SOURCES SOUGHT
66 -- 66--Trimble R980 GNSS Receivers and Trimble TDC6 Android Data Collector brand name
- Notice Date
- 7/8/2025 8:10:46 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- 140G0225Q0095
- Response Due
- 7/15/2025 1:30:00 PM
- Archive Date
- 07/16/2025
- Point of Contact
- Williams, Lisa, Phone: 303-236-9327, Fax: 303-236-5859
- E-Mail Address
-
ldwilliams@usgs.gov
(ldwilliams@usgs.gov)
- Description
- Trimble R980 GNSS Receivers and Trimble TDC6 Android Data Collector brand name or equal THIS IS A SOURCES SOUGHT NOTICE ONLY FOR MARKET RESEARCH PURPOSES. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), REQUEST FOR QUOTATIONS (RFQ) OR INVITATION FOR BID (IFB). NO FORMAL SOLICITATION IS BEING REQUESTED UNDER THIS NOTICE. This Sources Sought Notice is for market research purposes to identify parties having an interest in and resources to support this requirement for a new Trimble R980 GNSS Receiver Kits, and a new Trimble TDC6 Android Data Collector brand name or equal to Trimble for the United States Geological Survey (USGS), Geosciences and Environmental Change Science Center (GECSC) Denver, CO. The result of this market research will contribute to determining the method of procurement. The Government will review the information requested in this announcement 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. The North American Industry Classification System (NAICS) code is 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing) and the size standard is 1,350 employees. NOTE 1: The Buy American Act (41 U.S.C. 8301-05) is the primary federal procurement law providing a preference for domestic goods and manufactured products. As such, the USGS is seeking information on sources that can supply the described instrument either mined, produced or manufactured in the U.S. in sufficient and reasonably available commercial quantities of satisfactory quality. A. Introduction The United States Geological Survey (USGS), the United States Geological Survey (USGS), Geosciences and Environmental Change Science Center (GECSC) Denver, CO has a requirement for a new Trimble R980 GNSS Receiver Kits, and a new Trimble TDC6 Android Data Collector brand name or equal to Trimble. B. Brand Name or Equal Minimum Salient Characteristics: GNSS Receiver: 1. GNSS Receiver that can be used both as a base station and rover point collector 2. Capable of receiving signals from all current GNSS constellations including: GPS, GLONASS, Galileo, BeiDou, QZSS, SBAS, NavIC and frequencies including: L1C, L1C/A, L2C, L2E, L5, L1P, L2P, L3, E1, ESA, ESB, E5, B1I, B1C, B2I, B2A, B2B, B3I, L1S, L5 3. Receive 672 channels 4. Selectable Positioning Rates: 1, 2, 5, 10, & 20 Hz 5. Static Survey Accuracy in High Precision Mode: Horizontal 3mm +0.1 ppm RMS, Vertical 3.5mm +0.4 ppm RMS 6. RTK Survey Accuracy Single Baseline 6.3� (20:9) 6. Screen resolution: 2160 x 1080 (FHD+) 7. LCD Brightness equal to or greater than 450 nits 8. 5G Cellular communications hardware for future service activation 9. Operating Temperature Range: -20 C to +55C (End of Brand Name or Equal Minimum Salient Characteristics) If your organization has the potential ability to meet this requirement, please provide the following information to the Contracting Officer: 1. The firm shall specify the brand name product and manufacturer that meets the brand name or equal minimum salient characteristic listed above along with product specification sheet and product brochure. 2. For supply/equipment requirements, business responses shall include the place of manufacturing/country of origin (manufactured outside of US or manufactured in the US) per NOTE 1 above. 3. The firm shall specify that they are either: 3.1 An Indian Small Business Economic Enterprise (ISBEE), small business, 8(a), HUBZone, SDVOSB, etc. and Or 3.2 Other than small business under the NAICS Code listed in the announcement. 3.3 The firm shall provide a point of contact name and e-mail information, and SAM.gov (Unique Entity ID (UEI), and must be registered and active in System for Award Management (SAM). All information submitted in response to this announcement is voluntary � the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Materials submitted to the Government for review will not be returned. Respondents will not be notified of the results of the evaluation. This is NOT a Request for Proposal (RFP), Request for Quotations (RFQ) or Invitation for Bid (IFB). The Government does not intend to award a contract based on responses received under this announcement. The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. In order to be responsive to this Notice, a firm shall provide the appropriate documentation for consideration by July 15, 2025 at 2:30 p.m. Mountain Daylight Time (MDT). Responses that do not comply with these procedures will not be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Inquiries will only be accepted by e-mail to Lisa Williams at ldwilliams@usgs.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bc271325b5684eea8bb33b4f6e78b8bb/view)
- Record
- SN07502256-F 20250710/250708230056 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |