USGS CRU Wildlife Telemetry Transmitters
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 soliciting discounted Firm-Fixed Price quotations for Wildlife Telemetry Transmitters. This opportunity is a Total Small Business Set-Aside and seeks to procure specialized transmitters for critical endangered species research by the Idaho Cooperative Fisheries Research Unit. Quotations are due by 1:00 PM EST on Friday, May 8, 2026.
Scope of Work
The requirement is for Animal/Bird Telemetry Transmitters, specifically seeking items equal to or better than BluBat tags (20 units) and Flicker GPS Gen 2 tags (10 units). These transmitters must meet stringent technical specifications, including:
- Size/Weight: 6.6 grams or less, with the ability to produce units weighing 4.5-6.5 grams and 3-4 grams.
- Compatibility: Motus platform or cellular network, with remote data delivery capability. Motus-enabled transmitters must use a 2.4 GHz transmission frequency.
- Power: Solar-powered or possess a battery life of 2-3 years.
- Attachment: Backpack harness style with a 4-corner hole casing.
- Durability: Waterproof. The transmitters will support monitoring movements and nesting locations of Ridgway's rails in California.
Contract Details & Compliance
This is a Firm-Fixed Price contract with delivery FOB Destination to the USGS in Moscow, ID, within 30 days After Receipt of Order (ARO). Bidders must adhere to several critical compliance requirements:
- Section 508 Accessibility: Offerors must provide an Accessibility Conformance Report (ACR) using VPAT 2.1+ for all Information and Communication Technology (ICT) items, detailing functional performance criteria for users with various disabilities.
- IT Security: Compliance with FISMA 18-Point Checklist and DOI IT Baseline Compliance Guidelines is mandatory, covering areas such as background investigations, non-disclosure agreements, security training, incident reporting, and NIST standards (e.g., SP 800-53).
- Eligibility: This is a Total Small Business Set-Aside. Vendors must have a valid Unique Entity Identifier (UEI) and be registered in SAM.
Submission & Evaluation
Quotations must be submitted electronically to miranda_blankenship@ios.doi.gov. The award will be based on the Lowest Price Technically Acceptable methodology. Technical acceptability will be evaluated based on the offeror's Technical proposal, Experience, and Past Performance. Offers must remain firm for 30 calendar days from the submission date.
Key Dates & Contact
- Questions Due: 1:00 PM EST, Wednesday, May 6, 2026
- Quotations Due: 1:00 PM EST, Friday, May 8, 2026
- Primary Contact: Miranda Blankenship, mblankenship@usgs.gov