Leica Customer Care Package (CCP) Software and Firmware Support
ID: 69056725Q000021Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL HIGHWAY ADMINISTRATION690567 WESTERN FEDERAL LANDS DIVVANCOUVER, WA, 98661, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Transportation's Federal Highway Administration is seeking quotations for the Leica Customer Care Package (CCP) Software and Firmware Support, specifically aimed at small businesses. This procurement involves providing essential support for Leica survey equipment utilized in federal lands highway projects, ensuring operational efficiency and compliance with federal regulations. The contract is structured as a brand-name firm fixed-price RFQ, with a performance period of 12 months and the possibility of four additional extensions, emphasizing the importance of vendor registration in the System for Award Management (SAM) prior to submission. Interested vendors must submit their quotations electronically by March 27, 2025, and can direct inquiries to WFL Simplified Acquisition at WFL.Purchasing@dot.gov or by phone at 360-619-7733.

    Point(s) of Contact
    WFL Simplified Acquisition
    (360) 619-7733
    WFL.Purchasing@dot.gov
    Files
    Title
    Posted
    The document is a vendor Q&A for a solicitation related to the Leica Customer Care Package (CCP) Software and Firmware Support. It addresses key inquiries from potential contractors, confirming that there is an incumbent contracted to perform these services, specifically citing purchase order number 69056722P000014. Additionally, it clarifies the process for the past performance reference questionnaire, stating that it should be completed by the reference and not the contractor. This document serves to provide transparency and guidance to vendors regarding the existing contract structure and the application process for the solicitation, ensuring that all participants are adequately informed as they prepare their proposals for this federal opportunity.
    The document presents vendor questions and answers related to a government solicitation for the Leica Customer Care Package (CCP) Software and Firmware Support. It clarifies that the contract is not new, as there is an incumbent already providing the services. The previous purchase order number is provided for reference. This Q&A format succinctly addresses inquiries from potential vendors regarding the status of the contract, ensuring transparency in the procurement process. The focus is primarily on the continuation of existing services, important for vendors considering participation in the bidding process. The document reflects standard practices in government RFPs, where clarity and detailed responses are crucial to facilitate informed participation from vendors.
    The document outlines a Request for Quotation (RFQ) from the United States Department of Transportation's Federal Highway Administration (FHWA) for Leica Basic Customer Care Package (CCP) Software and Firmware Support. It includes a solicitation number (69056725Q000021) and specifies that vendors must submit their quotations electronically, adhering to strict guidelines, including a specific due date of March 27, 2025. As a brand-name firm fixed-price RFQ, this opportunity is set aside for small businesses. Key evaluation criteria include lowest price technically acceptable (LPTA), where technical compliance and past performance weigh significantly alongside pricing. Contractors must provide comprehensive pricing and technical information to comply with solicitation requirements. The performance period shall last 12 months, with four optional extensions of the same duration. The contract is aimed at sustaining Leica survey equipment used by federal lands highway projects in various states, emphasizing the necessity for vendor registration in the System for Award Management (SAM) prior to submission. Compliance with federal regulations, inspection protocols, and payment conditions is also mandated, ensuring the government’s obligations during the procurement. This solicitation is integral to maintaining efficient operations for FHWA's construction and maintenance initiatives for federal lands.
    The document outlines a schedule for the LEICA Basic Customer Care Package (CCP) software and firmware support, detailing various equipment items, their part numbers (P/N), descriptions, periods of performance (PoP), WFLHD codes, and serial numbers. The equipment includes multiple models of BLK2GO scanners, CS-20 + Captivate systems, GS-18 GPS SmartAntenna units, and TS16 TPS devices, all with specified start and end dates for the performance period, ranging mainly from April 2025 to April 2026. The structure presents a systematic listing, facilitating clarity in tracking individual items and their identifiers. This documentation is crucial for government procurement processes, aiding in the organization and allocation of technology resources necessary for efficient operations under federal and local mandates, while ensuring proper support for maintained software and hardware systems over the defined performance period. This systematic approach supports both compliance and performance monitoring for governmental entities involved in these initiatives.
    The document is a Past Performance Reference Questionnaire designed for federal contractors and their references to evaluate the contractor's performance on government contracts. It includes sections for rating various performance aspects, such as technical abilities, timeliness, cost management, and compliance with regulations. Ratings range from "Exceptional" to "Unsatisfactory," with specific criteria provided for justifying each rating. The questionnaire aims to collect detailed assessments from references about the contractor's ability to meet or exceed contractual requirements, manage resources, and effectively handle subcontractors, particularly small businesses. The completed questionnaire must be submitted to the designated government contact by a specified deadline. This document underscores the federal government's emphasis on past performance evaluations during the procurement process, which informs future contracting decisions. Compliance with the established standards and comprehensive assessments is crucial for contractors seeking government work, ensuring accountability and quality in service delivery.
    The document contains certifications and approvals relating to a government acquisition justification. Zekial Rios, the Lead Land Surveyor, asserts that the information provided is complete and accurate to the best of his knowledge, emphasizing the technical validity of the documents prepared for the acquisition. Douglas Taylor, the Contracting Officer, certifies the accuracy of the justification, confirming that it represents the best value and lowest cost alternative to fulfill government needs. Since the effort does not exceed the Simplified Acquisition Threshold, this certification serves as an official approval for the procurement process. Both certifications are digitally signed with their respective dates, indicating the formal validation of the content presented in the justification related to federal grants and local RFPs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Highway Infrastructure Engineering and Research Data Services (HIERD)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking proposals for the Highway Infrastructure Engineering and Research Data Services (HIERD) contract. This procurement aims to secure non-personal services that require multidisciplinary expertise in pavement, bridge, and highway infrastructure engineering, alongside data management, analytics, and web application development. The contract, structured as an Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, is crucial for enhancing the quality and accessibility of highway infrastructure research data through various FHWA InfoHighway portals. Interested small businesses must submit their proposals by the specified deadlines, with a guaranteed minimum contract value of $50,000 and a maximum ceiling of $8,000,000 over a performance period of 60 months. For further inquiries, potential bidders can contact Tamiko Aikens at tamiko.aikens@dot.gov or Bob Brown at Bob.P.Brown@dot.gov.
    Roadside Safety Research and Federal Outdoor Impact Laboratory (FOIL) Advanced Crash Analysis Technical Support Services
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is soliciting proposals for a contract titled "Roadside Safety Research and Federal Outdoor Impact Laboratory (FOIL) Advanced Crash Analysis Technical Support Services." This Request for Proposal (RFP) seeks to procure advanced crash analysis technical support services to assist in the operation and maintenance of the FOIL, which conducts critical crash and impact tests for vehicles and roadside hardware. The contract will be structured as a 60-month Indefinite-Delivery-Indefinite-Quantity (IDIQ) agreement with a minimum value of $100,000 and a maximum ceiling of $18 million, utilizing Firm-Fixed Price (FFP) and Time and Materials (T&M) task orders. Interested parties should direct inquiries to Rochelle Infante at Rochelle.Infante@dot.gov, with questions regarding the RFP due by December 16, 2025, at noon ET.
    Vehicle Purchasing, Leasing, Transfer, Storage, Disposition, Parts Procurement, and Test Coordination Services
    Transportation, Department Of
    The National Highway Traffic Safety Administration (NHTSA), part of the Department of Transportation, is seeking qualified small businesses to provide comprehensive vehicle procurement, leasing, transfer, storage, disposition, parts procurement, and test coordination services. The contractor will support NHTSA's mission by acquiring vehicles for various crash tests and research initiatives, ensuring timely delivery, and maintaining meticulous records while coordinating with multiple testing laboratories. This effort is crucial for enhancing vehicle safety and reducing economic costs associated with traffic incidents. Interested firms must submit their Corporate Capability Statements to Michelle Shanahan at michelle.shanahan@dot.gov by the deadline of 10 calendar days from the publication date of this notice.
    Non-Personal Services Contract to Support the Infrastructure Research and Technology Deployment Program.
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking proposals for a Non-Personal Services Contract to support the Infrastructure Research and Technology Deployment Program. This procurement aims to engage professional engineering and technical support services that will enhance the deployment of innovative infrastructure technologies. Such services are crucial for advancing the nation's transportation infrastructure and ensuring the effective implementation of research findings. Interested parties can reach out to Marcus Fowler at Marcus.Fowler@dot.gov for further details regarding the contract, which is outlined in the attached documentation.
    USAC RFQ: Tableau License Renewal
    Federal Communications Commission
    The Federal Communications Commission (FCC) is seeking quotes for the renewal of Tableau Software licenses through the Universal Service Administrative Company (USAC). This Request for Quotes (RFQ) aims to procure the necessary software to support USAC's administrative functions related to the Universal Service Fund and its associated support mechanisms. The renewal of these licenses is crucial for USAC to effectively manage billing, collection, and disbursement functions under FCC oversight. Interested vendors must submit their quotes by December 29, 2025, at 11:00 AM ET, and can find further details and submission instructions on the USAC procurement website. For inquiries, contact Dania Powers at Dania.Powers@usac.org or Noor Jalal at noor.jalal@usac.org.
    CO OMAD 300(70) MINUTEMAN MISSILE ACCESS ROAD
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the CO OMAD 300(70) Minuteman Missile Access Road project, which involves re-graveling up to 156.582 miles of existing gravel roads utilized by the United States Air Force. The project aims to enhance road maintenance for the Air Force Intercontinental Ballistic Missile Program, specifically in southwestern Wyoming, southeastern Nebraska, and northeastern Colorado. This initiative is part of the Defense Access Road program, emphasizing the importance of maintaining access routes for national defense operations. Interested small businesses must submit their bids by December 9, 2025, at 2:00 p.m. local time, and can direct inquiries to Douglas Whitcomb or Leslie Karsten at CFLAcquisitions@dot.gov. The estimated project cost is approximately $5,980,000, with a firm fixed-price variable-scope contracting method in place.
    USAC RFQ: EMC All-Inclusive Unity Hardware Support
    Federal Communications Commission
    The Universal Service Administrative Company (USAC), under the direction of the Federal Communications Commission (FCC), is seeking quotes for the purchase or renewal of EMC All-Inclusive Unity Hardware Support. This Request for Quotes (RFQ) aims to secure essential hardware support services that are critical for the administration of the Universal Service Fund and its associated support mechanisms. The RFQ is part of USAC's ongoing efforts to maintain and enhance its operational capabilities, ensuring effective management of the funds allocated for various telecommunications support programs. Interested vendors must submit their quotes by December 29, 2025, at 11:00 AM ET, and can find further details and submission instructions on the USAC procurement website. For inquiries, contact Dania Powers at Dania.Powers@usac.org or Noor Jalal at noor.jalal@usac.org.
    NP BLRI PVT PRES FY25(1) - Pavement Preservation on Blue Ridge Parkway
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the NP BLRI PVT PRES FY25(1) project, which involves pavement preservation along the Blue Ridge Parkway in Virginia. The project encompasses a range of activities including chip seal and fog seal placement, patching, crack sealing, and pavement markings over a distance of 23.24 miles, from Milepost 143.11 to 174.60, with an estimated total cost between $2,000,000 and $5,000,000. This initiative is crucial for extending the lifespan of the parkway's pavement and ensuring safe travel for visitors, with a performance period of 170 calendar days if all schedules are awarded concurrently. Interested bidders should prepare to submit their proposals electronically and ensure they are registered with the System for Award Management (SAM) by the bid due date, which will be specified in the solicitation documents expected to be released around November 20, 2025. For further inquiries, contact Monique Lynch or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    Technical Expertise and Support Services for FHWA Office of Safety - Industry Day Presentation Slides
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking technical expertise and support services for its Office of Safety, with an upcoming Request for Proposal (RFP) anticipated for release in Q2 2025. The primary objective is to enhance roadway safety through a comprehensive approach that includes technical support, professional capacity building, audience outreach, and operations support across various activities such as research, policy analysis, and training. This initiative reflects the federal commitment to improving transportation safety and aims to engage industry collaboration to address federal procurement requirements systematically, with an estimated contract value of $58 million. Interested vendors can reach out to Monique Snow-Manning at monique.snowmanning@dot.gov or Carolyn Lethert at carolyn.lethert@dot.gov for further information.
    WFL AE Design IDIQ
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration's Western Federal Lands Division, is seeking qualified architect-engineer firms for the WFL AE Design IDIQ contract. This opportunity involves providing multi-discipline engineering services, including project planning, preliminary engineering, and post-design support for transportation projects on federal lands across several states, including Washington, Alaska, and Oregon. The government plans to award up to five indefinite delivery, indefinite quantity contracts, with a total ceiling of $60 million and a guaranteed minimum of $10,000 per contract, two of which are set aside for small businesses. Interested firms must submit their qualifications electronically by January 15, 2026, and should direct any inquiries to Kyle M. Wood at WFL.AE@DOT.GOV or by phone at 360-619-7860.