Bank Operated Cableway IAW Salients
ID: 140G0125Q0088Type: Solicitation
Overview

Buyer

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

NAICS

Overhead Traveling Crane, Hoist, and Monorail System Manufacturing (333923)

PSC

WINCHES, HOISTS, CRANES, AND DERRICKS (3950)

Set Aside

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

    The U.S. Geological Survey (USGS) is seeking proposals for the procurement of a Bank Operated Cableway, which will be utilized in conjunction with the USGS B-56 Sounding Reel for environmental sampling and measurement activities. The cableway must meet specific technical requirements, including a robust clutch mechanism, steel side and back post assemblies, and the capability to span a minimum of 150 feet while safely transporting up to 100 kg (220.5 lbs) of samples. This procurement is part of the federal initiative to enhance data collection methods in waterway research, emphasizing the importance of durable and efficient equipment. Interested small businesses are encouraged to submit their proposals by the specified deadline, and inquiries can be directed to Cynthia Nicanor at cnicanor@usgs.gov or by phone at 703-648-XXXX.

    Point(s) of Contact
    Nicanor, Cynthia
    703648
    703648
    cnicanor@usgs.gov
    Files
    Title
    Posted
    The document outlines the technical specifications for a Bank Operated Cableway (BOC) for use in conjunction with USGS B-56 Sounding Reel. The BOC must include a robust clutch mechanism, side and back post assemblies made of steel, and an idler wheel assembly suitable for cables with a diameter of ½ inch to 1 inch. It should contain essential components such as a main tow cable, pulleys, and a trolley, along with vandal protection features. The system must be able to span a minimum of 150 feet with a capacity to safely transport up to 100 kg (220.5 lbs) of samples. Additionally, it is designed to facilitate the movement of instruments across rivers and to lower or raise them for data collection purposes. This RFP indicates a clear need for a durable and efficient cableway system to support environmental sampling and measurement activities, underscoring the federal commitment to enhancing data collection methods in waterway research.
    This document outlines a Request for Proposal (RFP) issued by the U.S. Geological Survey for commercial items, specifically focused on supplying a bank-operated cableway with specific technical specifications. It includes essential information regarding solicitation details, such as the offer due date, payment information, and delivery terms. The RFP emphasizes the requirement for compliance with various federal regulations and outlines the contractor's obligations concerning technical direction, invoicing procedures, and conditions for submission of offers. Key components of the solicitation include clauses related to government contracting, pricing, quality standards, and social responsibility mandates for small businesses and veterans. The solicitation provides a structured approach for potential contractors to respond, ensuring adherence to legal requirements and contract provisions. This document is part of the government's broader initiative to procure necessary equipment while supporting small business participation and compliance with regulatory guidelines.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    19--BOATS, MOTOR, AND TRAILERS
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking quotes for the procurement of boats, motors, and trailers, specifically under the combined synopsis/solicitation notice number 140G0225Q0036. The procurement includes a requirement for three boat hauls, outboard motors, and corresponding trailers, with options for additional equipment contingent on available funding, emphasizing the importance of these assets for enhancing operational capabilities. This opportunity is set aside for small businesses under NAICS Code 336612, which pertains to boat building, and proposals will be evaluated based on the lowest price that meets the technical requirements outlined in the solicitation. Interested vendors must submit their quotes by March 17, 2025, and can direct inquiries to Janice Moye at jmoye@usgs.gov.
    Remote Control System for ADCP IAW Salients
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking proposals for a Remote Control System for Acoustic Doppler technology, specifically designed for TRDI SP Float and TRDI RR/RP Float (Trimaran) applications. The procurement aims to enhance the operational capabilities of Acoustic Doppler Current Profilers (ADCPs) by converting flotation devices into unmanned surface vehicle (USV) systems, requiring components such as thrusters, communication modules, and remote controls with specific performance criteria. This acquisition is a total small business set-aside, with a Request for Quote (RFQ) anticipated to be issued on or about March 11, 2025, and written quotes due by March 17, 2025, at 9:00 AM EDT. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Imani Tillman at itillman@usgs.gov.
    66--BUILD AND INSTALL SONDE
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking proposals from small businesses for the construction and installation of a seismic sonde at the San Andreas Fault Observatory at Depth (SAFOD) in California. The procurement aims to develop a new seismic instrument that addresses previous operational failures and enhances data collection capabilities, with key deliverables including the assembly of a seismometer package designed to withstand high pressure and temperature conditions, along with installation support and thorough testing of geophones and optical fibers. This initiative underscores the importance of specialized scientific equipment in advancing geological research and monitoring. Proposals are due by March 24, 2025, with the performance period scheduled from April 1 to May 31, 2025; interested parties should direct inquiries to Victor Nuno at vnuno@usgs.gov or call 916-278-9442.
    Y--TRENCHING EXCAVATION
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide trenching excavation services as part of a construction project aimed at investigating a potentially active fault in Mason County, Washington. The project involves excavating two trenches, each approximately 80 feet long and up to 10 feet wide, to study the underlying stratigraphy for earthquake history analysis, with additional tasks including tree removal and site restoration. This opportunity is critical for enhancing the understanding of seismic risks in the region, with a total estimated budget capped at $25,000 and a performance period scheduled from May 1, 2025, to August 31, 2025. Interested contractors must submit their proposals electronically by March 20, 2025, and can contact Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330 for further information.
    Purchase of Galvanized Steel Wire for PMEL
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking quotations for the purchase of 50 reels of galvanized steel wire rope, which will be utilized by the Pacific Marine Environmental Laboratory (PMEL). The procurement requires that the wire meet stringent technical specifications suitable for deployment with NOAA’s mooring systems, and it must be delivered by April 30, 2025, with early delivery preferred. This initiative is categorized as a total Small Business Set-Aside, emphasizing the government's commitment to supporting local businesses while adhering to the "Buy American-Supplies" regulation, which mandates verification of domestic manufacture. Interested offerors must submit their quotations electronically by March 14, 2025, and can contact Stephanie Mas at STEPHANIE.MAS@NOAA.GOV or 303-578-6768 for further information.
    D--SOFTWARE SUPPORT-earthquake monitoring and data pr
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking proposals from qualified small businesses for a federal contract focused on software support for earthquake monitoring and data distribution services. The contract, which spans five years from April 1, 2025, to March 31, 2030, aims to maintain and enhance various software systems integral to the Advanced National Seismic System (ANSS), ensuring effective monitoring and response capabilities for seismic events. This initiative is critical for advancing public safety and scientific inquiry related to earthquakes, with a minimum order of $70,000 and a maximum contract value not to exceed $5 million. Interested parties must submit their proposals by March 24, 2025, and can direct inquiries to Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330.
    Reverse Osmosis System
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking quotations for a Reverse Osmosis (RO) System, with a delivery deadline set for April 15, 2025. The procurement includes specific requirements such as a 150-gallon holding tank, filtration capabilities, a water softening system, and additional equipment necessary for water purification, along with warranty, installation, and training services. This system is crucial for ensuring high-quality water supply for various analytical and research purposes within the agency. Quotations must be submitted by March 18, 2025, to Margaret Hewitt via email, and the contract will be awarded based on the lowest priced, technically acceptable offer, emphasizing compliance with federal acquisition regulations. Interested parties can reach out to Karen La Bouff-Kind at klabouff-kind@usgs.gov or by phone at 303-236-9315 for further inquiries.
    LAND ACCESS PERMIT - BAWFAW PEAK, WA
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking to award a purchase order for a Land Access Permit to Weyerhaeuser Timber Holdings Inc. for access to BawFaw Peak, Washington. This procurement is intended to facilitate environmental licensing and permitting services, specifically for a first-year land use permit agreement valid from June 14, 2024, to October 14, 2024, followed by a subsequent permit agreement for the year from October 15, 2024, to October 14, 2025. The selected contractor will play a crucial role in supporting the government's commitment to environmental systems protection. Interested parties must submit their quotations electronically by March 17, 2025, to Elizabeth Adam at eadam@usgs.gov, as hardcopy submissions will not be accepted.
    56--Gravel for Sacramento NWRC
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the supply and delivery of gravel and riprap materials for the Sacramento National Wildlife Refuge, under solicitation number 140FGA25Q0009. The procurement includes a base requirement for 550 tons of ¾ AB gravel, 2,000 tons of 18” minus riprap, and 2,000 tons of 1 ½” AB gravel, with options for additional quantities, all aimed at enhancing water control structures and stabilizing banks within the refuge. This initiative underscores the importance of maintaining environmental infrastructure while engaging small business vendors, as the contract is set aside for total small business participation. Quotations must be submitted by March 26, 2025, with a performance period expected to commence 30 days post-award, and interested parties can contact Justine Coleman at justinepasiecnik@fws.gov or by phone at 413-253-8287 for further details.
    R--Recon and Data Collection Walrus Aggregation
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide reconnaissance and data collection services for walrus aggregation mapping in the northern Bering and Chukchi Seas. The objective of this procurement is to gather real-time data on walrus locations to assess the impact of declining sea ice on Pacific walrus populations, which is critical for wildlife management and conservation efforts. Contractors will be responsible for conducting reconnaissance operations, ensuring data accuracy, and submitting timely reports, with the performance period scheduled from June 2 to June 25, 2025, and a final summary report due by June 30, 2025. Interested small businesses must submit their proposals by March 6, 2025, and can direct inquiries to Joel Berberena at jberberena@usgs.gov.