Horizon Elevation Data
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 National Geospatial-Intelligence Agency (NGA) has issued a Sources Sought notice, titled "Horizon Elevation Data," to conduct market research for acquiring Foundation Elevation and Commercial 3D Datasets. NGA seeks industry capabilities for 3D commercial datasets, including gridded elevation data, 3D point clouds, and 3D meshes, produced using various advanced sensing technologies. Responses are due by January 29, 2026.
Purpose
This Request for Information (RFI) aims to gather information from industry to understand current practices that can meet NGA's requirements for usability, readability, and accessibility of these datasets for NGA product production. This is for information and planning purposes only and does not constitute a Request for Proposal (RFP).
Scope of Work
NGA requires 3D commercial datasets, including gridded elevation data, 3D point clouds, 3D meshes, and associated support products. These datasets should be produced with airborne and/or spaceborne electro-optical, synthetic aperture radar (SAR) data, and Light Detection and Ranging (LIDAR). Vendors must demonstrate the capability to provide standard and emerging products, such as new Digital Elevation Model (DEM) formats, 3D formats, geospatial and error metadata, 3D generation algorithms, and integration of new sensors. The anticipated scope includes global coverage with resolutions from sub-meter to 5-meter and high accuracy (less than 5 meters absolute vertical and horizontal). Data will be provided under USG+ or USG+ FVEY licensing agreements.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI)
- Anticipated Period of Performance: One (1) Base Year plus four (4) Option Years.
- Response Due: January 29, 2026, 5:00 PM ET.
- Published Date: December 18, 2025.
- Place of Performance: Primarily contractor facilities, with data delivery to NGA cloud environments or specified network sites (NGA St. Louis).
Key Requirements & Constraints
Responders must be a U.S. owned entity. Requirements include multi-user access to web applications/data services, vendor-provided training, and data storage on off-site cloud providers, agency on-premise datacenters, and user laptops. Security expectations include unclassified work, with a TS/SCI Security Clearance desired but not mandatory for certain roles. Cybersecurity compliance with NIST SP 800-171 and potential FedRAMP Moderate requirements for cloud services are noted. Deliverable data will have Government Purpose Rights for five years, after which the Government will have unlimited rights. Responders must also discuss any potential Organizational Conflict of Interest (OCI) and mitigation strategies.
Submission Requirements
Interested vendors should submit a response addressing:
- Company administrative details, business type (including Small Business status), UEI, CAGE Code, and facility security clearance.
- Commercial, Government, and NGA experience (last 3 years), detailing contract value, role, pricing, security, and performance.
- Capabilities to meet NGA's objectives, including skills, experience, hardware/software, and any gaps.
- Recommended pricing type (e.g., FFP, CPAF, CPIF) and a notional transition-in/out schedule.
- Recommendations on contract type, terms, incentives, delivery schedule, pricing, data requirements, and potential small business set-asides. Responses must be UNCLASSIFIED, in Microsoft Word or compatible format, maximum 3 pages, Times New Roman 12pt font, 1-inch margins, utilizing a Comment Matrix for suggestions.
Set-Aside & Eligibility
There is no set-aside for this RFI. However, responders must address Small Business status and limitations on subcontracting (FAR 52.219-14). Recommendations for partial small business set-asides are encouraged.
Additional Notes
This RFI is for market research only; the Government will not pay for information or administrative costs. All submissions become Government property. Questions should be submitted via email to the listed points of contact.