Opportunity

SAM #140R2026Q0066

Procurement of ATS Salmonid Acoustic Telemetry Equipment for Bureau of Reclamation

Buyer

Bureau of Reclamation Mid-Pacific Region

Posted

April 08, 2026

Respond By

April 22, 2026

Identifier

140R2026Q0066

NAICS

334511, 334220, 334290, 423690

The Bureau of Reclamation, Interior Region 10, California Great Basin, Division of Acquisitions, Supply and Services Branch, is seeking vendors to supply specialized Salmonid Acoustic Telemetry Equipment for fisheries research and monitoring. - Government Buyer: - Bureau of Reclamation, MP-Regional Office, Sacramento, CA - Original Equipment Manufacturers (OEMs): - Advanced Telemetry Systems (ATS) (highlighted as the manufacturer of required receivers and transmitters) - Products Requested: - ATS SR3001 autonomous receivers (17 units) - Includes tilt sensors, 100-day battery, hydrophone potted assembly, PVC battery connector, replacement battery packs, and clock battery replacement - JSATS SS400 injectable transmitters (total: 6,255 units, various battery types and delivery dates) - Configurable pulse rate interval (PRI) between 2 and 60 seconds - Manufactured in the USA - User-configurable in the field with vendor-supplied tag controller/activator - Warranty life requirements based on PRI and activation timing - Multiple battery types and delivery schedules - Beacon/Reference/417 kHz transmitters (3 units) - Notable Requirements: - Equipment must be interoperable with previous ATS receivers - All transmitters and receivers must be manufactured in the USA - Detailed technical specifications for power output, size, and warranty - Emphasis on quality, reliability, and compatibility with existing systems - Delivery schedule spans from August 2026 through March 2027 - Vendors are asked to submit capability statements demonstrating their ability to meet the salient characteristics described in the specification attachment.

Description

This is not a solicitation announcement. This is a sources sought notice to obtain market information and determine appropriate strategies to meet the Agency’s requirements. This sources sought notice is issued solely for information and planning purposes, does not constitute a Request for Quote (RFQ), and in no way obligates the Government to award any contract.The Bureau of Reclamation, Interior Region 10, California Great Basin, Division of Acquisitions, Supply and Services Branch, is seeking interested vendors capable of providing Salmonid Acoustic Telemetry Equipment as described in the attached draft specifications. The Government is evaluating whether the future acquisition should be solicited using brand‑name or equal specifications in accordance with FAR 11.104. No acquisition strategy has been finalized.The requirement may include multiple delivery dates as indicated in the draft specification tables. Additional details regarding the equipment, interoperability needs, and performance characteristics are provided in the attached draft specification.The North American Industry Classification System (NAICS) code anticipated for this procurement is 334511 – Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, with a small business size standard of 1,350 employees. This notice is to assist the Bureau of Reclamation in determining potential sources only. All firms responding to this sources sought notice are advised that their response is not a request to be considered for a contract award. Reimbursement will not be made for any costs associated with providing information in response to this notice. All interested parties must respond to any subsequent solicitation notice posted to www.sam.gov.Competition, set‑aside decisions, and the determination of whether a brand‑name or equal specification is appropriate may be based on the results of this market research.Firms interested in being considered should submit a capability statement that provides sufficient detail demonstrating the respondent’s ability to meet the salient characteristics, interoperability needs, and performance requirements described in the draft specifications. Respondents should include previous experience of similar scope, capability information (as a prime or subcontractor), personnel qualifications, and business size and classification (e.g., small business, 8(a), HUBZone, woman‑owned, veteran‑owned, etc.).Response due date: Wednesday, April 22, 2026, 10:00 AM Pacific TimeSend responses to: Margaret Jones, margaret_jones@ios.doi.govThank you for your time and interest in this sources sought notice.

View original listing