Sources Sought for Non-Magnetic FluxGate Theodolit
The U.S. Department of Interior, U.S. Geological Survey (USGS) is issuing this source sought synopsis as a means of conducting market research to identify parties having an interest in and the resourc... The U.S. Department of Interior, U.S. Geological Survey (USGS) is issuing this source sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for the potential need for non-magnetic fluxgate theodolite. This is NOT a solicitation for proposals, proposals abstract, or quotation. This is a Sources Sought notice to determine what size companies can perform this requirement. The purpose of this notice is to obtain information regarding: (1) The availability and capability of qualified small business sources; (2) Whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) Their size classification to the North America Industry Classification System (NAICS) code 334519 - Other Measuring and Controlling Device Manufacturing. A firm is considered small under NAICS code 334519 if their AVERAGE annual receipts for the preceding three (3) years were less than or equal to 500 Employees. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in category (2) above, any solicitation may be issued as unrestricted without further consideration. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Interested parties MUST have a reseller agreement in place. A. PROJECT REQUIREMENTS The United States Geological Survey (USGS) Geomagnetism Program is currently replacing its non-magnetic fluxgate theodolites and requires the procurement of fourteen (14) fluxgate theodolites and fourteen (14) 120-degree V-groove underplates per the below minimum requirements. Theodolite specifications: Ingress Protection rating: IP54 Non-magnetism: Magnetic signature < 1 nT at 5 centimeters after idealization Telescope image: erected, also with the diagonal eyepiece Automatic vertical circle index accuracy: better than 1 arcsecond Theodolite electronics 0.1 nT resolution magnetometer with an LDC-20A Pandect fluxgate sensor GPS receiver discipling a clock with the ability to indicate latitude and longitude Stopwatch for automatic calculation of sun azimuth following a sunshot Stopwatch for automatic calculation of star azimuth following a starshot Electronic trim of the sensor magnetization error Lithium polymer battery for powering the console for up to six hours Fluxgate sensor and electronics specifications: Analog filtering of fluxgate output: Second-order low-pass filter with 3 dB cut-off at 10 Hz Sampling frequency of the fluxgate signal: 30 Hz Digital filtering of fluxgate signal: Box-car average over 900 ms Displaying rate of fluxgate output: 3 Hz Scale value accuracy: 1% Range: +/- 1000 nT Automatic fluxgate sensor magnetization suppression with manual fine tuning Fluxgate sensor magnetization suppression range: +/- 600 nT Starshot azimuth calculator triggered by add-on or switch Battery life: Six hours including one GPS fix Battery charging time: Two hours LCD display technology: Backlit Fluxgate voltage data logger at 1 sample/minute High-reliability LEMO connector Sensor and console able to be integrated on Zeiss theodolite Console must fit in a Zeiss theodolite box Additional equipment (quantity 14) 120-degree V-groove underplate B. SUBMISSION OF CAPABILITY STATEMENT AND DELIVERY INSTRUCTIONS: In 10 pages or less, respondents shall submit a capability statement of the organization which demonstrates their ability to supply the above requirements (see Technical Requirements section). Capability statements must not include links to internet web site addresses (URLs) or otherwise direct readers to alternate sources of information. Responses must reference the Sources Sought number and include the following: 1. Name and Address of the Company, DUNS number, 2. Size and type of business, pursuant to the applicable NAICS code. 3. Point of contact with name, title address, phone, and email, 4. Capability to provide the specifics of this requirement, with appropriate documentation supporting claims of organizational and staff capability to demonstrate staff expertise including their experience; current in-house capability and capacity to perform the work; prior completed projects of similar nature, including government contracts and indicating corporate experience and management capability; 5. Example of prior completed Government contract, references, the dollar value of the work, and other related information; 6. List of organizations to whom similar types of services have been previously provided and the dollar value of that work. 7. If applicable, provide a current GSA Schedules and/or Government-wide Acquisition Contracts (GWACs) appropriate to this Sources Sought. 8. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the System for Award Management (SAM). This indication shall be clearly marked on the first page of your Capability Statement. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 5:00 PM ED on April 13, 2023. All responses under this Sources Sought Notice must be emailed to Beth Wilson at bwilson@usgs.gov. C. 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 shall ensure that its response is complete and sufficient detailed to allow the Government to determine the organization¿s qualification 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 response received, a pre-solicitation synopsis and solicitation may be published in beta.SAM.gov. However, response to this notice will not be considered adequate responses to a solicitation. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation. D. CONFIDENTIALITY No proprietary, classified, confidential, or sensitive information shall be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). This announcement is to identify small business firms; however a company of any size may submit a Capability Statement for this announcement.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »