ@us.navy.mil or Contract Specialist Ethan Breitenbach at ethan.g.breitenbach.civ@us.navy.mil, with a proposal submission deadline to be confirmed in forthcoming amendments.
    DRAFT Combined Synopsis/Solicitation: Next Generation Surface Search Radar (NXSSR)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide a Next Generation Surface Search Radar (NXSSR) system to replace outdated radar systems currently in use across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The procurement aims to enhance collision avoidance, navigation, and situational awareness in the maritime environment by implementing a scalable, IMO-certified Shipborne Surveillance Radar system that integrates with existing navigation systems and complies with various national and international standards. This initiative is critical for modernizing the Coast Guard's capabilities to address emerging maritime threats and challenges. Interested parties should submit their responses, including comments on the draft documents, to Amanda R. Barraclough at Amanda.R.Barraclough2@uscg.mil or Christina M. Grimstead at christina.m.grimstead@uscg.mil, with a minimum contract guarantee of $10,000 and a maximum ceiling of $49,000,000 over a ten-year period. Questions regarding the solicitation are due by December 15, 2025.
    Micro-Unmanned Underwater Vehicle (UUV), Multi-Vehicle Pods
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, is seeking information from qualified sources for the procurement of Micro-Unmanned Underwater Vehicles (UUV) and Multi-Vehicle Pods for the United States Naval Academy. The UUVs will be utilized to autonomously collect high-resolution biogeochemical, hydrographic survey, and passive acoustic data, supporting academic missions, faculty research, and Midshipmen projects in coastal oceanography and underwater acoustics. The contractor must provide lightweight, single-person deployable UUVs with capabilities for remote control, autonomous missions, and compatibility with various data formats, with delivery expected within 60 days of contract award. Interested parties should submit their capability statements to Claudette Jones at claudette.j.jones.civ@us.navy.mil by 12:00 PM EST on December 17, 2025, referencing Sources Sought number 1301303963.
    Buoy Services Wave Data Renewal
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure Buoy Services Wave Data Renewal from the University of California San Diego, Scripps Institute of Oceanography, Coastal Data Information Division. This procurement is aimed at renewing a sole-source contract for continuous measurement of ocean conditions on the Sea Range, which is critical for accurately portraying conditions for live-fire test programs. The selected vendor will ensure the quality, accuracy, reliability, and schedule of the data provided. Interested firms that believe they can meet these requirements may submit a written response referencing solicitation number N6893626Q5039 within five days of this notice, and must be registered in the System for Award Management (SAM) database to engage in federal contracting.