Virginia Bids > Bid Detail

Small Uncrewed Aircraft System (sUAS) Light Detection and Ranging (LiDAR) Sensor

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 67 - Photographic Equipment
Opps ID: NBD00159263317478678
Posted Date: Mar 1, 2023
Due Date: Mar 17, 2023
Solicitation No: M6785423I2032
Source: https://sam.gov/opp/c08820b56d...
Follow
Small Uncrewed Aircraft System (sUAS) Light Detection and Ranging (LiDAR) Sensor
Active
Contract Opportunity
Notice ID
M6785423I2032
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
USMC
Sub Command
MARCOR SYSCOM
Office
COMMANDER
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 01, 2023 03:44 pm EST
  • Original Published Date: Mar 01, 2023 03:35 pm EST
  • Updated Response Date: Mar 17, 2023 05:00 am EDT
  • Original Response Date: Mar 17, 2023 05:00 am EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6710 - CAMERAS, MOTION PICTURE
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Stafford , VA 22556
    USA
Description View Changes

THIS IS A REQUEST FOR INFORMATION (RFI). THIS IS NOT A SOLICITATION. This RFI is issued solely for information and planning purposes as part of Marine Corps market research; it does not constitute a Solicitation. No solicitation document currently exists to support this requirement and a formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. The Government will not be liable for any expenses associated with preparation of an RFI response, nor is the Government obligated in any manner based on a response submission. Responses to this RFI will be used to determine an acquisition strategy.



Background



The Distributed Common Ground/Surface System – Marine Corps (DCGS-MC) Geospatial Intelligence (GEOINT) Program of Record (PoR) provide the Marine Corps with the imagery analysis, targeting material production, geospatial analysis, and geodetic production materiel solutions necessary to support the DCGS-MC GEOINT requirements for the Marine Corps.



DCGS-MC GEOINT is a secure, multi-level, integrated, tactical data system that provides Marine analysts with the capability to task, collect, process, analyze, exploit, produce, store, disseminate, and expose GEOINT data and products. DCGS-MC GEOINT provides geo-referenced data and products that establish the GEOINT foundation for battlespace visualization and a common frame of reference to support the commander’s decision-making process. It enables the ability to rapidly respond to, or predict, threats around the world by providing Near Real-time (NRT) geospatially referenced data and products that serve as the Authoritative Data Source for the full spectrum of Marine Air-Ground Task Force (MAGTF), joint, and multinational partners operations. DCGS-MC GEOINT Systems are capable of publishing GEOINT products to the DCGS Integration Backbone (DIB) via automated or manual methods.



Objectives



The DCGS-MC GEOINT program will be seeking solutions to replace the existing Geodetic Survey Set (GSS). Marine Corps Systems Command (MCSC) is exploring the possibility of an airborne collection strategy that will offer the advantages of improved access and rapid sampling at scale.



MCSC is seeking capable sources for the procurement of a Small Uncrewed Aircraft System (sUAS) Light Detection and Ranging (LiDAR) sensor, specifically a Phoenix miniRANGER-3 LITE sensor or equivalent, that can be mounted on a SkyRaider R80D and meet the following requirements:



LiDAR




  • Eye safe laser wavelength

  • Rotating mirror or oscillating scanner

  • Min of a 300 Kilohertz (KHz) Laser Pulse Repetition Rate (PRR)

  • 360-degree Field of View (FOV)

  • Minimum of 5 returns / echoes

  • Internal Applanix APX-15 or better Inertial Measurement Unit (IMU)

  • Internal GPS (Objective)

  • Min of 5 cm accuracy

  • Support conversion into LASer (LAS) file formats

  • Support Global Navigation Satellite System (GNSS) reference station corrections

  • Support ground control point corrections

  • Must support disabling of Wi-Fi and/or Bluetooth

  • Include integrated EO camera with:

    • Minimum 72-degree Field of View

    • Store files on same removable media as LiDAR sensor



  • All electronic components of the system shall be Trade Agreements Act



(TAA) compliant.




  • Compliance with Executive Order 13981 and Fiscal Year 2020 National Defense Authorization Act (NDAA) Sec 848

  • sUAS Platform: R80D SkyRaider Specifications

    • Maximum mass of 3.5 Kilogram (kg)

    • Minimum natural frequency of 35 Hertz (Hz)

    • Width, height, and length will not interfere with R80D operations





Data Transfer to Workstation




  • Removable media

    • Removable media can be encrypted (Objective)



  • Collected data should contain location data



Raw data processing software




  • Run on Windows based operating systems



Submission Instructions:



All responsible sources may submit information regarding their technical capabilities to meet the above requirements. Additionally, please include the following information with your company’s submission:



A summary stating the characteristics of the vendor, to include:






  • Introductory statement that includes at least the following:

    • Organization Name, Address and Point of Contact (POC) information.

    • Unique Entity ID and CAGE Code.

    • Business size and type (i.e., large, small, foreign, small disadvantaged, veteran owned, minority owned, etc.).



  • Ability to provide sensor with above specifications

  • Timeline to produce and deliver sensors

  • Fidelity and risks within the supply chain

  • Similar efforts performed, especially with Department of Defense (DoD) agencies

  • Contract vehicles available to support procurement

  • Estimated Cost/Rough Order of Magnitude (ROM) per unit

  • Proof of Compliance with Executive Order 13981 and Fiscal Year 2020 NDAA Sec 848

  • Warranty options available and estimated cost of warranty



Questions and requests for clarifications on this RFI may be submitted via e-mail only to brittney.moore@usmc.mil.



Responses should be no greater-than 5MB (due to United States Marine Corp network limitations) and are requested not to exceed ten printed pages (excluding brochures, specification sheets, etc.) that are not larger than 8 ½" x 11" for each page. Responses must be readable in Microsoft Office 2013 and/or Adobe Reader.



Respondents are discouraged from providing proprietary data or business sensitive information but shall bear sole responsibility for appropriately marking any such information they choose to submit. Submissions shall not contain classified information.



To respond to this notice, please provide the requested information via e-mail to Brittney Moore at brittney.moore@usmc.mil no later than 17 March 2023. Email subject line shall include the RFI number, M6785423I2032.



Notice



Proprietary information submitted in response to this RFI will be protected from unauthorized disclosure, as required by Subsection 27 of the Office of Procurement Policy Act as amended (41 U.S.C. 423) (hereinafter referred to as “the Act”), as implemented in the Federal Acquisitions Regulations (FAR). However, vendors are advised that the Government may utilize support personnel who are under contract with Marine Corps Systems Command or Government labs. Those companies may include, but are not limited to, the following: Space Dynamics Laboratory (SDL), Booz Allen Hamilton (BAH), and ManTech. Support contractors from these, or other, companies will assist in collecting and reviewing market information and providing technical advice to the DCGS-MC GEOINT Team. These companies are bound contractually by Organizational Conflict of Interest and non-disclosure clauses with respect to proprietary information. Supporting contractor personnel are procurement officials within the meaning of the Act and will take all necessary action to preclude unauthorized use or disclosure of vendors’ proprietary data. Submission of a response to this request will be deemed an assertion that your company understands and acquiesces in the Government’s use of support contractor personnel in assisting with, and reviewing, your company’s submission.


Attachments/Links
Contact Information
Contracting Office Address
  • MARCORSYSCOM 2200 LESTER STREET
  • QUANTICO , VA 22134-6050
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >