Astro Max Lidar UAS Package

SOL #: W911SD26QA040Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC-WEST POINT
WEST POINT, NY, 10996-1514, United States

Place of Performance

West Point, NY

NAICS

Aircraft Manufacturing (336411)

PSC

Drones (1550)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 2, 2026
2
Last Updated
Mar 5, 2026
3
Response Deadline
Mar 6, 2026, 5:00 PM

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 U.S. Army, Department of Geography & Earth Sciences (D/GEO) at West Point, NY, is conducting a Sources Sought to identify qualified small businesses capable of providing an Astro Max Lidar UAS Package. This package includes an Astro Max Blue Drone, NDAA compliant RESEPI Lite Ouster OS1-64 Lidar sensor, FPV System, LR1 RGB imaging sensor, and LR1 thermal upgrade. This notice is for market research purposes only, with responses due by March 6, 2026, at 12:00 PM EST.

Scope of Work

The requirement is for a comprehensive UAS package meeting specific technical specifications:

  • UAS Platform: Astro Max Blue Drone, 4x rotor, fully electric, battery-powered (SL8 Air batteries), max takeoff weight 8.7kg, min 30-minute flight time, RTK GNSS/GPS compatibility, and NDAA compliant (Blue UAS Cleared List, Doddle Labs RF transmitter, HOTAS controller).
  • Lidar Sensor: NDAA compliant RESEPI Lite Ouster OS1-64, 200m range, 360x45 degree field of view, +/- 2.5 cm accuracy, integrated 24mp camera, 2.621 million points/second, and Class 1 laser safety.
  • Imaging Sensor: 61MP Soly ILZ-LR1 camera with Sigma 24mm f3.5 lens, quick detach, vibration isolated gimbal, NDAA compliant, and compatible with a FLIR Boson+ 640 thermal upgrade.

Contract & Timeline

  • Type: Sources Sought / Market Research
  • Set-Aside: Anticipated Total Small Business Set-Aside, contingent on responses from two or more qualified small businesses.
  • Response Due: March 6, 2026, 12:00 PM EST
  • Published: March 5, 2026
  • NAICS Code: 336411 – Aircraft Manufacturing (size standard 1,500 employees)

Submission Requirements

Interested firms should provide:

  1. Firm name, POC, phone, email, DUNS, CAGE, small business status (including type/certifications), and NAICS.
  2. Interest as prime contractor, potential subcontracting/JV/teaming, and FSS status.
  3. Detailed previous experience on similar requirements (size, scope, complexity, timeframe, certifications).
  4. Information on commercial availability, pricing, delivery, terms, and warranties.
  5. Recommendations for structuring contract requirements to facilitate small business competition.
  6. Identification of any conditions restricting competition and rationale.
  7. Recommendations to improve approach/specifications.

Additional Notes

This is for information and planning only and does not constitute a solicitation or commitment to contract. The government will not pay for information submitted. Not responding does not preclude participation in future solicitations. Responses should be sent to Soung Gibbons at soung.h.gibbons.civ@army.mil, including the Notice ID (W911SD26QA040) in the subject line.

People

Points of Contact

Soung H. GibbonsPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2Viewing
Sources Sought
Posted: Mar 5, 2026
Version 1
Sources Sought
Posted: Mar 2, 2026
View