SOKKIA HIGH PRECISION SURVEYING EQUIPMENT
ID: 140F1G25Q0031Type: Solicitation
AwardedMay 6, 2025
$38.6K$38,613
AwardeeABSOLUTE ACCURACY INC. 2451 RIVERSIDE DR Los Angeles CA 90039 USA
Award #:140F1G25P0030
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, IT GOODSFalls Church, VA, 22041, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

IT AND TELECOM - NETWORK: SATELLITE AND RF COMMUNICATIONS PRODUCTS (HW, PERPETUAL LICENSE SOFTWARE) (7G22)

Set Aside

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

    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for the procurement of SOKKIA high precision surveying equipment. This solicitation requires a firm fixed price quote for specific items, including a GRX3 base and rover kit, a reflectorless total station, and necessary accessories, with delivery terms set as free on board (FOB) destination. The equipment is crucial for accurate surveying and data collection in various environmental and wildlife management projects. Interested small businesses must adhere to the outlined technical specifications and compliance requirements, with proposals evaluated based on the lowest price technically acceptable (LPTA) criteria. For further inquiries, potential offerors can contact Carter Duke at carter_duke@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Proposal (RFP) issued by the federal government for the procurement of IT goods specifically identified as SOKKIA equipment. It outlines the requirement for a firm fixed price quote for specific items, including a GRX3 base and rover kit, a reflectorless total station, and associated accessories such as power supplies and tripods. The delivery terms are specified as free on board (FOB) destination, indicating that the seller covers the shipping costs until the goods reach the designated location. The RFP includes details such as NAICS codes to classify the business's industry, eligibility requirements for small businesses, and includes provisions under the Defense Priorities and Allocations System (DPAS). Evocation criteria indicate that proposals will be evaluated based on lowest price technically acceptable (LPTA). Specific technical specifications must be adhered to, ensuring that proposals meet or exceed the listed requirements. The inclusion of a warranty and compliance considerations indicates a structured procurement process aimed at obtaining quality goods for government use while fostering compliance with federal regulations.
    The document outlines various provisions and clauses relevant to federal contracts, specifically addressing the requirements for submitting proposals, eligibility criteria for small business classifications, and evaluation processes for government acquisitions. Key sections delineate the instructions for offerors, emphasizing the necessity for comprehensive offers that include technical descriptions, pricing, and certifications. The provisions also stipulate the importance of compliance with federal regulations concerning labor practices, product sourcing, and ethical conduct in procurement processes. Additionally, it highlights the categorization of businesses, such as veteran-owned and women-owned, providing guidelines for their participation in federal contracting opportunities. Overall, the purpose of this document is to ensure transparency, fairness, and adherence to legal standards in the acquisition process while fostering opportunities for diverse business participation in government contracts.
    Lifecycle
    Similar Opportunities
    CA-LODI FISH AND WILDL-NOTUS EQUIPMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a Notus Omni Portable Trawl Hydrophone and a Notus Command Unit, essential equipment for the EDSM Trawl Mensuration Study. The hydrophone, with specific technical requirements, and the command unit are critical for effective trawling operations, enabling wireless communication with trawl sensors. Interested vendors must submit their Firm Fixed Price quotes by 10:00 AM on December 17, 2025, via email to Carter Duke at carterduke@fws.gov, with the anticipated award date set for one day after the solicitation closes. All submissions must comply with federal acquisition regulations and include delivery to Lodi, CA, within 30 days of order receipt.
    GNSS Receiver and Accessories IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide GNSS receivers and accessories in accordance with specified salients for the Pennsylvania Water Science Center. The procurement involves the delivery of brand-name or equal drafting, surveying, and mapping instruments, specifically Trimble GNSS receivers and controllers, to be completed within 30 days of the purchase order. This equipment is crucial for various scientific and environmental monitoring applications, enhancing the USGS's capabilities in data collection and analysis. Interested vendors must submit their quotes electronically by December 16, 2025, at 11:00 AM ES, and are encouraged to direct any questions to Cynthia Nicanor at cnicanor@usgs.gov before December 15, 2025. Registration at SAM.gov is required for contract award eligibility.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    38--OR-WILLAMETTE VLY NWR-EXCAVATOR GRAPPLE
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to provide a 3X4 Hydraulic Dangle Head Rotating Grapple for the William L. Finley National Wildlife Refuge in Corvallis, Oregon. This procurement is a total small business set-aside and requires the grapple to meet specific salient characteristics, including compatibility with a Volvo EC140E Excavator, and to be delivered within 90 days of contract award. The grapple will be utilized for forestry, logging, and land-clearing operations, highlighting its importance in maintaining the refuge's ecological integrity. Quotes are due by December 22, 2025, and must be submitted to Marshall Richard via email; interested parties must also be registered with SAM.gov to be eligible for consideration.
    Acoustic Doppler System IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide an Acoustic Doppler System in accordance with specified salients, to be delivered to West Sacramento, CA. The procurement requires a geophysical instrument, specifically a Nortek Aquadopp Profiler and HR Mode, which must meet detailed technical specifications including a three-beam configuration, operational acoustic frequency of 2 MHz, and various internal sensors. This acquisition is crucial for the USGS's water resource management and monitoring efforts, with the Request for Quote (RFQ) scheduled to be issued on December 11, 2025, and quotes due by December 17, 2025, at 11:00 AM ES. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov before the question deadline.
    MN Litchfield WMD - UTV with Trade-in
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a new Utility Terrain Vehicle (UTV) with a trade-in option for a 2017 Polaris Ranger as part of their operations at the Litchfield Wetland Management District (WMD). The UTV must meet specific requirements, including a 950 cc/65 HP engine, automatic transmission, and features suitable for safe operation in cold weather, such as power steering and a full cab with heating. This procurement is critical for enhancing operational efficiency in wildlife management activities, with quotes due by January 7, 2026, at 2:00 PM ET, and submissions should be directed to Dana Arnold at danaarnold@fws.gov. The contract will be awarded based on best value, considering both technical specifications and pricing, with the contractor responsible for delivery to the specified location in Litchfield, MN.
    52--SURVEY KIT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 15 units of a Survey Kit, identified by NSN 5280015283680. The solicitation is classified as a Request for Quotation (RFQ) and is aimed at acquiring these kits from approved sources, specifically TEK-JSR with part number ASSY80010. The Survey Kit is essential for various military applications, ensuring accurate measurements and assessments in operational environments. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    D--Special Notice of Intent to Sole Source Award
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Garmin International, Inc. for the provision of annual subscriptions to aircraft navigation databases essential for the safety and operational efficiency of its fleet aircraft. This procurement is necessary to ensure continued access to critical navigation databases that enhance pilot situational awareness, navigation, and obstacle avoidance, which are vital for safe flight operations. The contract will be firm-fixed price and is expected to be awarded under the authority of FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties who believe they can meet these requirements may submit a statement of capabilities via email to Lorenzo Aragon at lorenzoaragon@fws.gov, but no telephone inquiries will be accepted.
    MN Morris WMD - UTV with Two Trade-ins
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the procurement of a 6x6 Utility Task Vehicle (UTV) along with the trade-in of two existing vehicles, specifically a 2009 Argo Avenger and a 2016 Polaris Ranger, for the Morris Wetland Management District (WMD). The UTV must meet specific technical specifications, including features such as a roll-over protection system, enclosed cab with climate control, and a power-tilting bed, with proposals evaluated based on technical compliance, lead time, and pricing. This procurement is crucial for enhancing operational capabilities in wildlife management and habitat conservation efforts. Interested vendors must submit their proposals by January 8, 2026, at 2:00 PM ET, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.