SOURCES SOUGHT
70 -- Sources Sought: IEE Trimble Certified Services for VRS Subscriptions at sites in the Great Plains Area (ND, SD, IA, NE)
- Notice Date
- 11/14/2025 11:42:19 AM
- Notice Type
- Sources Sought
- NAICS
- 513210
—
- Contracting Office
- GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
- ZIP Code
- 57401
- Solicitation Number
- IHS-SS-26-1519932
- Response Due
- 11/21/2025 2:00:00 PM
- Archive Date
- 12/06/2025
- Point of Contact
- Erin Doering, Phone: 6052267662, Fax: 6052267689
- E-Mail Address
-
Erin.Doering@ihs.gov
(Erin.Doering@ihs.gov)
- Small Business Set-Aside
- IEE Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior and Indian Health Services)
- Description
- Sources Sought: Extended Warranty coverage for existing Trimble-brand survey equipment in the Great Plains Area Indian Health Service area of responsibility Sources Sought Notice Number: IHS-SS-26-1519932 This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, an obligation or commitment by the Indian Health Service. This notice is intended strictly for market research to determine the availability of Indian Economic Enterprises (IEE) Businesses. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The anticipated applicable NAICS code for this acquisition is 513210, Software Publishers- other relevant NAICS codes will be considered based on responses received. 1.0 BACKGROUND The Indian Health Service (IHS) requires warranty coverage and service support for Trimble Survey Equipment utilized by the field offices throughout the Great Plains Area. This extended warranty will cover manufacturer-defects, software and firmware upgrades to ensure continued equipment reliability and accuracy. 2.0 OBJECTIVE The primary objective of this project is to Provide warranty coverage and support for all identified and designated Trimble Survey Equipment listed under the contract. Location This service is to be provided at two locations: Minot, North Dakota; Sioux City, Iowa. 3.0 SCOPE CONTRACT REQUIREMENTS AND PERSONNEL QUALIFICATIONS Vendor shall Provide VRS subscription survey equipment warranty certificates for the Trimble survey equipment currently in service in the Great Plains Area. Trimble TPP-Hardware-Survey External TDL or EDB10 Radio (Qty:.5) Trimble TPP-Loyalty Program-Trimble Access (12 Month Expiration) (Qty:.1) Trimble TPP-Software Maintenance-Trimble Access (12 Month Expiration) (Qty:.3) Trimble TPP-Software Maintenance Trimble Access (12 Month Expiration) (Qty:.6) Trimble TPP-Firmware Maintenance-Trimble R10-2 (12 Month Expiration) (Qty:.8) Trimble TPP-Hardware-Trimble R10-2 Receiver (12 Month Expiration) (Qty:.8 ) Trimble TPP-Hardware-GNSS/Radio Module (Qty:.3) Trimble TPP-Hardware-TSC5 or TSC7 Date Collector (Qty:.10) Trimble TPP-Firmware Maintenance-Survey GPS (Qty:.2) 4.0 TYPE OF ORDER This is a firm fixed price purchase order. 5.0 ANTICIPATED PERIOD OF PERFORMANCE Base Period of Performance: 12/01/2025 to 12/31/2026. Option Year One: 01/01/2027 to 12/31/2027. Option Year Two: `01/01/2028 to 12/31/2028. Option Year Three: 01/01/2029 to 12/31/2029. Option Year Four: 01/01/2030 to 12/31/2030. 6.0 PLACE OF PERFORMANCE Sioux City District Office Federal Building � Room 212 320 6th Street Sioux City, IA 51101 Minot District Office 2050 36th AVE SW, Suite 102 Minot, ND 58701 7.0 REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE DELIVERABLE DELIVERABLE DESCRIPTION / FORMAT REQUIREMENTS DUE DATE Warranty Coverage and support Warranties on Trimble equipment currently in service at 12/31 of the contract year Software and firmware updates Timely updates and upgrades to minimize downtime of equipment. As required during the contract year 8.0 PAYMENT The Government will pay the Contractor a fixed price in arrears, which will constitute full compensation for all Contractor professional and incidental services, travel expenses, and materials necessary to complete the requirements as specified in the SOW. Additional Information: Failed component replacement and repairs will not be included within the contractor�s responsibilities unless the failure of components is the result of the contractor�s activities. 9.0 Capability Statement/Information: Interested parties are expected to review this notice to familiarize themselves with the requirements of this project. Failure to do so will be at your firm�s own risk. The following information shall be included in the capability statement: 9.1. A general overview of the respondent�s opinions about the difficulty and/or feasibility of the potential requirement, and any information regarding innovative ideas or concepts. 9.2. Information in sufficient detail of the respondent�s (a) current capability and capacity to perform the work; (b) prior completed projects of similar nature/size; (c) any relevant past performance ratings for similar projects within the last three years. 9.3. The respondents� SAM UEI number, organization name, address, point of contact, and size and type of business (e.g., ISBEE/IEE, 8(a), HUBZone, etc.) Pursuant to the North American Industry Classification System (NAICS) code: 513210, Software Publishers, or comparable NAICS. 9.4. Any other information that may be helpful in developing or finalizing the requirements of the potential acquisition. 9.5. The capability statement shall not exceed 10 single-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, in either Microsoft Word or Adobe Portable Document Format (PDF), with 8-1/2 by 11 inch paper size, and 1 inch top, bottom, left and right margins. 9.6. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern�s name and address). Responses will be reviewed only by IHS personnel and will be held in a confidential manner. 10.0 Closing Statement Point of Contact: Erin Doering, Contract Specialist, at Erin.Doering@ihs.gov Submission Instructions: Interested parties shall submit capability via email to Erin Doering at Erin.Doering@ihs.gov . Must include Sources Sought Number IHS-SS-26-1519932 in the Subject line. The due date for receipt of statements is November 21, 2025, 4:00 p.m. Central Time. All responses must be received by the specified due date and time in order to be considered. This notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of IHS. IHS does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. As a result of this notice, IHS may issue a Request for Quote (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against IHS shall arise as a result of a response to this notice or IHS�s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. INDIAN FIRM REPRESENTATION FORM MUST BE COMPLETED AND RETURNED WITH SOURCES SOUGHT RESPONSE TO BE CONSIDERED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/30a82d5cf55d4aa38912b9758523d3a9/view)
- Place of Performance
- Address: Minot, ND 58701, USA
- Zip Code: 58701
- Country: USA
- Zip Code: 58701
- Record
- SN07642845-F 20251116/251114230040 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |