Description
SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of small firm eligible to compete under
NAICS code 334519 Other Measuring and Controlling Device Manufacturing with a Small Business with size standard in number of 600 employees for an anticipated upcoming requirement for
Unmanned Aerial Vehicle (UAV) Light Detection and Ranging (LiDAR) Equipment package.
Background
The USGS National Uncrewed Systems Office (NUSO) uses these purchases of UAS lidar scanners to support scientists and researchers across USGS, DOI, and cooperators. NUSO collects data for
USGS and DOI projects and everyone learns together. This knowledge is shared via presentations and interactions with new groups wanting to understand what is possible with UAS based
lidar.
LiDAR Sensor Specifications
¿ Light Detection and Ranging (LiDAR) Scanner with integrated Inertial Measurement Unit (IMU), GPS, and RGB Camera for direct georeferencing and colorization of lidar point cloud
(LPC)
¿ Wavelength: 1555nm
¿ Scanner Precision: 5 mm ¿ One Sigma @ 150 meters nadir (Precision, also called reproducibility or repeatability, accounts for the variation in successive measurements taken on the
same target.)
¿ Scanner Accuracy: 10 mm ¿ One Sigma @ 150 meters nadir (Accuracy is the degree of conformity of a measured position to its actual (true) value.)
¿ IMU Geospatial Accuracy after post processing of 0.02 m horizontal and 0.05m vertical
¿ Side Field of View: + 50 to - 50 degrees totaling 100 degrees
¿ Forward and Back Field of View: + 10 to ¿ 10 degrees totaling 20 degrees
¿ Up to 1,500,00 measurements / second (Effective Measurement Rate)
¿ Up to 15 Echoes per measurement based on Pulse Repetition Rate (PRR) Selected
¿ 16-bit Intensity values provided for the signal strength of the returns / echos
¿ User Selectable Pulse Repetition Rates (PRR) in Unit of kHz; 150, 300, 600, 1200, 1800
¿ 160 meter range from nadir when operating at a PRR of 1200
¿ Laser beam divergence should be no greater than 0.4 mrad in both horizontal and vertical
¿ Integrated 20MP RGB camera for co-collecting imagery with lidar data for colorizing the lidar point cloud
¿ Operating Temperature Range: 14 to +104 degrees F / -10 to +40 degrees C
¿ Weight 4 kg / 8.9 lbs including battery
¿ Physical outside dimensions 36.9 cm (Length) x 11.7 cm (Width) x 18.3 cm (Height)
¿ Stand-alone Battery Power and Operation with no electrical connection to UAV
¿ Battery Power and Data Storage for 1 Hours of Autonomous Operation
¿ (2) batteries and (1) charger
¿ (2) USB flash storage drives
¿ (1) GPS antenna and cable
¿ Mounting Hardware for Operation on DJI Matrice 600 Pro UAV
¿ Payload must be boresight calibrated and provide an angle correction certificate.
¿ Compatible with existing Applanix POSPac UAV and YellowScan CloudStation post-processing software or post-processing software will be included in package
¿ 1 year warranty and maintenance on all hardware and software
THIS IS NOT A SOLICITATION. ALL COSTS ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is
voluntary.
A scope of work will be provided with any solicitation that may be issued. The Government is not required to issue a solicitation.
Responses to this announcement are requested from (A) SBA certified Small Business HubZone firms; (B) Small Business firms certified by a Small Business Administration (SBA) district or
regional office for participation in the 8(a) program; (C) Service-Disabled Veteran-Owned small Business firms; (D) Small Businesses; (E) Women Owned Small Businesses; and (F) Large
Businesses.
In response to this announcement, please indicate your firms socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will
assist the Government in determining how small businesses can fit into the acquisition strategy.
Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (A) through (E) above, any solicitation may be issued as
unrestricted without further consideration.
Interested business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including an active SAM Registration); (2) a CAPABILITY STATEMENT including (a) RECENT (within the
last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers,
e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS, (4) Active SAM Registration.
All responses must be submitted NLT May 08, 2023, at 12:00 PM ED Time via e-mail to: isuryaty@usgs.gov
This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the
Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any
solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided.
If a solicitation is released, in order to receive an award your company must have an active Unique Entity ID at the System for Award Management (SAM). You will also be required to
provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) also located at the SAM website before an award to your company
can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually.