66--GPS RADIO COLLARS FOR WILD HORSE MARES (EQUID SPECIES)
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Jul 05, 2022 01:07 pm EDT
- Original Response Date: Jul 08, 2022 01:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 6645 - TIME MEASURING INSTRUMENTS
- NAICS Code:
- 334519 - Other Measuring and Controlling Device Manufacturing
- Place of Performance:
Description
Background
The USGS Fort Collins Science Center seeks to purchase 32 Iridium GPS radio collars that will be deployed on wild horse mares (equid species). Equids have a different shaped neck than elk, mule dee, bighorn sheep and other ungulates, so the specifications are important for fit and safety.
This acquisition is part of a research project that will assess the demographic parameters of a wild horse population in which mares will be treated with a new intrauterine device, called an iUPOD. We conducted previous studies to assess the safety and efficacy of radio collars deployed on wild free-roaming horse mares and we are applying those results in selecting a suitable radio collar for this project. We are radio collaring mares to be able to track them for monitoring, to see how well the intrauterine devices are working, and to use the radio collars to locate individual females to collect behavior data and survival. The Bureau of Land Management, the Department of Interior agency that manages the majority of wild equids, seeks assurance that radio collars used for wild equids will not cause injury. As part of all our USGS studies of horses, collars will be monitored monthly to determine long term fit, wear/durability, and longevity of radio collars on female equids.
Scope
The contractor shall provide 32 global positioning system (GPS) radio collars with 2-way iridium communication that can be immediately deployed on wild horse and burro females. Twenty collars are for burro jennies, and 55 collars are for wild horse mares. Exact federal frequencies to use are listed below:
Calico Study Area, Nevada (32 wild horse mares):
162.19375 162.20625 162.21875 162.23125 162.24375 162.25625 162.26875 162.28125 162.29375 162.30625 162.31875 162.33125 162.34375 162.35625 162.36875
163.46875 163.48125 163.49375 163.50625 163.51875 163.53125 163.54375 163.55625 163.56875 163.58125
Specific frequencies will be provided at contract award.
164.90625 164.91875 164.95625 164.96875 164.98125 165.03125 165.04375 165.05625 165.06875 165.08125
162.36875 162.58125 162.61875 162.65625 162.66875 162.70625 162.75625 162.76875 162.81875 162.83125
162.84375 162.85625 162.89375 162.90625 163.10625 163.15625 163.16875 163.18125 163.28125 163.29375
Objectives
The goals and objectives of the radio collars are: first, to be able to identify individual females, and locate them in the field reliably using the VHF signal from the collar for a minimum of 4 years; second, to be able to monitor survival using the mortality sensor in radio collars; third, to determine the fertility and fecundity status of control and treated mares using the collars to locate females, and to determine parturition status during spring and summer.
To achieve these goals, USGS is applying 32 GPS radio collars on wild horse mares that will be controls or treated with iUPODs in the Calico Mountain Herd Management Area, in northwest Nevada.
THIS IS NOT A SOLICITATION. ALL COSTS ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary.
A scope of work will be provided with any solicitation that may be issued. The Government is not required to issue a solicitation.
Responses to this announcement are requested from (A) SBA certified Small Business HubZone firms; (B) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (C) Service-Disabled Veteran-Owned small Business firms; (D) Small Businesses; (E) Women Owned Small Businesses; and (F) Large Businesses.
In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy.
Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (A) through (E) above, any solicitation may be issued as unrestricted without further consideration.
Interested business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including an active SAM Registration); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS, (4) Active SAM Registration.
All responses must be submitted NLT July 8, 2022, at 12:00 PM ET Time via e-mail to: isuryaty@usgs.gov
This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided.
If a solicitation is released, in order to receive an award your company must have an active SAM unique Identification and be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) also located at the SAM website before an award to your company can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually.
Attachments/Links
Contact Information
Contracting Office Address
- DEN FED CTR, PO BOX 25046, MS 204
- DENVER , CO 80225
- USA
Primary Point of Contact
- Suryaty, Irma
- isuryaty@usgs.gov
- Phone Number 303-236-9318
Secondary Point of Contact
History
- Jul 23, 2022 11:55 pm EDTSources Sought (Original)