Skip to content
Department of Defense

Surveying Hardware – Trimble R980 GNSS System

Solicitation: PANMCC-26-P-0000038980
Notice ID: 1a866e9942df48768d45d520d48f51f3
TypeSources SoughtNAICS 811210PSC6655Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The ArmyStateTXPostedFeb 02, 2026, 12:00 AM UTCDueFeb 09, 2026, 07:00 PM UTCExpired

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: TX. Response deadline: Feb 09, 2026. Industry: NAICS 811210 • PSC 6655.

Market snapshot

Awarded-market signal for NAICS 811210 (last 12 months), benchmarked to sector 81.

12-month awarded value
$199,606,185
Sector total $250,480,672 • Share 79.7%
Live
Median
$100,658
P10–P90
$14,349$664,011
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
79.7%
share
Momentum (last 3 vs prior 3 buckets)
+32119%($198,370,955)
Deal sizing
$100,658 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for TX
Live POP
Place of performance
Fort Hood, Texas • 76544 United States
State: TX
Contracting office
Fort Hood, TX • 76544 USA

Point of Contact

Name
SSG Sullivan, Anthony
Email
anthony.j.sullivan35.mil@army.mil
Phone
Not available
Name
SSG Tamberelli, Tyler
Email
tyler.d.tamberelli.mil@army.mil
Phone
2542875503

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • MISSION INSTALLATION CONTRACTING COMMAND • 418TH CSB • W6QM MICC-FDO FT HOOD
Contracting Office Address
Fort Hood, TX
76544 USA

More in NAICS 811210

Description

THIS IS A Sources Sought Notice ONLY.
The U.S. Government desires to procure a Trimble R980 GNSS receiver system for Fort Hood, Texas on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.
This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittal will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerers to monitor the Government wide Point of Entry for additional information pertaining to this requirement.
The anticipated NAICS code(s) is: 811210, Electronic and Precision Equipment Repair and Maintenance, with a size standard of $34,000,000. This is a single time delivery. Attached are the salient characteristics that are required for the procurement.
In response to this sources sought, please provide: 1. Limit responses to 5 pages and include the following additional information: name of the firm, point of contact, phone number, email address, Entity Identifier (UEI), Commercial and Government Entity (CAGE) code, a statement regarding small business status (including small business type(s)/ certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. [Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable.] 4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the salient characteristics to acquiring the identified items/services. 8. Interested parties are requested to submit a capabilities statement. The deadline for response to this request is no later than (09 February 2026 at 1:00 p.m Central time). All responses under this Sources Sought Notice must be e-mailed to SSG Anthony Sullivan, anthony.j.sullivan35.mil@army.mil.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.