DIGITAL TEMPERATURE CABLE IAW SALIENTS
ID: 140G0125Q0019Type: Solicitation
AwardedJan 15, 2025
$21.3K$21,326
AwardeeFSR CONSULTING LLC 618 S BROAD ST STE 2 Lansdale PA 19446 USA
Award #:140G0125P0030
Overview

Buyer

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

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

PRESSURE, TEMPERATURE, AND HUMIDITY MEASURING AND CONTROLLING INSTRUMENTS (6685)

Set Aside

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

    The U.S. Geological Survey, under the Department of the Interior, is seeking qualified small businesses to provide Digital Temperature Cables in accordance with specified salients for temperature profiling applications. The procurement requires the delivery of cables measuring 34 feet in length, equipped with 28 temperature sensors spaced at 1-foot intervals, and designed to operate within a temperature range of -55 to 85 degrees Celsius with a measurement accuracy of +/-0.2 degrees Celsius. This equipment is crucial for precise temperature monitoring in various environmental and industrial applications. Interested vendors must submit their quotes by January 13, 2025, and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov. The anticipated award date for the contract is February 1, 2025.

    Point(s) of Contact
    Nicanor, Cynthia
    703648
    703648
    cnicanor@usgs.gov
    Files
    Title
    Posted
    The document outlines the specifications for a Digital Temperature Cable, intended for temperature profiling applications. Key features include a 36-foot cable with 5 feet of lead wire before the first of 32 temperature sensors, each spaced 1 foot apart. The cable connects to a data collection device via stripped and tinned wires and supports SDI-12 communication output. It operates within a temperature range of -55 to 85 degrees Celsius, with a measurement accuracy of +/-0.2 degrees Celsius and a 1-second update interval. The sensors must require no maintenance or calibration and fit within a diameter of 0.9 inches. The cable is powered externally via a nominal 12 VDC source. This technical specification is part of a broader government initiative, likely responding to a request for proposals (RFP) for precision temperature monitoring in various applications while ensuring compliance with operational standards.
    The document outlines the specifications for two digital temperature cables, intended for temperature profiling applications. Each cable measures 34 feet long with a 7-foot lead before the first of 28 embedded temperature sensors, spaced at 1-foot intervals. The sensors begin from the end connecting to a data collection device and terminate with stripped and tinned leads. The cables feature SDI-12 communication output and boast a measurement accuracy of +/-0.2°C within a temperature range of -40 to 85°C. They are designed to operate within -55 to 85°C, with a temperature measurement update interval of 1 second, powered by an external 12 VDC source. The sensor bodies are limited to a diameter of 0.9 inches and require no maintenance or calibration. This document is likely a part of a government Request for Proposals (RFP) aimed at procuring precise and reliable temperature measurement solutions for monitoring applications in various sectors, ensuring adherence to technical specifications and functional performance standards.
    The document outlines an amendment to solicitation number 140G0125Q0019, issued by the U.S. Geological Survey for temperature sensors. The primary purpose of this amendment is to update specific requirements, particularly modifications to the salients regarding cable length and sensor quantity, and to extend the due date for quote submissions from December 5, 2024, to January 13, 2025, at 11:00 AM EST. Detailed changes include a reduction in overall cable length from 36 feet to 34 feet and a decrease in temperature sensors from 32 to 28 units, maintaining a consistent spacing interval of 1.0 foot. Additionally, the document emphasizes the necessity for contractors to acknowledge receipt of the amendment for their offers to be considered. Contact information for inquiries regarding the request for quotations is provided, ensuring clear communication with potential vendors. Overall, this amendment reflects administrative adjustments while keeping the essential terms and conditions of the original solicitation intact.
    This document outlines a Request for Proposal (RFP) related to acquiring commercial items, specifically focused on temperature sensors. It includes key details such as the contracting agency, the address for submission, solicitation number, due date, and criteria for offer evaluation. The RFP specifies requirements for the proposed items, including delivery terms and potential invoicing procedures. Additionally, it incorporates various Federal Acquisition Regulations (FAR) clauses that govern contract terms, conditions, and compliance, emphasizing the need for contractors to follow specific statutory obligations related to veteran-owned businesses, small business set-asides, and electronic invoicing. Notably, the document also specifies mandatory representations concerning covered telecommunications equipment or services, further ensuring compliance with updated security guidelines. Overall, the document serves as a formal solicitation for bids, aiming to procure equipment while adhering to federal acquisition standards and promoting small business participation.
    Similar Opportunities
    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.
    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.
    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.
    ENVIRONMENTAL CHAMBER
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking proposals for the procurement of a new environmental chamber designed for testing concrete, aggregate, soils, and rock. The new chamber must be a freestanding, reach-in unit with specific internal dimensions and capabilities, including a temperature range of -30 °C to 180 °C and humidity levels from 10% to 95%, along with a shelf load capacity of 75 lbs per shelf. This equipment is critical for ensuring accurate and reliable testing in environmental conditions, as the current chamber is outdated and frequently requires repairs. Interested vendors should note that the contract is set aside for small businesses, and proposals must be submitted electronically, with delivery to Denver, CO, required within 180 days of award. For further inquiries, contact Kelly Cook at kcook@usbr.gov or by phone at 303-445-3395.
    ICEPOES MX SERVICES
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking quotes for on-site service, maintenance, and software support for Perkin Elmer ICP-OES Optima 8300 DV instruments and Cetac ASX-560 autosamplers at the National Water Quality Lab in Denver, Colorado. The procurement includes a base year contract from February 1, 2026, to January 31, 2027, with two additional one-year options, emphasizing the need for adherence to OEM specifications and the use of certified technicians for repairs and maintenance. This service is critical for ensuring the operational efficiency and reliability of laboratory equipment used in water quality analysis. Interested vendors must submit their quotes by 11:00 AM EST on January 5, 2026, to the primary contact, Stephanie Doutt, at sdoutt@usgs.gov, with quotes remaining valid for 90 days.
    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.
    Twenty-seven (27) semirigid cables, two (2) VNA test cables, ten (10) flexible cables
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking sources for the procurement of twenty-seven (27) semirigid cables, two (2) VNA test cables, and ten (10) flexible cables. These cables are critical for the automated measurement of NIST's standard reference materials related to complex permittivity, supporting the NIST CHIPS program. The sources sought notice outlines specific technical requirements for each cable type, including dimensions, frequency ranges, and connector specifications, and emphasizes that this inquiry is for market research purposes only, with no commitment to issue a solicitation or award a contract. Interested vendors should provide their company information, product details, and pricing to the primary contact, Elizabeth Timberlake, at elizabeth.timberlake@nist.gov, or the secondary contact, Donald Collie, at donald.collie@nist.gov.
    TRANSMITTER, TEMPERATURE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of temperature transmitters under Solicitation Number SPE4A623RX309. This opportunity involves a Commercial Indefinite Delivery Contract with a base period of three years and two one-year option years, focusing on the supply of temperature measuring instruments, specifically NSN 6685-00-075-7495. The selected contractor will be required to provide a minimum of 46 units and up to 182 units annually, with delivery expected within 131 days after receipt of order. Interested small businesses are encouraged to respond with a completed surplus certificate and pricing information, and should direct inquiries to Cassandra Blagmon at cassandra.blagmon@dla.mil or by phone at 804-279-3917. The solicitation is anticipated to be available on November 3, 2022, via the DIBBS website.
    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.
    59--RM YOUNG REPAIR PARTS, FY26
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management at the National Interagency Fire Center, intends to negotiate a contract with R.M. Young Company, LLC for the procurement of repair and calibration parts for the R.M. Young Wind Speed and Wind Direction Sensor. This acquisition is critical for maintaining the functionality of equipment used in monitoring environmental conditions, which is essential for effective fire management and response operations. The estimated value of this contract is $202,465.82, and interested parties must submit their qualifications by 5 PM Eastern on December 26, 2025, to be considered, as no Request for Quotation will be issued. For inquiries, contact Casey Gean Boyd at cmboyd@blm.gov.