Astro Max Lidar UAS Package
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 Department of the Army (MICC-West Point) is conducting a Sources Sought to identify qualified small businesses capable of providing an Astro Max Lidar UAS package for the United States Military Academy (USMA), Department of Geography & Earth Sciences (D/GEO) at West Point, NY. This is an anticipated Total Small Business Set-Aside. Responses are due by March 6, 2026, at 12:00 PM EST.
Scope of Work
The U.S. Government seeks an Astro Max Lidar UAS package, including an Astro Max Blue Drone with an NDAA compliant RESEPI Lite Ouster OS1-64 Lidar sensor, FPV System, LR1 RGB imaging sensor, and LR1 thermal upgrade. Key requirements include:
- UAS Platform: Must be on the Blue UAS Cleared List, fully electric, battery-powered (SL8 Air batteries), with a maximum takeoff weight of 8.7kg, a minimum flight time of 30 minutes, RTK GNSS/GPS compatibility, and a HOTAS controller with manual/automated flight capabilities. NDAA compliance is mandatory.
- Lidar Sensor: 200m range to 10% reflectivity targets, 360x45 degree field of view, +/- 2.5 cm accuracy, max payload weight of 1.4kg, integrated 24mp camera, NDAA compliant, 2.621 million points per second, and Class 1 laser safety.
- Imaging Sensor: 61MP Soly ILZ-LR1 camera with a Sigma 24mm f3.5 lens, quick detach/vibration isolated gimbal, NDAA compliant, and compatible with a FLIR Boson+ 640 LWIR thermal upgrade.
Contract & Timeline
- Type: Sources Sought Notice (Market Research)
- Anticipated Set-Aside: Total Small Business Set-Aside (FAR 19.5), contingent on sufficient small business responses.
- Response Due: March 6, 2026, 12:00 PM EST
- Published: March 2, 2026
- NAICS: 336411 – Aircraft Manufacturing Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (Size Standard: 1,500 employees).
Evaluation
This notice is for information and planning purposes only. Responses will be used to determine if a small business set-aside is appropriate for a future solicitation. The U.S. Government is not seeking quotes, bids, or proposals at this time and will not pay for information submitted.
Response Requirements
Interested firms should provide:
- Firm name, POC, contact details, DUNS, CAGE, small business status/certifications, and NAICS.
- Interest as a prime contractor, and any subcontracting/JV/teaming arrangements.
- Detailed previous experience on similar requirements.
- Information on commercial availability, pricing, delivery, and terms.
- Recommendations to structure contract requirements for small business competition.
- Identification of any conditions restricting competition.
- Recommendations to improve the approach/specifications.
Submission Instructions
All responses must be sent via email to Soung Gibbons at soung.h.gibbons.civ@army.mil by the deadline. The email subject line must include the Sources Sought Notice ID: W911SD26QA040.