Digital Borehole Camera System IAW Salients
ID: 140G0126Q0010Type: Solicitation
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

DRAFTING, SURVEYING, AND MAPPING INSTRUMENTS (6675)

Set Aside

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

    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide a Digital Borehole Camera System in accordance with specified salients for delivery to New Cumberland, PA. The procurement requires a system that includes a Digital Borehole Camera, Camera Control Unit, and Camera Centralizer Kit, capable of producing simultaneous digital video and 360-degree side video at a resolution of 1280 x 960, and operating at depths of up to 6,000 feet. This equipment is essential for geological surveys and assessments, facilitating real-time data collection and analysis. Interested vendors must submit their quotes by December 12, 2025, at 11:00 AM EST, with the anticipated award date set for December 28, 2025. For inquiries, contact Cynthia Nicanor at cnicanor@usgs.gov.

    Point(s) of Contact
    Nicanor, Cynthia
    703648
    703648
    cnicanor@usgs.gov
    Files
    Title
    Posted
    The document outlines the salient characteristics for a Digital Borehole Camera System, likely for a government Request for Proposal (RFP). The system comprises three main components: a Digital Borehole Camera, a Camera Control Unit, and a Camera Centralizer Kit. The camera must be capable of producing digital video and 360-degree side video simultaneously at 1280 x 960 resolution, operate down to 6,000 ft, and function between 0 to 70°C. It must interface with Mount Sopris or Century Geophysics wireline systems and include internal USB memory. The control unit must be compatible with the camera, provide power and communication, and include WiFi, Ethernet, HDMI, and USB connectivity. It should facilitate real-time video display on mobile devices and be powered by 120 volts. The centralizer kit must include all hardware for centering the camera in a borehole, such as rods, collars, fasteners, and tools. The entire system must be delivered with all necessary accessories and a protective transportation case.
    The Electronic Software Accessibility Requirements Statement outlines that ICT software must comply with revised Section 508 standards, ensuring conformance to WCAG 2.0 Level A and AA Success Criteria. It specifies word substitutions for non-Web software and documents, mandates interoperability with assistive technology, and details requirements for programmatically determinable object information and modification capabilities. Additionally, it instructs that accessibility requirements be included in solicitation documents and directs users to the Revised 508 Standards Toolkit for procurement processes.
    The U.S. Geological Survey Office of Acquisition and Grants outlines IT security guidelines for contractors in this FISMA 18-Point Checklist. These requirements are integrated into Statements of Work/Performance Work Statements and cover areas such as background investigations, non-disclosure agreements, mandatory annual security awareness training, and prompt notification of personnel changes. The guidelines also specify that work cannot be performed outside the U.S. without written permission and require adherence to DOI System Development Life Cycle (SDLC) and NIST standards. Contractors must comply with asset valuation, property rights for software, independent verification and validation, certification and accreditation processes, and incident reporting. The document emphasizes the importance of secure software/hardware, annual self-assessments, vulnerability analysis, and contingency planning to protect DOI data and systems.
    This government Request for Quote (RFQ) (Solicitation Number 140G0126Q0010) seeks a Brand Name or Equal Digital Wireline Camera Kit for the USGS. The solicitation, issued by the USGS OAG RESTON ACQUISITION BRANCH, specifies a NAICS code of 334513 with a 100% small business set-aside. Offers are due by December 12, 2025, at 11:00 AM EST. Key requirements include compliance with various FAR clauses, such as those related to System for Award Management, Commercial and Government Entity Code maintenance, and specific ethical and labor standards. The selected contractor must submit invoices electronically via the U.S. Department of the Treasury's Invoice Processing Platform (IPP) and adhere to a 30-day delivery timeframe after receipt of the order. The document also details instructions for offerors, including submission requirements, evaluation criteria, and regulations concerning foreign purchases and supply chain security.
    Lifecycle
    Title
    Type
    Solicitation
    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.
    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.
    Aviation Borescope
    Dept Of Defense
    The Department of Defense, specifically the Nebraska Army National Guard (NEARNG), is seeking quotes for the procurement of one Everest Mentor Flex borescope, as outlined in a combined synopsis and solicitation notice. The borescope must meet specific technical requirements, including dimensions, electrical specifications, and image resolution, and is essential for maintenance tasks as per the LUH-72 Turbomecha maintenance manual. Interested small businesses are encouraged to submit their quotes, with a deadline for submissions set for 10:00 a.m. on January 5, 2026, and questions due by 10:00 a.m. on December 22, 2025. For further inquiries, potential bidders can contact Patricia Lee-Smith at patricia.h.lee-smith.civ@army.mil or by phone at 402-309-8294.
    76--GPSC5 Amendment Five Request for Qualifications
    Interior, Department Of The
    The Department of the Interior, through the United States Geological Survey (USGS), is seeking qualified architect-engineer firms for the Geospatial Product and Services Contract v5 (GPSCv5), which involves Indefinite Delivery Indefinite Quantity (IDIQ) contracts for professional mapping services across the U.S. and its territories. The procurement aims to award up to ten contracts, with a total not-to-exceed value of $850 million, focusing on services such as remotely sensed data acquisition, high-resolution topographic and geophysical data, and emergency response capabilities. This initiative is crucial for enhancing geospatial data services and ensuring effective management of large-scale mapping projects. Interested firms must submit their qualifications using the SF330 form by January 14, 2026, and can direct inquiries to Trisha Beals at GPSC5@usgs.gov.
    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.
    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.
    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.
    FDVS CAMERA SYSTEM
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide overhaul and repair services for the FDVS Camera System, identified by Stock Number 5855-01-615-8016 and Part Number WM-0300. The procurement involves opening, inspecting, reporting, and overhauling two units of this specialized electronic equipment, which is critical for operational readiness on Coast Guard vessels. The selected contractor will be responsible for ensuring compliance with stringent packaging and preservation requirements, with a total estimated repair cost not to exceed $11,200, and must deliver the units to the Coast Guard's facility in Baltimore, MD. Interested parties should submit their quotes by 9 AM Eastern Daylight Savings Time on November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil.