The U.S. Department of Interior, U.S. Geological Survey (USGS) is issuing a Sources Sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Automatic D/I Digital Stations.
Equipment shall meet the following salient characteristics:
Automatic Digital Station (ADS) shall be based on a Zeiss theodolite converted to steel free and equipped with non-magnetic piezo motors, digital angle readers, and digital camera.
Controlling electronics shall be located in a separate box.
ADS shall allow null, residual, and custom measurement methods.
ADS shall allow measurement frequency from multiple times per day to once per week.
The ADS system shall allow self-operation and remote checking through the Internet.
The system shall allow remote access via standard network services including VPN, reverse SSH tunneling, or similar.
ADS shall be capable of being controlled entirely remotely via the Internet.
System shall offer remote checking and data download via standard protocols, including SSH, SFTP, and similar.
System must offer software package for checking and completing post-processing of the measured data with analytical and numerical algorithms.
System shall offer remote checking of the leveling state of the ADS.
System shall offer correction of the ADS data with variometer or scalar magnetometer data to remove effects of variations during measurement session.
System shall offer built-in programs for instrument self-check.
System shall offer ability to utilize new types of absolute and other test measurements.
System shall contain integrated temperature sensors with the ability to add additional environmental sensor, for instance humidity.
ADS shall allow for the ability to use multiple reference marks for more accurate azimuth determination, including both daytime and nighttime references.
ADS shall allow for the ability to use natural and artificial objects as reference marks.
ADS shall allow for an estimated factory revision interval of a minimum of 3000 measurements per 5 years.
System shall meet confidence limits in compliance with the INTERMAGNET standard.
System shall include an external GPS antenna and integration with the system.
System accessories shall include a power adapter, carrying case, and any necessary cables.
Absolute measurement completion time of approximately 20 minutes or better.
Minimum manufacturer warranty of one-year.
The ADS software shall offer:
Command line type controlling program.
Use of text-based configuration files.
Storage for data and image result files.
Log files for checking the operation of the ADS and measurements.
Streaming of the camera image.
Ability to execute manual operation.
Plots of recent measurements, including magnetometer angles and temperatures.
Control of the piezo motors.
The data processing software shall offer:
Post-processing of the ADS measurements.
Combination of ADS, scalar magnetometer, and variometer measurements.
Calculation, storage, and plotting of the declination/inclination and spot baseline values and instrument parameters.
This is NOT a solicitation for proposals, proposals abstract, or quotation. This is a Sources Sought notice to determine what size companies can perform this requirement. The purpose of this notice is to obtain information regarding:
(1) The availability and capability of qualified small business sources;
(2) Whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and
(3) Their size classification to the North America Industry Classification System (NAICS) code 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing.
Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.
A. SUBMISSION OF CAPABILITY STATEMENT AND DELIVERY INSTRUCTIONS:
In 5 pages or less, respondents shall submit a capability statement of the organization which demonstrates their ability to supply the above requirements. Capability statements must not include links to internet web site addresses (URLs) or otherwise direct readers to alternate sources of information.
Responses must reference the Sources Sought number and include the following:
1. Name and Address of the Company, DUNS number,
2. Size and type of business, pursuant to the applicable NAICS code.
3. Point of contact with name, title address, phone, and email,
4. Capability to provide the specifics of this requirement, with appropriate documentation supporting claims of organizational and staff capability to demonstrate staff expertise including their experience; current in-house capability and capacity to perform the work; prior completed projects of similar nature, including government contracts and indicating corporate experience and management capability.
5. Example of prior completed Government contract, references, the dollar value of the work, and other related information.
6. List of organizations to whom similar types of services have been previously provided and the dollar value of that work.
7. If applicable, provide a current GSA Schedules and/or Government-wide Acquisition Contracts (GWACs) appropriate to this Sources Sought.
8. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the System for Award Management (SAM). This indication shall be clearly marked on the first page of your Capability Statement.
The government will evaluate market information to ascertain potential market capacity to 1) provide equipment consistent in scope and scale with those described in this notice and otherwise anticipated; 2) provide equipment under a Firm-Fixed Price acquisition contract.
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 12:00 PM MDT, on March 28, 2025. All responses under this Sources Sought Notice must be emailed to Margaret Hewitt at mhewitt@usgs.gov.
B. DISCLAIMER AND IMPORTANT NOTES
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice shall ensure that its response is complete and sufficient detailed to allow the Government to determine the organization¿s qualification to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the response received, a pre-solicitation synopsis
and solicitation may be published in SAM.gov. However, response to this notice will not be considered adequate responses to a solicitation.
Failure to respond or submit sufficiently detailed information may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information submitted, the Government reserves the right to consider any arrangement as determined appropriate for this requirement.
C. CONFIDENTIALITY
No proprietary, classified, confidential, or sensitive information shall be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
This announcement is to identify small business firms; however, a company of any size may submit a Capability Statement for this announcement.