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
    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
    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
    7G--Passive Integrated Transponders (PIT) Tags & Associated Equipment IDIQ
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified vendors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Passive Integrated Transponders (PIT) Tags and associated equipment. This procurement aims to replace the previous solicitation with a new one identified as 140R4026R0003, which will facilitate the acquisition of essential tracking and monitoring technology used in various environmental and wildlife management applications. The PIT tags and equipment are crucial for ensuring effective data collection and management in ecological studies and resource conservation efforts. Interested parties can reach out to Russell Oaks at rdoaks@usbr.gov or by phone at 801-524-3825 for further details regarding this opportunity.
    7G--Passive Integrated Transponders (PIT) Tags & Associated Equipment IDIQ
    Interior, Department Of The
    The Bureau of Reclamation, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for Passive Integrated Transponder (PIT) tags and associated equipment, including readers, implanters, antenna systems, and software. This procurement aims to support the tracking of animals, primarily fish, which is essential for research and monitoring within the Department. The anticipated contract will be a five-year Multiple Award, Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a Partial Small Business Set-Aside for specific CLINs, allowing for awards to up to two large businesses and three small businesses. Interested parties should monitor www.SAM.gov for the official solicitation expected in January 2026, and may contact Russell Oaks at rdoaks@usbr.gov or 801-524-3825 for further information.
    Qualified manufactures of Approved LF RFID 840 USDA Tags Approved for Cattle
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through the Animal Plant Health Inspection Service (APHIS), is seeking qualified manufacturers to supply plastic tamper evident low frequency radio frequency identification (LF RFID) 840 USDA Official ID button-type ear tags for cattle. The procurement aims to secure a reliable source of these tags, which are essential for the official identification of cattle across the nation, ensuring compliance with animal traceability programs. Interested manufacturers must be USDA-approved producers of low frequency 840 tags and applicators, with the expectation of a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract anticipated for a five-year period. Interested vendors should express their interest by emailing Jason L. Wilking at Jason.L.Wilking@usda.gov, providing details about their manufacturing capabilities and production capacity.
    FISH Rainbow Trout - Fort Bragg
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to supply live rainbow trout for fisheries management and enhancement at Fort Bragg, North Carolina. The procurement requires 850 live rainbow trout measuring 10-16 inches for Holland Lake and 600 for Wyatt Lake, emphasizing the importance of these fish for local ecological management. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further inquiries, potential bidders can contact Deanna Orona at Deanna.m.orona.civ@army.mil or by phone at 910-396-7694.
    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.
    GPS/GSM Avian Transmitters
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking to procure fifty (50) GPS/GSM avian transmitters for its Wildlife Services program in Utah. This procurement aims to fulfill mission requirements related to wildlife management and monitoring. The contract will be a one-time commercial purchase order, with delivery required to Millville, Utah, and is set aside for small businesses under NAICS code 334220. Interested vendors should direct inquiries to Amanda Barbosa at amanda.barbosa@usda.gov, with the anticipated contract effective date being January 1, 2026.
    PIER/RAIL Repair Kits - J&A Redaction
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is planning to award a sole-source contract for PIER/RAIL Repair Kits to Edwards Design and Fabrication Incorporated (EDFI). This procurement involves up to 130 sets of expedient pier repair and off-loading ramp kits, with a total contract value of $10.3 million over five years, funded by FY2022 and FY2023 RDT&E and OPA funds, to support operational needs for the United States Indo-Pacific Command (USINDO-PACOM) and United States European Command (USEUCOM). EDFI has been the sole provider of these kits since 2016, leveraging its unique expertise and proprietary manufacturing processes, which are critical to avoiding significant delays and costs associated with qualifying alternative sources. Interested parties can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or Jeffrey B. Yeager at jeffrey.b.yeager2.civ@army.mil for further information.
    Sources Sought For Fire Alarm Radio Transmitter
    Dept Of Defense
    The Department of Defense, specifically the Naval Facilities Engineering Systems Command, Pacific (NAVFAC Pacific), is conducting a market survey to identify potential suppliers for fire alarm radio transmitters that meet or exceed the performance and approval requirements of the Kingfisher Company, Inc. S T A R Software Defined Radio Transmitter. The procurement involves four fire alarm radio transmitters for various substations on Naval Base Guam, which must be compatible with existing equipment and adhere to specific regulatory standards. This initiative is crucial for enhancing safety measures within military installations, and interested firms are invited to submit detailed technical data by December 18, 2025, at 2:00 p.m. H.S.T. Submissions should be directed to Ms. Josie Damo-Agcaoili via email, and late submissions will not be considered.
    Spotting Instrument
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command Detroit Arsenal (ACC-DTA), is soliciting proposals for the procurement of 178 Spotting Instruments (NSN: 6650-01-549-5838, Part Number: 13016120) under a 100% Small Business Set-Aside contract. This Firm-Fixed Price contract includes an option for an additional 178 units and requires a First Article Test Report (FATR) within 270 days post-award, with delivery of the instruments expected within 420 days, or 150 days if the FATR is waived. The instruments are critical for military operations, necessitating compliance with specific packaging, marking instructions, and security training requirements, including OPSEC and CIAR training for contractor personnel. Interested parties must submit their proposals to Contract Specialist Richard Hall via email by the specified deadline and ensure they have the necessary JCP certification to access the Technical Data Package (TDP) available on SAM.gov.
    Fiber-Reinforced Polymer (FRP) Mat for ERDC GSL
    Dept Of Defense
    The Department of Defense, through the U.S. Army's Engineering Research and Development Center (ERDC), is seeking quotes for the procurement of Fiber-Reinforced Polymer (FRP) mats intended for use as temporary road systems. The requirement includes the manufacturing of 100 FRP panels, each measuring 80x80 inches, constructed from layers of glass fiber impregnated with polyester resin, and featuring a non-skid surface in "Army" green. These mats are critical for enhancing mobility and operational efficiency in various military applications, with a completion deadline set for July 1, 2026. Interested small businesses must submit their offers by December 24, 2025, to the designated contacts, Angie Stokes and David Ammermann, via email, ensuring compliance with all specified requirements and regulations.