The RFP Database
New business relationships start here

Trimble VX Global Robotic Total Station


Alabama, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

Combined Synopsis/Solicitation

Trimble Equipment and trade in Brand Name or Equal


In accordance with FAR 12.603(c)(2), the following is included in this Combined Synopsis/Solicitation:
The proposed contract action is brand name or equal for Trimble VX Global Robotic Total Station (RTS) and is reserved for small business concerns. This RFQ is issued under FAR Part 13-Simplified Acquisition Procedures.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
The solicitation number is W912DY15TA001 and is issued as a request for quote (RFQ).

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-66.
The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 - Other Measuring and Controlling Device Manufacturing.
The proposed contract will include only Firm Fixed Price type Contract Line Item Numbers (CLINs) as identified below.
CLIN    Qty    Part #    Item Description    
Price
0001    1    SLSU-VXGLMT    Trimble VX Global, Power Kit, MultiTrack Robotic Accessories, & TRW Base    
0002    1    90550    TRIMAX TRIPOD, QC    
0003    1    82769-00    Trimble TSC3 Accessory Robotic Accessory Kit    
0004    1    48814-30-AM     Trimble $4,000 S6 (Servo, Autolock or Robotic) Trade-In Program    
                

The delivery term is FOB Destination Huntsville, Alabama. Acceptance will be completed by the Government upon equipment delivery.

The following characteristics must be meet to be considered of equal products:
    System must fully and completely integrate with USAESCH's existing government owned Trimble R8 RTK-DGPS system to create a seamless IS (Integrated system) that includes full software/firmware/hardware interface compatibility.

    Must capture and combine 3D scanning, metric imaging, and advanced optical surveying data.


    Must be capable of having the surveyors prism mounted directly below the R8's RTK-DGPS GNSS receiver and operate concurrently.

C. EVALUATION FACTORS:

To be considered for award, offers of quote mark equal quote mark products, including quote mark equal quote mark products of the brand name manufacturer, must-
(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;
(2) Clearly identify the item by-
(i) Brand name, if any; and
(ii) Make or model number;
(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
(4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.

PRICE

1. The Government will evaluate offers for award purposes by adding the total of all Contract Line Items (CLIN) prices. Prices must be determined to be fair and reasonable.


All quote documents shall include the Contractor Name and Date. Ensure your quote is submitted in PDF format.

Please identify the primary and alternate points of contact (POCs) for this effort. Information shall include the POC name, office telephone numbers, mobile telephone numbers, and e-mail address.

52.252-2 -- Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address, http://farsite.hill.af.mil/vffara.htm. FAR 52.213-1 Fast Pay; FAR 52.213-2 Invoices; FAR 52.213-3 Notice to Supplier.

The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (MAY, 2014); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2014) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote.
The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2014); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2014). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). (ii) Alternate I (Oct 1995) of 52.219-6. (iii) Alternate II (Mar 2004) of 52.219-6; FAR 52.219-28, Post Award Small Business Program representation (Apr 2009)(15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010)(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); 52.223-18; Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513); FAR 225-13, Restrictions on Certain Foreign Purchase (Jun 2008) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332). 52.211-6 -- Brand Name or Equal, 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)


The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete.
Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.


(xiv) Defense Priorities and Allocations System (DPAS), is not applicable.

(xv) Quotes are due January 30, 2015, 4:00pm Central Time and shall be submitted via email to Jeffrey Roberts (jeffrey.c.roberts@usace.army.mil) and Wanda Hampton (wanda.h.hampton@usace.army.mil) .

(xi) Questions regarding this combined synopsis/solicitation shall be submitted via to Jeffrey Roberts (jeffrey.c.roberts@usace.army.mil) telephone number 256-895-1350 and / or and Wanda Hampton (wanda.h.hampton@usace.army.mil) telephone number 256-895-1168 .







Jeffrey Roberts, 256 895-1350

USACE HNC, Huntsville

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP