COSMOGENIC RADIONUCLIDE SAMPLE PROCESS
ID: 140G0225Q0130Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUISITION GRANTS-DENVERDENVER, CO, 80225, USA

NAICS

Testing Laboratories and Services (541380)

PSC

SPECIAL STUDIES/ANALYSIS- SCIENTIFIC DATA (B529)

Set Aside

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

    The U.S. Geological Survey (USGS) is seeking proposals for the processing and analysis of sediment samples to determine cosmogenic radionuclide (10Be) concentrations, which are vital for estimating surface ages in tectonically active regions and assessing regional seismic hazards. The contract will be awarded as a firm-fixed-price agreement, covering a base year with two optional years and a potential six-month extension, running from September 11, 2025, to March 10, 2029. Key requirements include quartz separation, chemical and target preparation, and Accelerator Mass Spectrometry (AMS) measurement, with deliverables expected within 24 weeks of sample receipt. Interested parties should note that the solicitation has transitioned to full and open competition, with proposals due by September 17, 2025, at 12:00 PM MT; for further inquiries, contact Jennifer Rollin at jrollin@usgs.gov or 303-236-9321.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided document outlines various processes and their associated costs for a government RFP, federal grant, or state/local RFP. It details the unit and total prices for
    Amendment 0001 to solicitation 140G0225Q0130 dissolves the small business set-aside, opening the solicitation for full and open competition. This change, in accordance with FAR 19.502-10, removes clauses 52.219-6 (Notice of Total Small Business Set-Aside) and 52.219-14 (Limitations on Subcontracting). The new closing date for offers is extended to September 17, 2025, at 12:00 PM MT. All other terms and conditions of the original solicitation remain unchanged. The anticipated award type is Firm Fixed Price. Offers must acknowledge receipt of this amendment by one of three methods: completing and returning copies of the amendment, acknowledging receipt on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers.
    The U.S. Geological Survey (USGS) issued an RFP, 140G0225Q0130, for commercial, non-personal services to process and analyze sediment samples for cosmogenic radionuclide (10Be) concentrations. This is crucial for estimating surface ages in tectonically active regions, providing insight into regional seismic hazards. The contract will be a firm-fixed-price award with a base year, two option years, and an optional six-month extension, spanning from September 11, 2025, to March 10, 2029. Key technical requirements include quartz separation, chemical and target preparation, and AMS measurement, with deliverables due 24 weeks from sample receipt. The solicitation emphasizes adherence to specific analytical methods, data quality, and timely delivery, outlining a Quality Assurance Surveillance Plan. Proposals must include a pricing schedule for all periods, and contractors must comply with various FAR clauses related to business ethics, labor standards, and electronic invoicing via the IPP system.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    GA99 SITE OPERATOR-USGS NATIONAL TRENDS NETWORK
    Buyer not available
    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.
    Isotope Analysis of Atmospheric Trace Gases
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking sources for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for isotope analysis of atmospheric trace gases in Boulder, Colorado. The procurement aims to identify vendors capable of providing comprehensive analysis of isotopic ratios and radiocarbon from atmospheric air samples, including stable isotopes of Carbon Dioxide (CO2) and Methane (CH4), with a focus on measurement precision and timely data delivery. This analysis is crucial for understanding greenhouse gas concentrations and isotopic ratios, which play a significant role in climate monitoring and research. Interested parties must respond by December 12, 2025, at 10:00 AM Mountain Standard Time, and can contact Anthony Eubanks at anthony.eubanks@noaa.gov or Remo Dela Cruz at remo.dela-cruz@noaa.gov for further information.
    68--Ricca Chemical Company Brand Name or Equal
    Buyer not available
    The U.S. Geological Survey (USGS) is conducting a Sources Sought Notice to identify firms capable of supplying pH buffer solutions, conductivity standards, and deionized water for the National Water Quality Laboratory (NWQL). These materials are essential for maintaining consistency in environmental water sampling and testing programs, which are critical for the USGS's monitoring of water quality trends across the nation. Interested firms must provide detailed information about their products, including compliance with the Buy American Act, and submit their responses by December 9, 2025, at 2:30 p.m. (MST) to Lisa Williams at ldwilliams@usgs.gov. This notice is for market research purposes only and does not constitute a request for proposals or guarantee a contract award.
    76--GPSC5 Amendment Five Request for Qualifications
    Buyer not available
    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.
    B--US Geological Survey (USGS) Landsat Next Mission Operations Center (MOC) Inform
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to support the Landsat Next Mission Operations Center (MOC) through a Special Notice procurement. The primary objective is to ensure effective management of the Landsat satellite operations, which includes telemetry and command, orbit dynamics, data processing, and archive management, all critical for monitoring Earth's surface changes. This initiative is vital for maintaining a robust observational system that aligns with federal interests in environmental monitoring and data acquisition. Interested parties can contact Christopher Kuhn at ckuhn@usgs.gov or by phone at 703-648-7378 for further details regarding this opportunity.
    Handheld X-Ray Fluorescence for ERDC GSL
    Buyer not available
    The Department of Defense, specifically the U.S. Army's Engineer Research and Development Center (ERDC), is seeking quotes for a Handheld X-Ray Fluorescence (XRF) device designed for detecting elemental concentrations in soils and sediment deposits. The procurement requires a lightweight and compact device with specific technical specifications, including a Gold anode, a Silicon Drift Detector, and capabilities for data analysis and report generation. This equipment is crucial for environmental assessments and material analysis, ensuring accurate and efficient data collection in the field. Interested vendors must submit their offers by December 3, 2025, to the designated contacts, Angela Stokes and David Ammermann, with delivery expected by March 16, 2026, to Vicksburg, Mississippi.
    GS1 Glass
    Buyer not available
    The Department of Energy, through Oak Ridge National Laboratory (ORNL), is soliciting firm fixed price quotes for Lithium 6 Glass Scintillators under Solicitation Number 420845. The procurement specifically requires the delivery of various sizes of GS1 Glass, as detailed in the bill of materials, which includes polished and as-cast glass options. These scintillators are crucial for applications in nuclear science and radiation detection, emphasizing the importance of sourcing high-quality materials. Proposals are due by December 10, 2025, at 5:00 PM EST, with questions to be submitted by December 8, 2025, to Shannon Davis at davisst@ornl.gov. Offerors must adhere to specific terms and conditions outlined in the associated documents, including compliance with federal regulations and certifications.
    SINGLE-AXIS TILT SENSORS IAW SALIENTS
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide Single-Axis Tilt Sensors and associated cable assemblies as outlined in Solicitation Number 140G0126Q0005. The procurement requires the delivery of five Jewell Instruments tilt sensors with specific technical characteristics, including a +/- 60-degree tilt limit and a sealed housing, along with five 80 ft. power/data connector cables, to be delivered to the Hydrologic Instrumentation Facility in Tuscaloosa, AL within 30 days of order receipt. This acquisition is critical for hydrological instrumentation and monitoring, ensuring compliance with federal standards and regulations. Interested vendors must submit their quotes by December 8, 2025, and direct any questions to Cynthia Nicanor at cnicanor@usgs.gov before December 4, 2025.
    Raman Spectrometer
    Buyer not available
    The Department of Energy's National Renewable Energy Laboratory (NREL) is seeking proposals for the procurement of a high-resolution Raman Spectrometer, aimed at enhancing its energy systems research capabilities. This solicitation, identified as RFQ Number 2026027058, requires a fully integrated confocal Raman microscope with specific technical specifications, including multiple gratings, a multichannel CCD detector, and high-temperature reaction capabilities, among others. The Raman Spectrometer is crucial for analyzing the phase and molecular structure of catalysts, which is essential for the development of advanced catalytic materials. Proposals are due by January 2, 2026, at 5 PM Mountain Time, and interested vendors must ensure their submissions include all required documentation, including SAM registration and compliance with the Buy American Act. For further inquiries, potential offerors can contact Janelle DiGregorio at Janelle.DiGregorio@nrel.gov.
    DRAFT Combined Synopsis/Solicitation: Next Generation Surface Search Radar (NXSSR)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide a Next Generation Surface Search Radar (NXSSR) system to replace outdated radar systems currently in use across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The procurement aims to enhance collision avoidance, navigation, and situational awareness in the maritime environment by implementing a scalable, IMO-certified Shipborne Surveillance Radar system that integrates with existing navigation systems and complies with various national and international standards. This initiative is critical for modernizing the Coast Guard's capabilities to address emerging maritime threats and challenges. Interested parties should submit their responses, including comments on the draft documents, to Amanda R. Barraclough at Amanda.R.Barraclough2@uscg.mil or Christina M. Grimstead at christina.m.grimstead@uscg.mil, with a minimum contract guarantee of $10,000 and a maximum ceiling of $49,000,000 over a ten-year period. Questions regarding the solicitation are due by December 15, 2025.