Acoustic / Optical Televiewer
ID: W9128F25Q0033Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

MEASURING TOOLS, CRAFTSMEN'S (5210)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Omaha District, is seeking proposals for the procurement of one Acoustic/Optical Televiewer and associated equipment to enhance downhole characterization in investigatory boreholes. The contract requires the vendor to supply a complete set of equipment, including a winch with a maximum operating depth of 500 feet, as well as necessary software and components, ensuring functionality without government oversight. This procurement is critical for improving drilling operations and geological assessments, with proposals due by April 2, 2025. Interested vendors should contact Tina L. Keimig at tina.l.keimig@usace.army.mil or Nadine Catania at Nadine.L.Catania@usace.army.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) Omaha District has issued an amendment to a contract modification for the procurement of Acoustic-Optical Televiewer equipment. The primary purpose of this amendment is to update the equipment list without altering other terms and conditions of the original solicitation. The contract entails providing a one-time purchase that will assist with downhole characterization in investigatory boreholes. Changes include the correction of the item description from “Acoustics/Optional Televiewer Equipment” to “Acoustic/Optical Televiewer Equipment,” along with a detailed list of equipment and software required, including an acquisition system, WellCAD software, and various televiewer components. This contract is categorized as a non-personnel supply agreement, emphasizing that the vendor will deliver all necessary tools and comply with established performance standards without government oversight. The summary of changes outlines the specifications for both acoustic and optical sensors needed for proper functionality, focusing on high sensitivity and detailed measurements essential for the mission. Delivery of the equipment will take place at a designated USACE location in Omaha, Nebraska. This procurement process reflects the federal government’s structured approach to securing specialized equipment for critical engineering and geological assessments.
    The document is an amendment to a solicitation by the U.S. Army Corps of Engineers (USACE), Omaha District, regarding the procurement of an acoustic/optical televiewer. The amendment modifies the Statement of Work (SOW) to change measurement units from meters to feet. This procurement is for a one-time supply contract aimed at enhancing the capabilities of the Omaha Drilling Production Center, specifically for downhole characterization of faults and fractures in investigatory boreholes. The main objectives are to acquire necessary equipment for ongoing drilling efforts, ensuring operational efficiency and project success. The vendor is responsible for supplying the televiewer and associated equipment, adhering to specified performance standards without government supervision. The contract includes detailed specifications for various components such as cables, software, and televiewer sensors, emphasizing the importance of timely delivery and safeguarding government property. The contract will be fulfilled at the USACE facility in Omaha, NE, and involves no on-going maintenance, highlighting its one-time purchase nature. This amendment serves to clarify procurement details, emphasizing the significance of the required equipment for enhancing drilling operations while maintaining compliance with government standards.
    The document addresses inquiries related to RFP W9128F25Q0033, concerning the procurement of an Acoustic/Optical Televiewer and associated equipment. The customer lacks any existing gear, necessitating a complete supply of apparatus to operate the televiewer, including a winch specifically required for its deployment. A maximum operating depth of 500 feet is assumed for the winch. The project does not require the Gamma Ray option for the televiewer. The lack of existing cables prompts a request for detailed specifications to ensure compatibility with the provided equipment. Overall, these Q&As emphasize the need for comprehensive equipment provision to facilitate the functionality of the required televiewer for the government's exploratory purposes.
    The document outlines a government Request for Proposal (RFP) for the procurement of an acoustic/optical televiewer by the U.S. Army Corps of Engineers (USACE), Omaha District. The primary objective is to supply a televiewer to assist with downhole characterization for investigatory boreholes, detailing specifications for required equipment. The vendor must deliver all parts and ensure functionality as outlined in the Statement of Work, and the contract is designated for small business participation, including service-disabled veteran-owned and women-owned businesses. Proposals are due by April 2, 2025, and should include essential company information, confirm compliance with specifications, and indicate agreement with the RFP terms. The evaluation criteria emphasize adherence to technical specifications and pricing considerations. Unique identification marking requirements for delivered items are specified, adhering to Defense Department guidelines. The document is structured to provide clear instructions for submission, including clauses, terms, and conditions applicable to the contract, ensuring that stakeholders understand their obligations. Through this RFP, the government seeks to enhance its drilling operations while adhering to federal acquisition regulations and supporting small business initiatives.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    HYDRAULIC SPLIT DOUBLE-DRUM SPUD WINCH
    Dept Of Defense
    The U.S. Army Corps of Engineers, Wilmington District, is seeking a contractor to provide a Portable Hydraulic Split Double-Drum Spud Winch for the MPV “Brandy Station” under Solicitation No. W912PM26QA009. The contractor must furnish all labor, materials, and services to deliver a marine-grade winch capable of hoisting 18” x 60’ steel spuds, powered by a Tier 4 compliant diesel engine, within 15 days of contract award. This procurement is critical for enhancing operational capabilities and ensuring compliance with safety and transportation regulations. Interested parties must submit their quotes and technical proposals electronically by December 18, 2025, at 2:00 PM EDT, with questions due by December 11, 2025, at 4:00 PM EDT. For further inquiries, contact Diana Curl at diana.d.curl@usace.army.mil or Rosalind Shoemaker at rosalind.m.shoemaker@usace.army.mil.
    Hydro-Mechanical Unit (HMU) Harness Tester
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the design and provision of a Hydro-Mechanical Unit (HMU) Harness Tester, identified as LTCT31902-1, to meet specific testing requirements for the HMU part number 2541347. This procurement is crucial for ensuring the reliability and functionality of electrical components used in military applications, particularly in the context of communication and energy systems. Interested vendors should reach out to Ellen Bethea at ellen.r.bethea.civ@army.mil or call 571-588-0957 for further details regarding the solicitation process and requirements.
    NDT Modernization
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-Rock Island, is seeking proposals from qualified small businesses for the modernization of Non-Destructive Testing (NDT) systems at the Rock Island Arsenal. The procurement aims to enhance the capabilities of the NDT lab through the installation of new linear accelerators and X-ray tubes, while ensuring compliance with national safety standards such as OSHA, ASTM, and ANSI. This modernization is critical for maintaining operational efficiency and readiness within the Joint Manufacturing and Technology Center (RIAJMTC). Interested vendors must submit their bids by December 20, 2024, and can direct inquiries to Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil.
    Coplanar Pressure Transmitters for the Dredge Goetz
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of coplanar pressure transmitters for the Dredge Goetz. These transmitters are critical for measuring and controlling pressure, temperature, and humidity, which are essential functions for the operational efficiency of the dredging equipment. The performance of these instruments is vital for ensuring the safety and effectiveness of dredging operations, particularly at the Fountain City Service Base in Wisconsin, where the equipment will be utilized. Interested vendors can reach out to Benjamin Knutson at benjamin.t.knutson@usace.army.mil or call 651-290-5418 for further details regarding the solicitation process.
    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.
    Multiple Award Task Order Contract for the Lease of Cutterhead, Hydraulic Pipeline Dredges (not Less Than 24-Inch Diameter), Fully Operated with Attendant Plant and Personnel, with a Draft not to Exceed 9 Feet, for Construction and Maintenance Dredging wit
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Vicksburg District, is preparing to issue a Request for Proposals (RFP) for a Multiple Award Task Order Contract focused on the lease of cutterhead, hydraulic pipeline dredges with a diameter of not less than 24 inches. This procurement aims to secure fully operated dredging services, including the necessary plant and personnel, for construction and maintenance dredging activities within the Vicksburg District, with a draft not exceeding nine feet. The contract, valued at a combined capacity of $99.5 million, will be awarded as Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts over a five-year period, with individual task orders estimated between $5 million and $10 million. Interested vendors should register on the Interested Vendors List at https://sam.gov/ and are encouraged to monitor the Contract Opportunities Website for updates, as the solicitation is expected to be issued in January 2026, with proposals due in February 2026. For further inquiries, contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract titled "The Dalles Oil Accountability Measures," aimed at enhancing oil monitoring systems at The Dalles Dam in Oregon. The project focuses on implementing automated systems to improve the accountability and monitoring of approximately 400,000 gallons of oil used in various equipment, thereby minimizing potential oil releases into the Columbia River and fulfilling environmental compliance requirements. The contract value is estimated between $1,000,000 and $5,000,000, with proposals due by December 15, 2025, at 11:00 AM PST, and a mandatory site visit scheduled for December 3, 2025. Interested parties can contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further information.
    A-E HYDROGRAPHIC MAPPING AND SURVEYING SERVICES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Portland District, is seeking responses from small business firms for architect-engineering (A-E) services related to hydrographic mapping and surveying. The procurement aims to gather information on the capabilities and qualifications of interested parties to inform future solicitation strategies, with a focus on various hydrographic and geodetic services, including single transducer and multi-beam surveys, side-scan sonar, and environmental monitoring. This contract, anticipated to be advertised in April 2026, will be awarded in accordance with the Brooks A-E Act, and interested firms must submit their qualifications and relevant project examples by January 5, 2026, at 3:00 p.m. Pacific Time, to Kristel Flores and Alicia Evans via email. Firms must also be registered in the System for Award Management (SAM) to be eligible for consideration.