Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SPECIAL NOTICE

66 -- RECOVERY--66--Trimble GeoXT Standalone System

Notice Date
7/1/2009
 
Notice Type
Special Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-09-F-1007
 
Archive Date
9/29/2009
 
Point of Contact
Brad Willis, 8163892246<br />
 
E-Mail Address
US Army Engineer District, Kansas City
(bradley.l.willis@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is an announcement of intent to award a sole-source purchase order to Trimble Navigation Limited, a large business. The United States Army Corps of Engineers, Kansas City District (The Kansas City District) requires fifteen (15) Trimble GeoXT (2008 series) Standalone handheld GPS units; fifteen (15) one-year Hardware Warranty Extensions; fifteen (15) TerraSync Professional Software single use licenses; fifteen (15) one-year Software Maintenance Extensions; six (6) Pathfinder Office Software Updates; and (6) one-year Software Maintenance Extensions. This is a follow-on acquisition to supplement an existing inventory of devices and supporting software. This proposed contract action is part of the American Recovery and Reinvestment Act (ARRA) of 2009. The North American Industry Classification System code for this acquisition is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. This is a pre-award notice with the intent to award a sole-source purchase order under the authority of the Federal Acquisition Regulation, Section 6.302. The Kansas City District proposes to execute a firm-fixed price delivery order off of an existing General Services Administration schedule to satisfy this requirement. The basis of the Government proposing to issue a sole-source purchase order is the avoidance of substantial duplication of costs that can be summarized in terms of maintenance of additional unique systems, training of personnel on multiple unique systems, increased probability of data collection & design error, and introduction of labor inefficiencies due to learning curve concerns and task asymmetry. THIS IS NOT A REQUEST FOR PROPOSALS OR QUOTATIONS. However, firms interested in submitting product information of systems of equal performance and function may do so for the Governments consideration (as indicated below). A determination by the Government not to compete the proposed acquisition based upon the responses to this notice is solely within the discretion of the Government. Any information received will be considered for the purposes of determining whether to conduct a competitive procurement and will become a part of the market research for this acquisition. Firms intending to provide submittals in response to this notice must submit detailed information indicating their products ability to meet the Governments requirement. Responses must be received no later than July 10th 2009, at 2:30 CST. At a minimum, potential sources are to include the following product information with their submittal (ten-page maximum limit): 1. COMPLETE PRODUCT SPECIFICATIONS: Firms must provide product specifications/datasheets in sufficient detail to provide a comparison with ostensibly equivalent devices to the Trimble model GeoXT Standalone System (2008 series). 2. PRICE: Firms must provide device price per unit, and in aggregate. Firms must also state their price for all required software (in order to function as intended & equivalent in function to the Governments stated requirement) and software maintenance agreements, as well as pricing for hardware warranty extensions beyond initial warranty period. Firms should also state the price for a server license for the number of units proposed. 3. TRAINING COSTS: Firms must state their price to provide orientation training for 1-4 users. The users would need to be trained to a competency level that would allow them to provide training to others. Training costs should include field training and software training in the office environment. Assume training would be accomplished in Kansas City, Missouri with a classroom provided. Firms must state the number of hours needed to accomplish the training to the standards mentioned above. 4. WARRANTY AND SERVICEABLE PRODUCT LIFE: Firms must state all explicit warranties offered with their product. Firms should also estimate typical serviceable life for their proposed units, assuming normal use of the units is observed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-09-F-1007/listing.html)
 
Record
SN01863122-W 20090703/090702002152-f8479e86a7a8dfde42480e4e8c3a323f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.