B--GEOCHEMICAL ROCK SAMPLE ANALYSIS - ACT LABS
ID: 140G0125Q0098Type: Special Notice
Overview

Buyer

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

NAICS

Testing Laboratories and Services (541380)

PSC

SPECIAL STUDIES/ANALYSIS- GEOLOGICAL (B517)
Timeline
    Description

    The United States Geological Survey (USGS) intends to award a sole source contract to Activation Laboratories, Ltd. (ACT Labs) for geochemical rock sample analysis, specifically targeting sulfide and silicate samples, sediments, soils, waters, and solid media leached samples. This procurement is essential for maintaining consistency in data analysis across various environmental and metallogenic projects, as ACT Labs is uniquely qualified to provide results that align with historical data spanning over 20 years. Interested vendors must be registered at SAM.gov and can submit their capabilities to Susan Ruggles via email by March 27, 2025, although this notice serves informational purposes only and is not a request for competitive quotations.

    Point(s) of Contact
    Ruggles, Susan
    (123) 456-7890
    (703) 648-7899
    sruggles@usgs.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Chemical Analyses of Environmental Samples for Dredged Materials, Blanket Purchase Agreement, US Army Corps of Engineers, New England District, Concord, MA
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking contractors to establish a Blanket Purchase Agreement (BPA) for chemical analyses of environmental samples related to dredged materials. The primary objective is to conduct physical and chemical analyses of soil, sediment, and water samples to support dredge material suitability determinations and assess potential environmental impacts for various navigation and planning projects. This BPA will cover an indefinite quantity of services over a 36-month period, with a master limit of $250,000 and individual BPA calls not exceeding $25,000. Interested vendors must have an active registration in SAM.gov and can expect the solicitation documents to be available around December 29, 2025. For further inquiries, vendors may contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    ACOUSTIC EQUIPMENT - BRAND NAME OR EQUAL
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking quotations for acoustic equipment, specifically "Brand Name or Equal" Innovasea acoustic receivers, transmitters, and activation probes, under solicitation number RFQ 140G0325Q0009. The procurement includes 8 acoustic receivers, 4 activation probes, and 70 acoustic transmitters, with specific requirements regarding operating frequencies, temperature ranges, data storage, and waterproof capabilities. This equipment is crucial for research conducted by the Columbia River Research Laboratory, and the contract is set aside for small businesses with a Lowest Price Technically Acceptable (LPTA) evaluation method. Interested vendors must submit their firm, fixed-price quotes along with technical descriptions and other required documentation by January 5, 2026, to the primary contact, Joahnne Ongjoco, at jongjoco@usgs.gov.
    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.
    76--GPSC5 Amendment Seven Industry Day Agenda
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is hosting an Industry Day on December 17, 2025, to discuss the Geospatial Products and Services Contract Version 5 (GPSCv5), which aims to procure geospatial mapping services through multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts. This procurement, with an estimated maximum ceiling of $850 million over five years, includes a partial Small Business set-aside and focuses on services such as remote sensing data acquisition, processing, and the creation of high-resolution geospatial products. Interested firms must submit their qualifications via the SF330 form by January 14, 2026, and are encouraged to RSVP for the Industry Day by December 8, 2025, to engage in discussions about the acquisition strategy, evaluation criteria, and opportunities for small businesses. For further inquiries, contact Trisha Beals at GPSC5@usgs.gov.
    B--Notice for EPA Laboratory ESAT Regions 04-05
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) is preparing to issue a pre-solicitation notice for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for laboratory services in EPA Regions 4 and 5. This contract will focus on testing laboratories and services, specifically in the area of chemical and biological special studies and analysis. The anticipated solicitation, expected to be released in December 2025 or January 2026, will be unrestricted with no set-aside, allowing for either a single award or multiple awards, with task orders issued non-competitively to the IDIQ awardees. For further inquiries, interested parties can contact Jeffrey Obirek at obirek.jeffrey@epa.gov or call 312-886-9092.
    D--SPOT Satellite Telecommunication Services - Oregon Water Science CenterNOTI
    Interior, Department Of The
    The U.S. Geological Survey (USGS) intends to award a purchase order to GlobalStar USA LLC for SPOT satellite telecommunication services to support the Oregon Water Science Center in Portland, OR. This procurement aims to continue the use of existing SPOT devices, which are exclusively compatible with GlobalStar's proprietary satellite communication system, while also adding 15 new devices to enhance tracking and safety for USGS personnel in the field. The services are critical for providing real-time location data and ensuring the safety of field personnel, with the current contract being justified under FAR 13.106-1(b) as a sole-source acquisition. Interested parties may submit inquiries via email to Elizabeth Adam at eadam@usgs.gov by January 2, 2026, at 10:00 AM ET, as no formal solicitation will be issued.
    Handheld X-Ray Fluorescence for ERDC GSL
    Dept Of Defense
    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.
    F--Superfund Analytical Methods Provisions & Clauses
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) is seeking analytical services through the Superfund Analytical Methods (SFAM02.0) Solicitation to support its investigation and cleanup activities under the Comprehensive Environmental Response, Compensation, and Liability Act of 1980 (CERCLA) and the Superfund Amendments and Reauthorization Act of 1986 (SARA). The procurement aims to provide essential analytical data that will assist the EPA in effectively managing environmental remediation efforts. This opportunity is critical for ensuring compliance with federal environmental regulations and facilitating the cleanup of contaminated sites. Interested parties can reach out to Mary K. Doherty at doherty.mary@epa.gov or (202) 564-8951 for further information regarding the solicitation and associated provisions.
    00018 - XRD Diffractometer System
    Labor, Department Of
    The U.S. Department of Labor, through the Occupational Safety and Health Administration (OSHA), is seeking information regarding the procurement of an XRD Diffractometer System, aimed at enhancing materials research capabilities. The system must meet specific technical requirements, including high sensitivity and resolution, and be capable of analyzing various sample types while adhering to radiation safety standards. This equipment is crucial for accurately measuring crystalline silica, which is vital for OSHA's analytical procedures. Interested vendors must submit their responses by January 07, 2026, at 2:00 PM EST, and are encouraged to direct any questions to Maria Britton at britton.maria.m@dol.gov or Deborah Worrells at worrells.deborah@dol.gov, with inquiries due by December 17, 2025.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Energy, Department Of
    The U.S. Department of Energy (DOE), specifically the Office of Scientific and Technical Information (OSTI), intends to award a sole source contract to the American Chemical Society (ACS) for an online journal subscription covering ACS journals and the ACS Legacy Archives for the 2026 calendar year. This procurement is being conducted under FAR 13.106(b) and FAR Part 6.302, as ACS is the exclusive provider of the required access, which is restricted to the Office of Science and not publicly available. Interested vendors who believe they can meet the requirements may submit written responses by January 6, 2026, at 3:30 p.m. EST, to Natalie Barnett at barnettn@osti.gov. All prospective offerors must be registered in the System for Award Management (SAM) prior to award.