Remote Control Systems for ADCP's IAW Salients
ID: 140G0126Q0013Type: Solicitation
Overview

Buyer

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

NAICS

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

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 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.

    Point(s) of Contact
    Nicanor, Cynthia
    703648
    703648
    cnicanor@usgs.gov
    Files
    Title
    Posted
    The document outlines the salient characteristics for a Remote Control System for Acoustic Doppler Current Profiler (ADCP), specifically for the Teledyne RD Instruments RiverRay/RiverPro ADCP. The requirement is for three such systems, each consisting of a conversion kit that transforms ADCP flotation devices into remote-controlled, unmanned surface vehicles (USV). Key components of the kit must include two propulsion thrusters, a communication/power module, a hand-held remote control with display and joystick, rechargeable batteries/chargers, mounting hardware, and cabling. The converted ADCP must achieve a maximum speed of at least 9.5 ft./sec. and a cruise speed of at least 4.5 ft/sec. The system requires a 2.4 GHz transmitter with a communication range of at least 300 ft. and battery life for at least 1.5 hours of continuous operation at cruising speed. Assembly must not require special tools or modifications to the ADCP float, and the kit components must be transported in ruggedized, shockproof cases. This RFP details essential features for a specialized remote control system to enhance ADCP functionality.
    The U.S. Geological Survey (USGS) Office of Acquisition and Grants outlines mandatory IT security guidelines for contractors in this 18-point FISMA checklist. These requirements are incorporated into Statements of Work/Performance Work Statements and apply to COTS hardware/software, custom application development/maintenance, and outsourced/on-site IT services. Key provisions include background investigations, non-disclosure agreements, annual security awareness training, and immediate notification of personnel changes. Contractors must adhere to DOI IT security policies, NIST Special Publications (e.g., SP 800-53, SP 800-37), and FIPS standards for system development, security categorization, and certification & accreditation. The document also addresses property rights for software, independent verification and validation, incident reporting, quality control (malicious code prevention), annual self-assessments, vulnerability analysis, logon banners, and contingency planning. Special attention is given to the protection of Privacy Act System of Records data, with strict rules against unauthorized data release and criminal penalties for violations. Performance of services outside the U.S. requires written permission and an acceptable security plan.
    This government Request for Quote (RFQ) 140G0126Q0013, issued by the USGS OAG RESTON ACQUISITION BRANCH, seeks bids for a Stork, SRS-RP/RR Remote Control Kit for Teledyne RDI RiverPro/RiverRay Trimaran Boat, with delivery required within 30 days of order. The acquisition is a total small business set-aside with NAICS code 334511 and a 100-person size standard. Offers are due by December 15, 2025, at 11:00 AM EST. The solicitation includes various FAR clauses related to commercial products and services, such as those concerning small business programs, anti-trafficking, and electronic payments. It emphasizes that offers must adhere to specifications, including "brand name or equal" requirements, and requires offerors to register with the System for Award Management (SAM) and submit electronic invoices via the Invoice Processing Platform (IPP).
    Lifecycle
    Title
    Type
    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.
    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.
    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.
    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.
    PARTS KIT SEAL REPLACEMENT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    RODMETER,UNDERWATER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of underwater rodmeters. This contract requires the manufacture and supply of rodmeters that meet specific military standards, including compliance with MIL-STD packaging and government source inspection. These navigational instruments are critical for various defense applications, ensuring operational readiness and effectiveness in underwater environments. Interested vendors must submit their quotes electronically to Brian J. Cawley at BRIAN.J.CAWLEY2.CIV@US.NAVY.MIL, including detailed pricing, delivery timelines, and proof of authorization as a distributor. The solicitation emphasizes a firm-fixed price structure and requires responses within a specified timeframe.
    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.
    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.
    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.
    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.