Non-Contact Discharge Meas. 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 Oklahoma-Indiana Water Science Center requires a Non-Contact Discharge Measurement System to be delivered to Tuscaloosa, AL within 30 days of purchase order. This acquisition is a Total Small Business Set-Aside. The Request for Quote (RFQ) 140G0126Q0059 details the procurement of a specific Sommer RQ-30+Discharge Sensor and associated components. Quotes are due by February 27, 2026, at 11:00 AM ES.
Scope of Work
This opportunity seeks a Non-Contact Radar Level/Velocity/Discharge Measurement System capable of continuous measurement of water velocity, water level, and computation of water discharge. The system must be installable on bridges or other structures without extensive modifications and detect flow direction. The specific items required are:
- One (1) Sommer, MON32 BXSOM22080XXXX, RQ-30+Discharge Sensor for a 30m Base Unit.
- One (1) Sommer, MON32 AXSOM1871122XX (P/N: 18711) 10 m Cable.
- Configuration and Testing services.
Key Performance Requirements
The system must meet stringent performance standards, including:
- Water level measurement accuracy of ±0.025 mm or better, with 1 mm resolution.
- Velocity measurement accuracy of ±0.01 m/s or better, with 1 mm/s resolution.
- Operating temperature range of at least -40° to +60°C.
- Ingress Protection (IP) rating of at least IP 67.
- Features such as external 12 VDC power, hysteresis effects recognition, backwater condition measurement, integrated lightning protection, SDI-12 interface, and diagnostic capabilities. The housing must be vandalism-proof, corrosion-resistant, and compact (max 12" x 7" x 8.5", 12 lbs).
Contract Details
- Opportunity Type: Request for Quote (RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 334513 (Size Standard: 750 employees)
- Product Service Code: 6695 (Combination And Miscellaneous Instruments)
- Delivery: FOB Destination, within 30 days After Receipt of Order to Tuscaloosa, AL.
- Anticipated Award Date: March 31, 2026.
Submission & Evaluation
- Quotes Due: February 27, 2026, at 11:00 AM ES.
- Questions Due: February 25, 2026, at 11:00 AM ES.
- Contact: Cynthia Nicanor, Email: cnicanor@usgs.gov.
- Submission Method: Email responses to cnicanor@usgs.gov.
- Evaluation: The solicitation includes FAR clauses and provisions related to System for Award Management (SAM), Federal Acquisition Supply Chain Security Act Orders, Brand Name or Equal, Instructions to Offerors, and Evaluation criteria. Offerors must provide specifications of items quoted.
- Eligibility: Vendors must be registered in SAM.gov to be awarded the contract.
Special Considerations
Bidders must address ICT Accessibility Requirements (Section 508 and WCAG 2.0 Level A and AA) for any electronic software components, as detailed in ATCH 2. Additionally, FISMA 18-Point IT Security Guidelines (ATCH 3) outlining mandatory security protocols, compliance requirements, and obligations (e.g., background investigations, incident reporting, C&A) are incorporated into the Statement of Work.