39--ADCP CABLE TOWING SYSTEM
ID: 140G0225Q0048Type: Solicitation
AwardedApr 16, 2025
$17.4K$17,352
AwardeeKISTERS NORTH AMERICA, INC. 3550 23RD AVE S STE 5 Lake Worth Beach FL 33461 USA
Award #:140G0225P0043
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUISITION GRANTS-DENVERDENVER, CO, 80225, USA

NAICS

Overhead Traveling Crane, Hoist, and Monorail System Manufacturing (333923)

PSC

WINCHES, HOISTS, CRANES, AND DERRICKS (3950)

Set Aside

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

    The U.S. Geological Survey (USGS) is seeking quotes for the procurement of an ADCP Cable Towing System, specifically a Cable Fox ADCP Towing Trolley, under solicitation number 140G0225Q0048. Bidders are required to provide detailed specifications for one unit, adhering to the "brand name or equal" condition, which allows for equivalent alternatives while ensuring compliance with federal regulations. This towing system is crucial for various geological and hydrological applications, enhancing the USGS's capabilities in data collection and analysis. Interested vendors must acknowledge receipt of the solicitation amendment and submit their quotes to Margaret Hewitt at mhewitt@usgs.gov, with all submissions due by the specified deadline to ensure consideration.

    Point(s) of Contact
    Files
    Title
    Posted
    The document presents an amendment to a federal solicitation identified as 140G0225Q0048, issued by the U.S. Geological Survey (USGS) in Denver, Colorado. It outlines the procedures required for contractors to acknowledge receipt of the amendment, emphasizing that a failure to do so by the specified deadline may result in the rejection of their offers. The amendment details modifications to a contract or order, specifying that all changes must be documented and communicated in accordance with federal regulations. The document also names Margaret Hewitt as the point of contact for submitting quotes and provides administrative instructions, including the importance of adherence to the amended solicitation guidelines. Overall, it reflects the procedural and regulatory requirements for responding to federal requests for proposals (RFPs) and maintaining compliance within government contracting frameworks.
    The document outlines the Request for Quotation (RFQ) No. 140G0225Q0048 issued by the U.S. Geological Survey (USGS) for a Cable Fox ADCP Towing Trolley, including specific product requirements and evaluation criteria for bids. Suppliers must provide a quote for one unit of this towing system, detailing the technical specifications such as motor capacity and operational controls. The RFQ emphasizes an "equal or brand name" condition that allows for equivalent alternatives, ensuring compliance with federal regulations. Key clauses incorporate commercial practices and regulations to protect government interests, including terms regarding telecommunications equipment, labor standards, and federal procurement compliance. Additionally, bidders must be registered in the System for Award Management (SAM) and confirmed as authorized distributors of the specified equipment to be eligible for award consideration. Evaluation of offers will be based on the lowest price and technical acceptability, with a detailed presentation of product specifications required to demonstrate compliance. The RFQ highlights the government's efforts to streamline procurement while prioritizing safety, quality, and adherence to legal standards.
    Lifecycle
    Similar Opportunities
    Remote Control Systems for ADCP's IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking bids for the procurement of Remote Control Systems for Acoustic Doppler Current Profilers (ADCPs) as part of a total small business set-aside initiative. The requirement includes the delivery of three Stork, SRS-RP/RR Remote Control Kits designed for Teledyne RDI RiverPro/RiverRay Trimaran Boats, with a delivery timeline of 30 days from the issuance of the purchase order. These systems are crucial for enhancing the functionality of ADCPs, allowing them to operate as unmanned surface vehicles with specific performance characteristics, including a maximum speed of 9.5 ft/sec and a communication range of at least 300 ft. 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. The anticipated award date for the contract is December 30, 2025, and all bidders must be registered with the System for Award Management (SAM) 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.
    UNIVERSAL DAQ SYSTEM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking quotations for a brand-name DEWESoft Universal Data Acquisition System (UDAS). This procurement is set aside for small businesses and requires a system that can accommodate unique testing protocols and instrumentation for both laboratory and field use, with modular expansion capabilities. The acquisition includes specific components such as the DEWESoft Data Acquisition system (SIRIUS-R8-SYSTEM), various channel modules, and necessary cables, with delivery expected within 24 weeks of award to Denver, Colorado. Interested vendors should contact Kelly Cook at kcook@usbr.gov or by phone at 303-445-3395 for further details.
    GA99 SITE OPERATOR-USGS NATIONAL TRENDS NETWORK
    Interior, Department Of The
    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.
    58--TOWED ARRAY SUBASEM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of the Towed Array Subasem, categorized under NAICS code 334290 for Other Communications Equipment Manufacturing. This procurement involves stringent quality requirements, including First Article Testing and production lot testing, to ensure compliance with military specifications and standards, particularly for underwater sound equipment. The successful contractor will be responsible for adhering to multiple drawing and military specification requirements, with a focus on quality assurance and configuration control, as the equipment is critical for naval operations. Interested vendors should contact Heather R. Jones at 717-605-4866 or via email at HEATHER.R.JONES52.CIV@US.NAVY.MIL for further details and to express their interest in this opportunity.
    Pulse cable
    Energy, Department Of
    The SLAC National Accelerator Laboratory, operated by Stanford University for the Department of Energy, is seeking quotations for the procurement of 1,000 meters of high power triaxial pulse cable. The cable must meet specific technical requirements, including electrical characteristics such as a nominal characteristic impedance of 14 ohms and a maximum pulse duration of 3.7 μS, among other stringent specifications. This procurement is critical for the laboratory's operations, as the pulse cable is essential for various research and development applications in the field of general science and technology. Interested vendors must submit their best and final offers, including price and lead time, by December 20, 2025, to Anthony Chin at anthonyc@slac.stanford.edu, with adherence to the Buy American Act Certification and other specified terms and conditions.
    Purchase Test Adapters for U.S. Coast Guard Aircraft
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the purchase of test adapters for aircraft, under solicitation number 70Z03826QE0000007. The procurement involves acquiring three test adapters, with the potential for an additional ten, to support the operational needs of the Coast Guard's aviation logistics. These adapters are critical for ensuring the functionality and reliability of aircraft systems, emphasizing the importance of high-quality components in military aviation. Interested vendors must submit their quotations by December 15, 2025, with a preferred method of submission via email to Denise Bulone at Denise.J.Bulone@uscg.mil, and are encouraged to review the attached terms and conditions for further details on the bidding process and requirements.
    Rotary Screw Trap
    Interior, Department Of The
    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.