59--CA-REGL CHF-NAT WLDLFE-TRIMBLE SOFTWARE
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 US Fish and Wildlife Service previously issued a Total Small Business Set-Aside solicitation (RFQ 140F1G26Q0014) for Trimble TSC710, TSC5, T110, T100, and Ranger 5/7 series accessories and a software warranty reinstatement. This procurement was for commercial items, specifically data collectors and related accessories for use with Trimble R10/R12 GNSS receivers. Quotes were due by January 28, 2026, and the solicitation period has closed.
Scope of Work
This solicitation sought Firm Fixed Price quotes for various Trimble data collector accessories and a 1-year software warranty reinstatement. Key items included USB adapters, pole mount clamps, wall chargers, and keypads for Trimble TSC710, TSC5, T110, T100, and Ranger 5/7 series. These data collectors are intended for collecting GPS information for technical assistance and habitat restoration at the Sacramento National Wildlife Refuge in Willows, CA. Delivery for all items was required within 30 Days After Receipt of Order, FOB Destination, including contractor-responsible installation.
Contract & Timeline
- Type: Firm Fixed Price (FFP)
- Set-Aside: Total Small Business
- NAICS Code: 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing)
- Quotes Due: January 28, 2026, 10:00 AM ES (past date)
- Published: January 22, 2026 (document posted date)
- Delivery: 30 Days After Receipt of Order
- Place of Performance: Sacramento National Wildlife Refuge, Willows, CA
Evaluation & Submission
Quotes were evaluated on a Lowest Price Technically Acceptable (LPTA) basis, requiring offerors to meet or exceed technical specifications. Submissions were to be emailed to Carter Duke (carter.duke@fws.gov) on official business letterhead and include a completed FAR provision 52.212-3. The Government intended to award without discussions.
Contact Information
Primary Point of Contact: Solmaz Salih (solmaz_salih@fws.gov, 303-236-4250)