Surveying Hardware – Trimble R980 GNSS System

Project ID: PANMCC-26-P-0000038980 FederalOpportunitiesSources Sought
Overview
AgencyMICC Fort Hood
Deadline02/09/26
Posted02/02/26
Estimated Value$20,000 - $35,000 (AI estimate)
Set AsideSmall Business
NAICS811210 - Electronic and Precision Equipment Repair and Maintenance
PSC6655 - Geophysical Instruments
LocationFort Hood, TX 76544 United States
Description
Primary Latest Change

THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure a Trimble R980 GNSS receiver system for Fort Hood, Texas on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittal will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerers to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 811210, Electronic and Precision Equipment Repair and Maintenance, with a size standard of $34,000,000. This is a single time delivery. Attached are the salient characteristics that are required for the procurement. In response to this sources sought, please provide: 1. Limit responses to 5 pages and include the following additional information: name of the firm, point of contact, phone number, email address, Entity Identifier (UEI), Commercial and Government Entity (CAGE) code, a statement regarding small business status (including small business type(s)/ certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. [Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable.] 4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the salient characteristics to acquiring the identified items/services. 8. Interested parties are requested to submit a capabilities statement. The deadline for response to this request is no later than (09 February 2026 at 1:00 p.m Central time). All responses under this Sources Sought Notice must be e-mailed to SSG Anthony Sullivan, anthony.j.sullivan35.mil@army.mil.

Summary (Newest Update)

Background The U.S. Government is seeking to procure a Trimble R980 GNSS receiver system for Fort Hood, Texas. This requirement is intended for small businesses, and the government aims to set aside the contract if two or more qualified small businesses respond with sufficient information. The procurement is part of the agency's mission to enhance surveying capabilities and ensure accurate positioning in various environments. Work Details The contract involves the delivery of a Trimble R980 GNSS receiver system, which includes the following salient characteristics: **R980-HW: Hardware Component** - **Trimble ProPoint GNSS Engine:** Advanced signal management for high-precision positioning in challenging environments. - **Dual-Band UHF Radio:** Integrated transceiver supporting 450 MHz and 900 MHz frequencies for interoperability. - **Global 4G LTE Modem:** Built-in cellular connectivity for receiving corrections via VRS or Internet Base Station Service (IBSS). - **Durability & Design:** IP67-rated (waterproof/dustproof) and MIL-STD-810G tested to survive a 2-meter drop. - **Memory & I/O:** 9.5 GB internal data logging memory with 20 Hz positioning rates. **R980-BRO: Configuration Level (Base and Rover Mode)** - **Dual Operation:** Functions as either a Base Station or a Rover. - **Trimble TIP Technology:** IMU-based tilt compensation for accurate measurements even when the survey pole is not level. - **Full GNSS Support:** Tracks all current constellations (GPS, GLONASS, Galileo, BeiDou, QZSS, NavIC) with triple-frequency tracking. - **Trimble xFill:** Extends RTK positioning during temporary signal outages. - **CenterPoint RTX:** Includes a 12-month subscription for centimeter-level corrections delivered via satellite or internet without needing a local base. **Performance Specs** - RTK Precision: 8 mm Horizontal / 15 mm Vertical. - RTX Precision: 2 cm Horizontal / 3 cm Vertical. - Tilt Performance: RTK + 5mm + 0.4mm/° tilt. Place of Performance Fort Hood, Texas

Contacts
Contact nameSSG Sullivan, Anthony
Contact emailanthony.j.sullivan35.mil@army.mil
Contact phoneNone
Secondary contact nameSSG Tamberelli, Tyler
Secondary contact emailtyler.d.tamberelli.mil@army.mil
Secondary contact phone(254) 287-5503
Same Region Opportunities