Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2026 SAM #8867
SOURCES SOUGHT

15 -- Astro Max Lidar UAS Package

Notice Date
3/5/2026 6:05:52 AM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD26QA040
 
Response Due
3/6/2026 9:00:00 AM
 
Archive Date
03/09/2026
 
Point of Contact
Soung H. Gibbons
 
E-Mail Address
soung.h.gibbons.civ@army.mil
(soung.h.gibbons.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A Sources Sought Notice ONLY. THIS IS NOT A SOLICITATION. The U.S. Government desires to procure an Astro Max Lidar UAS package consisting of an ASTRP Max Blue Drone with NDAA compliant RESEPI Lite Ouster OS1-64 Lidar sensor, FPV System, LR1 RGB imaging sensor, and LR1 thermal upgrade for the United States Military Academy (USMA), Department of Geography & Earth Sciences (D/GEO), located at West Point, NY. The USMA D/GEO seeks the UAS platform, Lidar, RGB, and thermal sensor payloads that meet the following specifications and technical requirements: UAS Platform: - As per DoD/DA, UAS platforms must be on the Blue UAS Cleared List in accordance with section 848 FY20 NDAA and section 817 FY23 NDAA, validated as cyber-secure and safe to fly, and are available for government purchase and operation. Use of Blue UAS systems ensures airworthiness and approval by DoD and DA. We cannot fly systems that do not meet this requirement. - Astro Max, 4x rotor powered lift Robust platform and moderate weight allow for adequate lift from quadcopter configuration - Fully electric, battery powered Use of specialized fuel cells, hydrogen, gas powered, or hybrid prevent platform from being carried or shipped to non- USMA study sites, preventing platform from being used for intended purpose Our organization lacks the personnel with the required training to purge and certify HAZMAT resulting from hydrogen or gas power units. Even with the personnel, the purging process is not feasible given limited time on-ground in study areas Our organization is limited to safely storing, charging, and operating the batteries needed for electric UAS. We are not capable of safely storing gaseous or liquid fuels of any kind TSA lithium battery requirements on passenger aircraft require a maximum Wh capacity of 160Wh. Astro Max SL8 batteries are under this requirement allowing for transportation on passenger aircraft - Maximum takeoff weight of 8.7kg, max payload of 3kg - Minimum flight time of 30 minutes at weight, maximum flight time 43 minutes Given the remote areas that are typically surveyed, flight times of less than 30 minutes will prevent adequate data acquisition and severely limit product use - 7,268 MaH, 157Wh, 21.6V power - Doddle Labs RF transmitter NDAA compliant and Blue 2.4GHz radio - RTK GNSS/GPS compatibility - Must have radio connectivity and battery monitoring capabilities Diagnostics are mission critical to monitor and assess the UAS platform in flight. The inability to do so will result in catastrophic loss of equipment and potentially severe damage to personnel and property - SL8 Air batteries Batteries are the only acceptable power method for the platform. Only these batteries meet the power and transportation requirements - Hands on throttle and stick (HOTAS) controller with manual/automated flight capabilities and NDAA compliant. Manual control is essential for the safety of personnel, equipment, and property. Without this ability to switch from manual and automated flight control, the platform cannot be safely used for the intended purpose. NDAA compliance is non-negotiable Lidar Sensor - 200m range to 10% reflectivity targets 2 laser returns - 360 degree by 45 degree field of view - Plus or minus 2.5 cm accuracy with 2-4 cm precision - Max payload weight of 1.4kg - Integrated 24mp camera - FY2020 NDAA Sec 848 and FY2023 NDAA Sec 817 compliant - 2.621 million points per second - Class 1 laser safety This is required to ensure the safety of any personnel present during an airborne lidar survey. They laser source cannot be flown or used near populated areas if not eye-safe (class 1) Imaging Sensor - 61MP Soly ILZ-LR1 camera + sigma 24mm f3.5 lends - Quick detach, vibration isolated gimbal - NDAA compliant - LWIR thermal upgrade compatible FLIR Boson+ 640, 640x512 resolution radiometric LWIR camera 13.6mm lends, 60Hz frame rate 92g installed weight The Government anticipates a solicitation completed 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. Submittals 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 Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 336411 � Aircraft Manufacturing Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing with a size standard of 1,500 employees. In response to this Sources Sought Notice, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, 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. Identify if you�re a Federal Supply Schedule (FSS) Contractor. 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. 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. 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 SAM.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. 8. Please send all responses by Friday, 6 March 2026 at 12:00 PM EST to Soung Gibbons, at soung.h.gibbons.civ@army.mil, and be sure to include the Sources Sought Notice ID (W911SD26QA040) in your email subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3c822f26acb74cd58b62db9a130819c8/view)
 
Place of Performance
Address: West Point, NY 10996, USA
Zip Code: 10996
Country: USA
 
Record
SN07736428-F 20260307/260305230051 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.