200 RHS Robotic Total Station
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, specifically the 179th CW/MSC, Mansfield, OH, is conducting market research through a Sources Sought synopsis to identify potential sources for a Robotic Total Station with Tablet or equivalent. This is for information and planning purposes only and is not a request for quote or proposal. Responses are due by May 6, 2026, at 1:00 PM Z.
Scope of Work
The requirement is for a Robotic Total Station with Tablet, or an equivalent product, with the manufacturer specified as TRIMBLE and part number ROBOTIC-UTS-ROVER. A critical requirement for equivalency is that the robotic total station, prism, and tablet must be able to communicate with the existing SNR934 machine radio and current 3-D grade controls and corresponding software.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified
- Response Due: May 6, 2026, 1:00 PM Z
- Published: April 30, 2026, 4:27 PM Z
Evaluation
This is a market survey for information and planning only. Responses will not be used to determine vendor standing or qualification for any future Request for Quote (RFQ) or Request for Proposal (RFP). The government will not pay for costs incurred in responding, and no formal notification or feedback will be provided. All future solicitations will be evaluated independently of this Sources Sought request.
Additional Notes
Interested large and small businesses capable of supplying the specified item or an equivalent product meeting all minimum requirements are invited to submit an electronic response. The response should be no more than 3 pages and include capability to supply the software, a Point of Contact (name, telephone, email), contractor's CAGE, UEI, and physical facility location. Submissions should be sent to Jeffrey Snyder (jeffrey.snyder.20@us.af.mil).