Air Force Civil Engineering Center Land Survey Equipment
ID: FA8051-SS-0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8051 772 ESS PKDTYNDALL AFB, FL, 32403-5322, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)
Timeline
    Description

    Sources Sought DEPT OF DEFENSE Air Force Civil Engineering Center Land Survey Equipment

    The Department of Defense is seeking information on firms that can provide land survey equipment compatible with existing Department of Defense equipment. This equipment is intended to support the Air Force Civil Engineer Center. The sources sought notice is primarily for market research to determine if there are firms that possess either the specific Trimble brand equipment listed in the attached draft statement of work (SOW) Appendix 1 or equivalent equipment that provides the same capabilities and functionalities. The equipment must be able to interface with the Trimble equipment listed in the draft SOW.

    Interested businesses are invited to provide a capability statement in response to this requirement. Prospective contractors must be registered in the System for Award Management (SAM) prior to contract award. The Government is considering different acquisition strategies, including an indefinite delivery indefinite quantity contract with a multi-year ordering period.

    The North American Industry Classification System (NAICS) code applicable to this acquisition is 334519 - Other Measuring and Controlling Device Manufacturing, with a small business size standard of 600 employees.

    Contractors interested in providing these services should submit a written affirmative response that includes information such as business name, address, point of contact details, business CAGE Code and Unique Entity ID number, and business type based on NAICS 334519. Contractors should also indicate if they would propose as a prime contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture.

    Additionally, contractors should provide information on past projects completed for the same or similar items, including any Government contracts awarded for this type of requirement. Contractors should also indicate if their equipment is available on a GSA Schedule or another Government contract, and if it can operate/interface with the Department of Defense Trimble equipment listed in the draft SOW. Contractors should confirm if their equipment meets the salient characteristics identified in the draft SOW and if it contains any parts prohibited by DFAR 252.225-7007 or 52.204-25.

    Contractors should also indicate the number of systems meeting the salient characteristics that they can provide within a 12-month period.

    All responsible sources are encouraged to submit a capability statement response to this announcement. Responses must be received by 19 August 2024 at 9:00 AM central time and should not exceed 20 pages. The Government may or may not provide answers to questions submitted in response to this sources sought.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Similar Opportunities
    Small Unmanned Aircraft System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research through a Sources Sought announcement to identify potential sources for a Small Unmanned Aircraft Survey System. The required system must meet specific characteristics, including compliance with the National Defense Authorization Act (NDAA), autonomous flight capabilities with obstacle avoidance, and advanced imaging features such as a high dynamic range (HDR) camera with 4K resolution. This procurement is crucial for enhancing operational effectiveness in various mission requirements, ensuring adherence to federal regulations. Interested parties must submit their responses by 1:00 PM CST on September 9, 2024, to the primary contacts, Ty Le and Kimberley L. Alvarez, via the provided email addresses, including necessary company information and product literature.
    Trimble Equipment NRCS Colorado
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Farm Production and Conservation Business Center, is seeking qualified small businesses to provide Trimble GPS surveying equipment and associated services for the Natural Resources Conservation Service (NRCS) in Colorado. The procurement includes the supply of Trimble equipment, software, calibration, support, and warranty services, all of which must be performed by authorized Trimble service providers to ensure compatibility with existing USDA systems. This acquisition is critical for the NRCS's operational needs and reflects the USDA's commitment to fostering small business participation in federal contracting. Interested vendors must submit their quotes by 1:00 pm ET on September 10, 2024, with delivery of the equipment expected within 120 days after award and calibration to be completed within 60 days post-delivery. For further inquiries, contact Sandra Driver at sandra.driver@usda.gov or Nancy W. Harris at nancy.harris@usda.gov.
    Trimble Equipment NRCS Wyoming
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) is seeking qualified small businesses to provide Trimble GPS surveying equipment for the Natural Resources Conservation Service (NRCS) in Wyoming. The procurement includes various models of Trimble R12i receivers and TSC7 controllers, along with necessary calibration, support, warranty, and repair services, which must be performed by authorized service providers in the region. This equipment is critical for the USDA's operational capabilities, ensuring compatibility with existing systems and adherence to federal regulations. Interested vendors must submit their quotes by September 10, 2024, with delivery expected within 120 days after order receipt, and calibration to occur 60 days post-delivery. For further inquiries, contact Sandra Driver at sandra.driver@usda.gov or Nancy W. Harris at nancy.harris@usda.gov.
    Handheld 3D Surface Analyzer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, intends to procure a Handheld 3D Surface Analyzer through a sole source contract with GelSight Inc. This specialized equipment is required for precise surface level topographic measurements, particularly for aircraft surfaces, with an accuracy of up to 1 micrometer, and must be compatible with existing design software for data export. The procurement is justified under FAR 13.106-1(b)(1) due to GelSight Inc. being the only known source capable of fulfilling these specific operational needs, as confirmed by market research and prior engagements with other government entities. Interested parties may submit capability statements or proposals by the deadline of 2:00 PM Eastern Time on September 13, 2024, and should direct inquiries to Daniel A. Boone, Jr. at daniel.boone.5@us.af.mil.
    B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105 The Department of Defense, specifically the Department of the Air Force, is seeking prospective vendors for an engineering services effort regarding the B-2 Ku-Band (Lower) Antenna. This antenna is part of the B-2 Ku-Band radar system used to identify and determine the range and bearing of the vehicle. It also serves as a secondary structure that forms a portion of the outer mold line. The unit is designed for low observable and nuclear environment operations. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. The Air Force is in search of vendors who can evaluate the Bill of Materials (BOM), production/test equipment, and documentation, identify obsolete parts and materials, propose alternatives for long-term sustainment, maintain the form, fit, and function of the antenna, meet all existing specification requirements, address testing requirements, and develop and deliver a full production Technical Data Package. At this time, Northrop Grumman is the only known source with qualifications to execute this effort. However, the Air Force is conducting this market survey to identify potential sources that may possess the specialized expertise, capabilities, and experience required. It is important to note that participation in this survey does not ensure participation in future solicitations or contract awards, and the government will not reimburse participants for any expenses associated with their participation. Prospective vendors must demonstrate their capabilities and past performance in areas such as low observable applications, repair and manufacture of B-2 aircraft antennas, B-2 aircraft integration testing, B-2 aircraft environmental testing, and compliance with security clearance requirements. Additionally, vendors must maintain a corporate cost accounting system that meets the requirements of DCMA and/or DCAA, and must not be owned by a foreign company or individual for the duration of any potential government contract. Small businesses are encouraged to indicate if conditions exist for a small business set-aside for any portion of the requirement, and provide information on their qualifications and experience. Large businesses should submit their reasonable expectation of subcontracting opportunities for small business concerns. The place of performance for this procurement is Oklahoma City, OK, with a zip code of 73145, and the primary contact for this notice is 424 SCMS/GUEAA. For more information, interested parties can contact 424SCMS.RFI.Responses@us.af.mil.
    Transducer
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is seeking sources for the procurement of six transducers, as outlined in the updated notice SPRHA424R0891. The primary objective is to conduct market research to identify capable suppliers of these specialized measuring devices, which are critical for various defense applications. The transducers, identified by NSN 6695-01-230-5978 and P/N 461360-03-01, are not expected to be set aside for small businesses, and the government has determined that the required supplies are available from only a limited number of sources. Interested parties should submit their capability statements to Scottina Malia at scottina.malia@us.af.mil, with an estimated delivery schedule set for July 2, 2026, and March 30, 2026, for different quantities.
    Notice of Intent to Sole Source -PHOENIX LIDAR SYSTEMS LLC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to Phoenix Lidar Systems LLC for the procurement of a miniRANGER-3 LITE system, complete with software and accessories, for the 802 Civil Engineering Squadron. This specialized equipment is crucial for search, detection, navigation, and guidance applications, particularly in unmanned aircraft operations. The government is soliciting interest from other potential suppliers, but market research indicates that Phoenix Lidar Systems LLC is the only qualified source capable of fulfilling the requirements. Interested parties may submit their quotes by September 11, 2024, at 12:00 PM CST, and should direct inquiries to Bismark Badu at bismark.badu.3@us.af.mil or call 210-671-1727.
    Landing/Drop Zone Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Wyoming Army National Guard, is soliciting quotes for landing/drop zone equipment under solicitation W50S8W-24-Q-0015, exclusively open to small businesses. The procurement aims to secure a Firm Fixed-Price contract for various tactical and operational equipment, including shelters, helmets, navigation tools, communication devices, and generators, all of which must meet specified characteristics outlined in the attached equipment list. This equipment is crucial for enhancing the operational capabilities of military and emergency response units. Proposals are due by September 18, 2024, with a requirement for active registration in the System for Award Management (SAM), and delivery is expected within 60 days after contract award. Interested parties can contact Christopher Davalos at christopher.davalos.1@us.af.mil or by phone at 307-772-6887 for further information.
    Theodolite
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of five units of theodolites, specifically identified by National Stock Number (NSN) 6675-01-644-9140. This acquisition is restricted to qualified sources, notably BAE Systems, and aims to enhance military capabilities by providing essential surveying and measuring equipment. The total award amount for this contract is approximately $822,638.30, with a delivery deadline set for July 31, 2026. Interested parties can reach out to Scottina Malia at scottina.malia@us.af.mil for further inquiries regarding this opportunity.
    TARGET ACQUISITION
    Active
    Dept Of Defense
    The Department of Defense (DoD) seeks offers for a federal contract, titled "TARGET ACQUISITION." This opportunity falls under the NAICS code 334511: Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, with a focus on electronic countermeasures and quick reaction capability equipment. The main objective is to procure 20 units of NSN: 5865-01-646-9244, a specialized item manufactured by Raytheon Company for military use. The item, identified by Part Number 4971752-3, requires a delivery schedule of 90 days. Offerors should be aware that the solicitation will be conducted through the Defense Industrial Basic Supply Management (DIBBS) system. The government will evaluate offers based on a combination of factors, including price, past performance, and delivery speed. Offerors should be prepared to participate in a reverse auction, where their proposed prices will be anonymously disclosed to other participants. The auction format allows for real-time price discussions and negotiations. Interested parties should submit their offers through the DIBBS system, which is the preferred method. Alternatively, emails (not exceeding 15MB) or hard copy proposals can be sent to the primary contact mentioned below. All offers must be in English and denominated in US dollars. The solicitation will be available on the DIBBS website from August 9, 2024. Offerors should carefully review this solicitation for detailed requirements and instructions. Primary Contact: Cerita Sellers Cerita.Sellers@dla.mil (614) 692-4005 For further guidance on submitting offers, refer to the provided DIBBS link: https://www.dibbs.bsm.dla.mil/refs/help/Solicitations/DIBBS-Upload-Offer-User-Help.pdf Ensure that all eligibility criteria and requirements are met before submitting an offer.