Sources sought for Trimble r12i GNSS receivers

expired opportunity(Expired)
From: Federal Government(Federal)
W911SD24R0ZLE

Basic Details

started - 13 Mar, 2024 (1 month ago)

Start Date

13 Mar, 2024 (1 month ago)
due - 19 Mar, 2024 (1 month ago)

Due Date

19 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
W911SD24R0ZLE

Identifier

W911SD24R0ZLE
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure Trimble r12i GNSS recievers on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in
the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 334516, Analytical Laboratory Instrument Manufacturing with a size standard of 1000 employees. A need is anticipated for Trimble r12i GNSS Recievers to be used by the United States Military Academy’s Department of Geography and Environmental Engineering Geospatial Information Science. The Trimble r12i GNSS receiver provides all the capabilities required for the GIS program to successfully instruct cadets on the most current GNSS field methods. The requested platform is equipped with an integrated, calibration free tilt compensation and robust inertial measurement unit (IMU) eliminating the need for levelling allowing for the staking out of points in a more efficient manner. The system also functions optimally in challenging remote urban and rural environments, able to accurately and consistently collect positional data in areas of increased difficulty, such as under tree canopies and nearby tall buildings. Additionally, the platform can access Trimble’s RTX network obtaining Real Time Kinematic (RTK) level accuracy without needing a base station. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC West Point, Shawn Valastro, at shawn.m.valastro.civ@mail.mil or 845-938-5858, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.

West Point, NY, 10996, USALocation

Place Of Performance : West Point, NY, 10996, USA

Country : United StatesState : New York

You may also like

PROCURE A TRIMBLE R750 GNSS RECEIVER AND BASE STATION

Due: 15 May, 2024 (in 16 days)Agency: AGRICULTURAL RESEARCH SERVICE

Global Navigation Satellite System (GNSS) Positioning Service - USACE Mobile

Due: 30 Apr, 2024 (in 1 day)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAICS CodeCode 334516
Classification CodeCode 6640