WSD Coho PIT Tags
ID: W912P725Ro007Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SAN FRANSAN FRANCISCO, CA, 94102-3406, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (33422)

PSC

UNDERWATER SOUND EQUIPMENT (5845)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 12:00 AM UTC
Description

The U.S. Army Corps of Engineers, San Francisco District, is conducting market research to identify sources for the APT12 FDX-B Passive Integrated Transponder (PIT) Tag, a radio frequency identification (RFID) device that complies with ISO Standards 11784 and 11785. The procurement aims to support the Lake Sonoma California Hatchery Service and requires products that are "Made in America," adhering to the guidelines set forth by the Federal Trade Commission regarding U.S. origin claims. Interested parties, including small businesses and those with specific certifications, are invited to provide feedback via email to Logan Champlin at logan.champlin@usace.army.mil, as no award or solicitation is currently available. Responses should include contact information, CAGE Code, UEI number, small business category, and country of origin for the product.

Files
Title
Posted
Mar 25, 2025, 10:06 PM UTC
The document details the Federal Trade Commission (FTC) guidelines regarding "Made in USA" claims, ensuring fair marketplace practices against misleading representations of U.S. origin products. It establishes that for an unqualified claim, products must be "all or virtually all" made in the U.S., including all significant parts and processing. Manufacturers must substantiate such claims with reliable evidence. The FTC policy covers claims made in advertising, labeling, and promotional materials, and addresses both express and implied claims concerning U.S. content. It differentiates between qualified claims, which describe the extent of domestic content, and unqualified claims. Additionally, it outlines the responsibilities of the U.S. Customs Service in determining the country of origin, emphasizing the importance of clear consumer communication regarding product origins. Violations may be reported to the FTC, and the document clarifies various statutes governing labeling requirements in specific industries such as textiles and automobiles. The guidance aims to prevent consumer deception and ensure compliance in advertising and labeling practices. This information is relevant for businesses engaged in federal and local government requests for proposals (RFPs) and grants requiring adherence to origin claims in economic activities.
Lifecycle
Title
Type
WSD Coho PIT Tags
Currently viewing
Sources Sought
Similar Opportunities
58--NOTICE OF INTENT TO SOLE SOURCE
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, intends to negotiate a sole source contract for the acquisition of InnovaSea Acoustic Telemetry System equipment, specifically acoustic transmitters for tracking adult Chinook Salmon. These transmitters are crucial for studying habitat usage, migration timing, and spawning locations, and must be compatible with existing Vemco receiver equipment to ensure data comparability and minimize costs associated with replacing the current receiver array. The procurement is justified due to the proprietary nature of the Vemco system, which has no alternative manufacturers or compatible products available. Interested parties must submit responses demonstrating the advantages of competition by April 29, 2025, to Contract Specialist Jack Skogen at JackSkogen@fws.gov.
ACOUSTIC TRANSMITTERS
Buyer not available
The U.S. Geological Survey (USGS) is seeking bids for the procurement of Juvenile Salmonid Acoustic Telemetry Systems, specifically 2,000 new acoustic transmitters, as outlined in Request for Quotation (RFQ) number 140G0325Q0088. The equipment must meet detailed technical specifications and be delivered in multiple phases, with the first 400 units required by July 1, 2025, and subsequent deliveries due by September 1 and October 20, 2025. This procurement is crucial for scientific research and environmental management, particularly in the study of juvenile salmonid populations. Interested vendors must submit their quotations, including a signed SF 18 form and technical documentation, by May 2, 2025, and may direct inquiries to Yangzhi Deng at yangzhideng@usgs.gov by April 29, 2025.
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.
MNA Spillgate Repair Pit Work Platform
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is seeking contractors for the procurement of a new Spillgate Repair Pit Work Platform as part of project W912EF25Q011. The contractor will be responsible for providing the platform along with complete operation and maintenance manuals that adhere to the technical specifications, which will be detailed in the forthcoming solicitation. This equipment is crucial for maintenance operations related to spillgate systems, ensuring operational efficiency and safety. Interested small businesses are encouraged to reach out to Chandra D. Crow at chandra.d.crow@usace.army.mil or by phone at 509-527-7202 for further information, as no solicitation is currently available.
Sources Sought - Mud Mountain Dam (MMD) Fish Passage Facility (FPF) Trucking Services
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified small business firms to provide trucking services for the transportation of live salmonids from the Mud Mountain Dam Fish Passage Facility (FPF) to designated release sites in Enumclaw, Washington. The contractor will be responsible for supplying up to four trucks equipped to transport fish, ensuring compliance with safety regulations, and monitoring transport conditions, particularly dissolved oxygen levels, during operations scheduled from July to October 2025. This initiative is part of a broader effort to enhance fish populations and habitats, reflecting the government's commitment to environmental stewardship and effective resource management. Interested firms must submit their qualifications and contact information to Brantley Dowell at brantley.w.dowell@usace.army.mil by 12:00 PM PDT on May 2, 2025, and must be actively registered in the System for Award Management (SAM.gov).
Storage Tank Testing and Certifications
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide testing and certification services for above ground storage tanks at the Red River Army Depot (RRAD) in Texarkana, Texas. The procurement involves conducting American Petroleum Institute (API) 653 inspections, which include visual and ultrasonic thickness testing on a total of 17 tanks (11 horizontal and 6 vertical), with the aim of ensuring the integrity and safety of these facilities. This opportunity is particularly significant as it reflects the government's commitment to maintaining operational safety while promoting small business participation through a Total Small Business Set-Aside. Interested contractors must submit their proposals by May 13, 2025, and are encouraged to contact Brandon Barrett at brandon.m.barrett.civ@army.mil or 571-588-1501 for further information.
PINN PORTABLE DIGITAL RADIOGRAPHY SYSTEM
Buyer not available
The National Park Service (NPS) is seeking qualified vendors to supply and deliver a portable digital radiography (DR) wireless system for veterinary practice at Pinnacles National Park in California. This procurement aims to replace an outdated unit, with specifications including a wireless flat panel cesium iodide scintillator, a laptop or tablet with image viewing software, and a weight limit of 25 pounds, among other requirements. The contract will be awarded based on price and technical acceptability, with a submission deadline of April 23, 2025, and a performance period from May 13, 2025, to July 16, 2025. Interested parties should direct inquiries to Jack Northcutt at JackNorthcutt@nps.gov and ensure compliance with the Buy American Act and other federal regulations.
Army PFAS Response and Sampling Tool, Seattle District (NWS), U.S. Army Corps of Engineers (USACE)
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking information from qualified firms regarding their capabilities to provide remediation services related to Per- and Polyfluoroalkyl Substances (PFAS) in the Seattle District. The anticipated procurement will involve an Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total capacity of $85 million over a five-year period, focusing on off-post PFAS response actions, including sampling and clean drinking water solutions at multiple Army installations. This opportunity is crucial for addressing environmental concerns and ensuring public health safety in relation to PFAS contamination. Interested firms must submit their responses by 2:00 PM Pacific Daylight Time on May 5, 2025, to Russ Armstrong at russell.j.armstrong@usace.army.mil, and are encouraged to demonstrate relevant experience and capabilities in their submissions.
WA COLUMBIA RIVER FPO FISH MARKING IDIQ
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the WA Columbia River Fish Marking Indefinite Delivery Indefinite Quantity (IDIQ) contract, aimed at providing fish marking services across various locations in Washington, Oregon, and Idaho. This procurement seeks to engage multiple awardees to fulfill the requirements for fish marking in jurisdictions including Carson, Cascade Locks, Ahsahka, Estacada, Entiat, Leavenworth, Cook, Underwood, Warm Springs, and Winthrop. The contract is significant for the management and conservation of fisheries resources, ensuring compliance with federal regulations and promoting participation from small and diverse businesses. Interested parties must submit their proposals by May 7, 2025, with the contract period commencing on June 30, 2025, and lasting until June 29, 2030. For inquiries, contact Robert Sung at robertsung@fws.gov or call 503-872-2825.
VetAlert FMD and ASF test kits
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking to establish a sole-source indefinite delivery indefinite quantity (IDIQ) contract with Tetracore, Inc. for the procurement of diagnostic kits for Foot and Mouth Disease (FMD) and African Swine Fever (ASF). The USDA plans to purchase an initial 500 test kits for each disease, valued at $352,800 each, with potential annual renewals over a three-year period, emphasizing the critical need for these kits to maintain animal health readiness and prevent significant economic impacts from disease outbreaks. The justification for this sole-source procurement highlights Tetracore's unique qualifications, as it holds the only USDA licenses for these specific test kits and has validated products that meet regulatory standards. Interested parties can contact Jason L. Wilking at Jason.L.Wilking@usda.gov or by phone at 612-336-3210 for further information.