Notice of Intent to award sole source delivery order - Trimble Products
ID: 12FPC124Q0079Type: Special Notice
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFARM PRODUCTION AND CONSERVATION BUSINESS CENTER

NAICS

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

PSC

DRAFTING, SURVEYING, AND MAPPING INSTRUMENTS (6675)
Timeline
    Description

    The United States Department of Agriculture (USDA), through its Farm Production and Conservation (FPAC) Business Center, intends to award a sole source delivery order to Trimble, Inc. for the procurement of Trimble products, which include necessary warranty and repair services, as well as a trade-in of existing government-owned equipment. This procurement is critical for ensuring interoperability with existing Trimble equipment utilized by the Natural Resources Conservation Service (NRCS) in Iowa, as Trimble is the only provider that meets the specific requirements outlined in the Federal Acquisition Regulations (FAR). The estimated total value of this procurement is $1,367,849, and interested parties may submit capability statements to the primary contacts, Eugene Jackson and Andrew Sawyer, by September 30, 2024, at 10:00 PM Eastern Time (ET).

    Files
    Title
    Posted
    The document is a Limited Sources Justification from the USDA, specifically from the Farm Production and Conservation Business Center, for the procurement of Trimble Navigation GNSS receivers and related software. The estimated total value of this procurement is $1,367,849, which includes various licenses and accessories. The justification for limiting the source is based on the necessity for interoperability with existing Trimble equipment that is already in use by the Natural Resources Conservation Service in Iowa. It highlights that Trimble Inc. is the only provider with the required brand equipment under a GSA MAS contract. Market research confirmed that Trimble products are exclusively available from the original equipment manufacturer. The document underscores the importance of these specific supplies to meet the agency’s operational needs while adhering to FAR regulations that allow for limiting competition under certain circumstances. The justification emphasizes the unique qualifications of Trimble as the sole source due to the specific nature of the required supplies.
    The document is a Request for Quote (RFQ) issued by the USDA’s Natural Resource Conservation Service (NRCS) for the procurement of Trimble survey equipment, identified under solicitation number 12FPC124Q0079. It specifies the need for various hardware and software items, emphasizing strict adherence to specified Trimble brand names in the quantities listed. The RFQ requires bidders to quote all line items, providing pricing optimally linked to their GSA Multiple Award Schedule (MAS) contracts while detailing any items classified as open market. Quotes are due by September 17, 2024, and must be submitted via email to designated USDA representatives. The government will evaluate submissions based on technical acceptability and pricing fairness in line with federal acquisition regulations. The document includes provisions for payment, including the use of the Invoice Payment Platform for electronic processing, and detailed procedures for contract execution upon completion of performance and delivery. Overall, the RFQ outlines the procurement process, item specifications, submission instructions, and conditions of contract fulfillment, reflecting the formal structure typical of government solicitations aimed at maintaining operational efficiency and compliance in public procurement practices.
    Lifecycle
    Similar Opportunities
    Notice of Intent to award sole source purchase order for Rigaku Supermini200 High Powered Benchtop Wavelength-Dispersive X-ray fluorescence Spectrometer
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) intends to award a sole source purchase order for a Rigaku Supermini200 High Powered Benchtop Wavelength-Dispersive X-ray fluorescence Spectrometer to Rigaku Americas Inc. This procurement is essential for the USDA's Farm Production and Conservation (FPAC) and the National Conservation Resource Service (NRCS) to enhance their analytical capabilities in soil conservation efforts. Interested parties who believe they can meet the requirements must submit a statement of capabilities by October 4, 2024, at 10:00 AM ET, to the primary contact, Eugene Jackson, at eugene.jackson2@usda.gov. The procurement will be conducted in accordance with FAR Parts 12 and 13, and no solicitation for competitive quotes will be issued.
    Notice of Intent to Sole Source - USDA-ITSD-NIFA; CuadraSTAR Software Maintenance Support and License Renewal
    Active
    Agriculture, Department Of
    Sources Sought Notification for CuadraSTAR Software Maintenance Support and License Renewal. The United States Department of Agriculture (USDA) is seeking information for the procurement of CuadraSTAR Software Maintenance Support and License Renewal. This software is used to support the National Institute of Food and Agriculture (NIFA). Interested vendors are invited to submit a response by 12:00pm ET on 22 December 2023. The response should include organization details, capability statement, and certification of Authorized Reseller status. No proprietary or sensitive information should be included in the response. The USDA reserves the right to use any nonproprietary technical information in any future solicitation(s).
    D--Special Notice of Intent to Sole Source Award.
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Norbit US LTD for the continued access to specialized software essential for processing multibeam sonar data. This procurement is aimed at securing the POSPac MMS with SmartBase and Qimera/Fledermaus FM Geocoder software, which is critical for standardized data processing in collaboration with partner agencies, including the U.S. Geological Survey (USGS). Norbit US LTD is uniquely qualified to provide the necessary expertise for utilizing this software, as they are the only vendor capable of supporting the specific requirements associated with the Norbit multibeam sonar. Interested parties who believe they can meet these requirements may submit a statement of capabilities via email to Lorenzo Aragon at lorenzoaragon@fws.gov, with the contract value not exceeding $250,000 and no competitive quotes being solicited.
    Notice of Intent to Sole Source purchase of ElectroFisher Backpacks
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) Forest Service intends to award a sole source purchase order for ElectroFisher Backpacks, specifically from the Original Equipment Manufacturer (OEM), Smith-Root. This procurement is necessary for the Forest Service's operations, as these specialized backpacks are critical for conducting fish population assessments and habitat restoration efforts. The delivery of the items is requested within thirty days after receipt of order, with early shipments encouraged at no additional cost to the government. Interested parties may submit quotations to Jerry Meeks at jerry.meeks@usda.gov by 12:00 P.M. (CST) on October 2, 2024, for consideration, although the government reserves the right to proceed without competition based on the responses received.
    OneVision Seammate System
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Food Safety and Inspection Service (FSIS) intends to award a sole source contract to OneVision Corporation for the acquisition of the SeamMate® System with Pro 400 Video Module. This procurement is essential for meeting specific ISO/IEC 17025 standards, as the equipment must possess NIST traceability and fulfill the agency's laboratory needs with its fully enclosed and automated design, which enhances safety and operational efficiency. The contract, valued as a firm-fixed price, is set aside for small businesses, reflecting the government's commitment to supporting smaller entities in the contracting process. Interested parties may submit capability statements for future competitive procurement consideration by September 30, 2024, and should direct inquiries to Eric Schnitzler at Eric.Schnitzler@usda.gov.
    Electronic Warehouse and Commodity Management Data (eWCMD)
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking to extend the existing contract for the Electronic Warehouse and Commodity Management Data (eWCMD) project. This initiative aims to enhance the Warehouse Examination System by expanding its functionalities and replacing outdated systems, ensuring compliance with security requirements and industry standards, including accessibility for individuals with disabilities. The contract, which has been increased to a maximum value of $4.4 million, will support Agile development processes and is crucial for improving operational capabilities in USDA's agricultural marketing services. Interested parties can contact Jeremy A. Pouliot at jeremy.pouliot@usda.gov or by phone at 612-336-3204 for further details.
    SOLE SOURCE – Procurement of Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for the AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA). This procurement is essential for supporting future Organic Depot activation at the Fleet Readiness Center Southeast (FRCSE) and is critical for the MQ-4C Triton Unmanned Aircraft System's air-to-surface maritime radar capabilities. The contract will be awarded on a sole source basis to Northrop Grumman, the Original Equipment Manufacturer, with an anticipated issue date of September 23, 2024, and a closing date of October 23, 2024, at 2:00 PM Eastern. Interested parties may contact Gavin Thompson at 812-381-2514 or via email at gavin.d.thompson2.civ@us.navy.mil for further inquiries.
    Fluent 480 w/ airFCA & RGA-FES & HEPA
    Active
    Agriculture, Department Of
    Special Notice: AGRICULTURE, DEPARTMENT OF intends to award a sole source supply contract for a Fluent 480 w/ airFCA & RGA-FES & HEPA. This equipment is typically used for analytical laboratory testing and reporting. The contract will be a fixed price Purchase Order under FAR PART 12 Acquisition of Commercial Items. The place of performance will be in Ames, Iowa, United States. Interested sources are encouraged to contact APHIS for implementing the Fluent 480 Base Unit. The closing date for this notice is June 25, 2024.
    Temporary Office Trailer - Base Year + (4) Option Years
    Active
    Agriculture, Department Of
    The US Department of Agriculture's Forest Service seeks bids for a temporary office trailer, a critical need for its operations in Fillmore, Utah. The trailer must measure no larger than 10' x 38' and will be situated on a dirt lot with electrical hookups. Potential vendors should note that flexibility in office space is welcomed, but the specified size is a firm requirement. Amendment 0001 to the solicitation extends the offer due date to August 23rd, 2024, and successful bidders will deliver and set up the trailer, with the contract running from September 2024 to August 2029. Interested parties should contact Terri Tucker at terri.tucker@usda.gov for further details.
    INTENT TO SOLE SOURCE - Xylem (Godwin) Field Smart Technology module
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Rock Island District, intends to award a sole source contract for the procurement of Xylem (Godwin) Field Smart Technology modules, which will include on-site installation on various sizes of Godwin Diesel Pumps located in Pleasant Valley and Johnston, Iowa. This procurement is essential for enhancing the operational efficiency and functionality of the pumping equipment, which is critical for various engineering and environmental projects managed by the Corps. Interested firms that believe they can meet the requirements are encouraged to submit a capability statement to the Contracting Officer, Allison Longeville, by September 26, 2024, at 10:00 AM Central Time. For further inquiries, potential bidders can reach out via email at Allison.A.Johnson@usace.army.mil.