Federal Contract Opportunity

Last Updated on 08 Jul 2025 at 3 PM
Sources Sought
Denver Colorado

66--Trimble R980 GNSS Receivers and Trimble TDC6 Android Data Collector brand name

Details

Solicitation ID 140G0225Q0095
Posted Date 08 Jul 2025 at 3 PM
Response Date 15 Jul 2025 at 8 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Ofc Of Acquisition Grants-denver
Agency Department Of Interior The
Location Denver Colorado United states 80225

Possible Bidders

Sign up to access Documents

Signup now
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 <30 km: Horizontal 8mm + 1 ppm RMS, Vertical 15mm + 1 ppm RMS
7. Tilt Compensation with Accuracy of: Horizontal RTK + 5mm + 0.4 mm/degrees tilt (up to 30 degrees) RMS, Vertical RTK + 5mm + 0.4 mm/degrees tilt (up to 30 degrees) RMS
8. Tilt Compensation IMU Alignment: Calibration-free and immune to magnetic interference
9. Includes internal radio selectable 450 MHz or 900 MHz for RTK operation between base station and rover data collector
10. Added software and logic to improve positioning in challenging environments such as dense vegetation with inertial measurement integration, improve multipath signal rejection, ionospheric GNSS signal disruptions, detect and recover from spoofed GNSS signals
11. 4G/LTE Cellular hardware included for future service activation
12. Internal data storage for up to 48 hours of continuous data collection
13. Ability to be controlled with Web UI if data collector not available.
14. External Input Voltage: 11V – 24V
15. Power Draw: Maximum 6.6 W with internal 450 MHz radio operation
16. Operating Temperature Range: -40 to +149 degrees F / -40 to +65 degrees C
17. Weight no more than 1.13kg/2.49lbs GNSS receiver only with internal battery
18. Physical outside dimensions 11.9 cm x 13.6 cm (4.6 in x 5.4 in)
19. Enclosure meets IP67 specifications for dust and water resistance

Data Collector:

1. Tablet / Large Phone Style Data Collector for controlling GNSS Receivers
2. Weight =< 287 grams
3. Dimensions =< 172mm x 81.2mm 24.3mm
4. Internal Battery providing continuous operation for approximately 9 hours
5. Screen size => 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 [email protected]

Similar Opportunities

Madison Wisconsin 14 Jul 2025 at 8 PM
Newport Rhode island 10 Jul 2025 at 6 PM
Philadelphia Pennsylvania 15 Jul 2025 at 8 AM

Similar Awards

Location Unknown 18 May 2016 at 4 PM
Denver Colorado Not Specified
Location Unknown 29 Jan 2020 at 7 PM
Huntington West virginia Not Specified
Location Unknown 29 Jan 2020 at 7 PM