Intent to Sole Source - Acoustic Telemetry Fish Tags and Receivers
ID: W912EK25RTAG1Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ROCK ISLANDROCK ISLAND, IL, 61299-5001, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

RADIO AND TELEVISION COMMUNICATION EQUIPMENT, EXCEPT AIRBORNE (5820)
Timeline
  1. 1
    Posted Apr 14, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 3:00 PM UTC
Description

The U.S. Army Corps of Engineers, Rock Island District, intends to procure 500 acoustic telemetry fish tags and 8 NexTrakR1 receivers for fish tracking purposes, on a sole source basis with INNOVASEA (VEMCO). The procurement includes 200 V13-1x tags with a battery life of approximately 633 days and 300 V16-4x tags with an estimated battery life of 2333 days, both operating at a frequency of 69 kHz, along with durable, waterproof receivers designed for diverse aquatic environments. This acquisition is critical for enhancing the efficacy of the Corps' telemetry initiatives in ecological research and conservation efforts. Interested small-business firms may submit capability statements to the Contracting Officer by April 21, 2025, at 10:00 PM CDT, with all submissions directed to Stanley Bolton at stanley.l.bolton@usace.army.mil, and a copy to Christopher McCabe at christopher.a.mccabe@usace.army.mil.

Point(s) of Contact
Files
Title
Posted
Apr 14, 2025, 9:04 PM UTC
The U.S. Army Corps of Engineers is seeking to purchase 500 acoustic telemetry tags and 8 NexTrakR1 receivers for fish tracking purposes. The acquisition consists of 200 V13-1x tags, which feature an approximate battery life of 633 days, and 300 V16-4x tags with an estimated battery life of 2333 days. Both tag types operate at a frequency of 69 kHz and transmit continuously until the battery is depleted. The NexTrakR1 receivers are designed to be durable and waterproof, suitable for use in diverse aquatic environments. They include Bluetooth technology for wireless data transfer and have the capacity to store data in 32 MB of non-volatile flash memory. These devices are essential for enhancing the efficacy of acoustic monitoring within the Corps' telemetry initiatives. All items will be shipped to the Clock Tower Building in Rock Island, IL, addressed to Kyle Bales. This RFP demonstrates the agency's commitment to advanced technology in ecological research and conservation efforts.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
3 EA. SeaTrac Brand Baseline Acoustic Transponder System -- Total Small Business Set Aside--
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, is seeking to procure three SeaTrac brand ultra-short baseline acoustic transponder systems, specifically the X150 model, under a total small business set-aside. This procurement is essential for the Collaborative Underwater Autonomy Under Limited Communications project, where the SeaTrac systems are critical for implementing collaborative localization algorithms that meet specific technical requirements. The acquisition is justified as a limited source purchase due to the unique capabilities of SeaTrac products, which no alternative brands can fulfill, ensuring the project's success. Interested vendors must submit their quotes to Jessica Clark via email by the specified deadline, ensuring compliance with all outlined requirements, including invoicing through Wide Area Workflow (WAWF) and providing a CAGE code.
Development and Field Verification of Precision Submersed Herbicide Applications in the Columbia River Basin
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to award a sole-source contract to Aquatechnex, LLC for the development and field verification of precision submersed herbicide applications in the Columbia River Basin. The objective of this procurement is to enhance techniques for controlling invasive plant populations, such as flowering rush and milfoil, through specialized field services and assessments in collaboration with federal partners and stakeholders. This initiative is critical for improving the efficacy and cost-effectiveness of invasive species management strategies in public water bodies, particularly in Washington, Oregon, Idaho, and Montana. Interested parties must submit their capability statements via email to Amanda Andrews and Sonia Boyd by 11:30 AM Central Time on April 22, 2025, as no competitive proposals will be accepted.
INTENT TO SOLE SOURCE - Xylem (Godwin) Field Smart Technology module
Buyer not available
The U.S. Army Corps of Engineers, Rock Island District, intends to award a sole source contract for the procurement of Xylem (Godwin) Field Smart Technology modules, which will include on-site installation on various sizes of Godwin Diesel Pumps located in Pleasant Valley and Johnston, Iowa. This procurement is essential for enhancing the operational efficiency and functionality of the pumping equipment, which is critical for various engineering and environmental projects managed by the Corps. Interested firms that believe they can meet the requirements are encouraged to submit a capability statement to the Contracting Officer, Allison Longeville, by September 26, 2024, at 10:00 AM Central Time. For further inquiries, potential bidders can reach out via email at Allison.A.Johnson@usace.army.mil.
D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Life Technologies for maintenance and service of the Kingfisher Apex, a critical piece of eDNA processing equipment used at the Whitney Genetics Lab in Onalaska, WI. This contract, which includes a base year and four option years, is necessary as Thermo Fisher Scientific is the sole manufacturer and provider capable of servicing the equipment without voiding warranties or compromising compliance with proprietary service conditions. The Kingfisher Apex is essential for processing hundreds of eDNA samples annually, requiring ongoing calibration and repair to ensure operational efficiency. Interested parties may express their capabilities within seven days of this notice, which closes on April 25, 2025, at 5:00 p.m. Eastern Time. For inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
Notice of Intent to Sole Source Delaware City Fish Relocation
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, intends to proceed with a sole source contract for the capture and relocation of native fish species from the Delaware City Dredge Material Placement Facility (DMPF) to a designated relocation pond within the Chesapeake and Delaware Canal Conservation Area. The contractor will be responsible for providing all necessary equipment, vessels, vehicles, and materials to effectively capture, identify, and relocate the fish species from an 85-acre waterbody to an approximately 28-acre pond located five miles away. This procurement is critical for the management and conservation of fisheries resources, aligning with the agency's environmental stewardship goals. Interested parties are encouraged to submit a capability statement and relevant documentation to the primary contact, Kevin J. Hannings, at kevin.j.hannings@usace.army.mil by 3:00 PM EDT on May 6, 2025, as no formal solicitation will be posted.
Siemens brand name ultra-sonic flow meter and accessories
Buyer not available
The Department of the Navy, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking to procure Siemens brand name ultra-sonic flow meters and accessories for use as test equipment in troubleshooting Compatibility Test Facility (CTF) Lubricating Oil systems. This procurement is intended to be conducted on a competitive brand name basis, emphasizing the importance of these specific instruments in ensuring the reliability and efficiency of naval operations. Interested small businesses are encouraged to submit capability statements, with responses due by 3:00 PM EST on April 30, 2025, to Contract Specialist John Ngov at john.m.ngov.civ@us.navy.mil. All submissions must adhere to the specified guidelines and will become government property upon receipt.
NORTEK AQUADOPP PROFILER FOR NOAA CENTER FOR OPERATIONAL OCEANOGRAPHIC PRODUCTS AND SERVICES (CO-OPS) OFFICE
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract with Nortek USA Inc. for the procurement of Nortek Aquadopp Profilers to support high-latitude oceanographic sensor deployments as part of the Department of Defense’s Arctic Edge 2025 exercise near Anchorage, Alaska. The Aquadopp Profiler 2 Z-Cell 600 kHz is uniquely suited for this mission due to its zero-blank distance capability, which allows for accurate current measurements in challenging Arctic environments, and its compatibility with existing NOAA operational infrastructure. Interested parties who believe they can meet the government's requirements may submit documentation to the primary contact, Michelle Walton, at michelle.walton@noaa.gov within 15 days of this notice, as no competitive proposals will be accepted.
F--Synopsis: FISH MARKING IDIQ - OR WA ID
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking industry feedback for a proposed multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract for fish marking services in Oregon, Washington, and Idaho. This opportunity aims to establish standards for tagging and marking fish, emphasizing the importance of training, adherence to fish handling standards, and maintaining high tag retention rates to support effective wildlife management. Interested vendors are encouraged to review the attached Fish Marking Standards document and provide comments, with the solicitation expected to be announced under full and open competition within the NAICS code 561320, Temporary Help Services, which has a size standard of $34 million. For further inquiries, potential contractors can contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.
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.
Time Tagger
Buyer not available
The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the procurement of a Time Tagger system and software from Swabian Instruments. The primary requirements include advanced technical specifications such as a maximum RMS jitter of two picoseconds, a minimum of four input channels upgradable to at least twelve, and a data transfer rate of 80 million tags per second, scalable to 1200 million tags per second using FPGA technology. This procurement is critical for enhancing research capabilities in quantum optics and ensuring compatibility with existing systems, with an estimated acquisition cost between $10,000 and $250,000. Interested parties may submit capability statements to Maribel Ramirez at maribel.ramirez23.civ@us.navy.mil by the closing date of December 20, 2025.