AQUATIC IMAGER CAMERA SYSTEM
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Geological Survey (USGS), under the Department of the Interior, is seeking quotes for an Aquatic Imager Camera System compatible with field and laboratory research. This Total Small Business Set-Aside opportunity is issued as a Request for Quote (RFQ) under a Firm-Fixed Price contract. The system will support research into invasive grass carp spawning in Great Lakes tributaries. Quotes are due by April 22, 2026, at 5:00 PM EDT.
Scope of Work
The USGS requires an advanced Aquatic Imager camera system to enhance ichthyoplankton surveys. This system aims to reduce the need for extensive scientific personnel and enable sampling over extended periods, specifically for understanding invasive grass carp spawning in tributaries to the Great Lakes.
Key Requirements
The required system must include:
- A flow-through 4K color line-scan camera with front and back lighting.
- Operating software and plankton enumeration/classification software.
- Carrying case, desktop sample processing system, vessel deployment system, and flow meter.
- Equipment and software training.
- Capability to photograph plankton as small as 2 mm, with ultra-high definition (4K) resolution.
- Power compatibility with 12V battery or 110V supply, suitable for laboratory and field operations, and water-resistant.
- All equipment must be NEW, manufacturer certified/warranted, and in original packaging. Counterfeit, refurbished, or "Gray Market" items are not acceptable.
- Compliance with Section 508 requirements for Information and Communication Technology (ICT), including an Accessibility Conformance Report (ACR) using the Voluntary Product Accessibility Template (VPAT).
Contract Details
- Contract Type: Firm-Fixed Price
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS Code: 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Size Standard: $1,350 Employees
- Delivery Date: May 22, 2026
- Applicable Regulations: FAR Part 12 (Commercial Products/Services) and FAR Part 13 (Simplified Acquisition Procedures).
Submission & Evaluation
Award will be made to the lowest priced, technically acceptable offeror. Technical acceptability requires offerors to provide:
- Technical brochures or specifications.
- Complete configuration details, including quantity, part numbers, and descriptions per line item.
- Demonstration that proposed equipment meets or exceeds all minimum characteristics. Failure to submit this information may result in a non-responsive quote. Offerors must be current and active in SAM.gov and be manufacturer federally authorized distributors/resellers.
Important Dates & Contacts
- Questions Due: April 14, 2026, by 5:00 PM EDT
- Quotes Due: April 22, 2026, by 5:00 PM EDT
- Submission Method: Electronic quotes via email to Mary "Beth" Wilson at beth_wilson@ios.doi.gov.