Borehole Winch System IAW Salients
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 New York Water Science Center is soliciting quotes for a Borehole Winch System IAW Salients. This acquisition is a Total Small Business Set-Aside under RFQ 140G0126Q0100. The system is required for delivery to Coram, NY, within 60 days of the purchase order. Quotes are due by April 9, 2026, at 11:00 AM ED.
Scope of Work
The requirement is for a portable, heavy-duty logging winch system capable of positioning various Mount Sopris analog and digital QL geophysical probes. Key specifications include:
- Compatibility with Mount Sopris single conductor cable heads.
- 1000 meters of 1/8” diameter single conductor cable.
- Hp motor, automatic level wind system, and mechanical brake.
- Precision measuring wheel and rotary encoder.
- Slip-ring for surface instrument communication with downhole probes.
- Operation from an external 120 VAC power source.
- Motor controller maintaining constant cable payout speed (up to 85 ft./min) under varying loads (up to 100 lbs).
- Tension alarm cutoff and manual crank.
- USB interface for communication between a laptop and a Mount Sopris Matrix logging system.
- Ruggedized for harsh environments, including a tripod and heavy-duty transport case.
- Includes specific signal, USB, power, and mud plug cables.
Contract & Timeline
- Opportunity Type: Solicitation (Request for Quote - RFQ 140G0126Q0100)
- NAICS Code: 334519 (Combination And Miscellaneous Instruments) with a size standard of 600 employees.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- RFQ Issued: April 6, 2026
- Questions Due: April 7, 2026, at 11:00 AM ED
- Quotes Due: April 9, 2026, at 11:00 AM ED
- Anticipated Award Date: May 1, 2026
- Delivery: Within 60 days from the date the contractor receives the purchase order.
Key Requirements & Compliance
- Section 508 Accessibility: Bidders must ensure proposed solutions comply with Revised Section 508 standards, including WCAG 2.0 conformance (Level A and AA) for software and electronic content, and interoperability with assistive technologies.
- FISMA IT Security: Contractors must adhere to stringent IT security guidelines, including background investigations, non-disclosure agreements, Privacy Act compliance, mandatory security training, incident reporting, and compliance with NIST SP 800-53 and FIPS 199/NIST SP 800-60.
Submission & Evaluation
All responsible sources may submit a bid or quotation. Quotes should be emailed to Cynthia Nicanor at cynthia_nicanor@ios.doi.gov. Questions must be emailed to the same address before the deadline. Vendors must be registered at SAM.gov to be awarded the contract.