66--INSPECTION AND RECALIBRATION OF DATA LOGGERS - PME
Sources Sought from US GEOLOGICAL SURVEY • INTERIOR, DEPARTMENT OF THE. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Apr 17, 2026. Industry: NAICS 334519 • PSC 6640.
Market snapshot
Awarded-market signal for NAICS 334519 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
More in NAICS 334519
Description
SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 334519ENV Environmental Measuring Instruments, to service, recalibrate, and or repair/replace failing components for the USGS, Great Lakes Science Center (GLSC Ann Arbor) on:
¿ One (1) existing Dissolved Oxygen and Temperature data loggers (miniDOT), and,
¿ Twenty (20) Photosynthetically Active Radiation sensor/loggers (miniPAR)
Sellers offering servicing of underwater water quality data loggers shall include the following specifications:
¿ 19 miniPAR loggers:
o Maintenance, repair, and operations check.
o Recalibration MiniPAR logger sensors (including reinstallation and testing)
¿ 1 miniPAR logger:
o Maintenance, repair, and operations check.
o Inspect and repair/replace/test miniPAR logger circuit board and battery holder (as necessary) due to damaged internal battery.
o Recalibration MiniPAR logger sensors (including reinstallation and testing)
¿ 1 miniDOT logger:
o Maintenance, repair, and operations check.
o Inspect and/or replace scratched logger sensor window
o Recalibration miniDOT logger sensors (including reinstallation and testing)
This service contract will provide all necessary maintenance, component replacement, and recalibration to factory settings for existing GLSC hardware/sensors listed above. This contract will provide equipment tuned to factory specifications to provide accurate data collection.
This Service/maintenance contract must be completed and returned to the GLSC within 8 weeks of the date of award, and recommended no later than 5 May, 2026, in order to allow for deployment and full-season data collection starting no later than 15 May, 2026.
THERE IS NO SOLICITATION AT THIS TIME. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSBILITY OF THE CONTRACTOR.
This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.
Responses to this announcement are requested from (1) ISBEE (Indian Small Business Economic Enterprise, (2) SBA certified Small Business HubZone firms; (3) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (4) Service-Disabled Veteran-Owned small Business firms; (5) Small Businesses (6) Large Businesses.
In response to this announcement, please indicate your firm's socioeconomic status (e.g. ISBEE, 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 (1) through (4) above, any solicitation may be issued as unrestricted without further consideration.
Interested firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including UEI NUMBER); (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.
Your company must have a UEI number and be registered on-line at the System for Award Management (SAM).
All responses must be submitted NLT April 16, 2026, at 12:00pm EST via e-mail to: justice_pryor@ios.doi.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.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.