R--Intent to Award: Precipitation Collection Station Operator
ID: DOIGFBO250024Type: Special Notice
Overview

Buyer

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

NAICS

Testing Laboratories and Services (541380)

PSC

SUPPORT- MANAGEMENT: DATA COLLECTION (R702)

Set Aside

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

    The Department of the Interior, specifically the U.S. Geological Survey (USGS), intends to award a sole-source contract for the operation of a Precipitation Collection Station at the Farlington Fish Hatchery in Crawford County, Kansas. The contract will be awarded to Josh Jagels, who has been uniquely qualified to provide atmospheric deposition station operation services under the National Atmospheric Deposition Program (NADP) from February 3, 2025, to February 2, 2030, due to his extensive experience and existing permissions from relevant authorities. This station has been crucial for collecting precipitation chemistry data since 1984, contributing significantly to air quality and environmental management research. For further inquiries, interested parties can contact Leah Williams at lwilliams@usgs.gov or by phone at 703-648-7367.

    Point(s) of Contact
    Williams, Leah
    (703) 648-7367
    (703) 648-7383
    lwilliams@usgs.gov
    Files
    Title
    Posted
    The US Geological Survey (USGS) intends to award a sole-source contract to Josh Jagels for atmospheric deposition station operation services at the KS07 site in Crawford County, Kansas, from February 3, 2025, to February 2, 2030. This station operates under the National Atmospheric Deposition Program (NADP) and has been actively monitored since 1984, collecting vital precipitation chemistry data. The USGS justifies this sole-source contract due to Mr. Jagels' unique qualifications and extensive experience, which makes him the only suitable candidate. He has been operating the site weekly for years and possesses the necessary permissions from both Kansas State Fish and Game and USGS. The past reduction in USGS personnel has led to the decision not to manage the site directly. As part of the NADP network, the site generates significant data for scientists and policymakers regarding air quality and environmental management. Future opportunities for competitive bidding may arise if the operation or location of the site changes, allowing for new candidates to be considered at that time. This contract highlights the importance of maintaining continuous environmental monitoring and the specific expertise required for such operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    GRAW Portable Upper Air System Components
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), has awarded a sole source contract for GRAW portable upper air system components to GRAW Radiosondes GMBH & CO, KG. This procurement is essential due to the need for compatibility with existing GRAW systems and equipment already utilized by NOAA, ensuring seamless integration and functionality. The decision to proceed with a sole source contract was based on market research indicating that only one responsible source could meet the agency's requirements without unacceptable delays. For further inquiries, interested parties may contact Contract Specialist Jeanne Cassidy at jeanne.cassidy@noaa.gov or by phone at 206-526-6346, or Contracting Officer Angela Royster at angela.royster@noaa.gov or 206-526-6072.
    Rotary Screw Trap
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, intends to award a sole source contract to ICF Incorporated, LLC for Programmatic Environmental Impact Statement Services related to the revision of 36 CFR 228A. This procurement aims to leverage ICF's prior work on the regulation revision, which included the production of a draft PEIS, to efficiently complete the environmental compliance necessary for issuing the revised regulations. Given ICF's unique expertise and familiarity with the existing documents and administrative records, they are deemed the only reasonable source capable of meeting the expedited delivery requirements. Interested parties may express their interest and capability by March 23, 2023, at 3:00 PM (EST), and should direct inquiries to Joe Libbey at joe.libbey@usda.gov or Josh Choi at josh.choi@usda.gov.
    12760423P0011 Intent to award Sole Source for Kaleidoscope Pro Justification
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, intends to award a sole source contract for the Kaleidoscope Pro software, which is essential for wildlife audio recordings. This Commercial off-The-Shelf (COTS) software is designed to assist biologists in conducting wildlife surveys for various species, including bats, birds, and amphibians, by enabling the sorting, auto-classification, and manual vetting of audio species detections. The software's unique features, such as acoustic clustering, noise analysis, and support for both standard and ultrasonic recording formats, play a critical role in long-term monitoring efforts and habitat restoration planning. Interested parties can reach out to Keith Bergstrom at keith.bergstrom@usda.gov for further information regarding this procurement opportunity.
    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.
    D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Wavedivision Holdings, LLC, doing business as Astound Business Solutions, for the provision of monthly fiber optic internet service at the Little White Salmon National Fish Hatchery in Cook, Washington. This procurement is necessary due to the facility's current extremely slow internet speeds, and Astound is the only provider capable of delivering the required service, as they own the existing fiber network and do not allow other providers to utilize it. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties have until December 9, 2025, to express their interest and capability to respond to this requirement. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    H--Scanning Electron Spectrometer (SEM) service contract
    Buyer not available
    The U.S. Geological Survey (USGS) intends to award a service contract for the maintenance and support of its TESCAN MIRA4 Scanning Electron Microscope (SEM) located in Anchorage, Alaska. This contract will encompass routine maintenance, software upgrades, and access to field engineers for unforeseen malfunctions, ensuring the SEM remains operational and meets Quality Management System (QMS) standards. The service contract includes priority support, certified software updates, annual preventative maintenance, and coverage for unscheduled maintenance visits, with a performance period from December 12, 2025, to November 30, 2026. Interested parties may submit capability statements via email to Tracy Huot at thuot@usgs.gov by December 10, 2025, at 10:00 AM PDT, as no hardcopy submissions will be accepted.
    7G--Passive Integrated Transponders (PIT) Tags & Associated Equipment IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified vendors for the procurement of Passive Integrated Transponders (PIT) Tags and associated equipment through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This solicitation replaces the previous solicitation (140R4025F0014) and aims to ensure the availability of essential tagging and tracking equipment used in various environmental and wildlife management applications. Interested parties should note that the solicitation details have been updated on SAM.gov, and for further inquiries, they can contact Russell Oaks at rdoaks@usbr.gov or by phone at 801-524-3825.