Lidar Demonstration for Wake Turbulence
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.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. Solicitation No. 6913G625Q300052 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This solicitation document and Incorporated provisions are those in effect through Federal Acquisition Circular 2025-05, effective 08/07/2025. The NAICS Code is 541990; the Small Business size standard is $19M.
The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), in coordination with the Federal Aviation Administration’s (FAA) Wake Turbulence Program Office would like to engage with a candidate service provider to explore the performance of a more recently designed and manufactured scanning pulsed LiDAR system in order to determine if it can meet the needs of the WTPO. This assessment will be accomplished by performing a side-by-side data collection campaign adjacent to an LMCT WindTracer LiDAR. This data collection campaign will take place at the Volpe Site, at 780 Burlway Road, Burlingame, California 94010, in accordance with the attached Statement of Work (SOW).
SITE VISIT
Site Visit Scheduling
If any prospective offerors request one, the Volpe Center will support a site visit to the Volpe Site at 780 Burlway Road, Burlingame, California 94010. Volpe staff will be on site October 15, 2025 – October 16th, 2025 from 8 am to 5 pm to escort prospective offerors into the Volpe Site and answer any questions that arise during the course of the site visit.
Please schedule a site visit with Carl Snyder via email at carl.snyder@dot.gov and cc the contracting officer, Karen Marino at karen.marino@dot.gov.
REQUIREMENTS/SPECIFICATIONS
The Government intends to award a firm fixed price purchase order as a result of this Combined Synopsis/Solicitation. This notice is expected to result in a single award, subject to receipt of an acceptable quote. Please provide a firm fixed price quote in accordance with the item below and the attached SOW.
CLIN 00100 90-day lidar demonstration in San Francisco, including lidar data collection and processing, in accordance with the attached Statement of Work
Quantity: 1 JOB
Total price $_________________________________
PERIOD OF PERFORMANCE
The period of performance for the resulting award will be date of award to 240 days after award.
INSTRUCTIONS TO OFFERORS:
This combined synopsis/solicitation hereby incorporates all Federal Acquisition Regulation (FAR) provisions and clauses contained herein.
Addendum to FAR 52.212-1, Instructions to Offerors-Commercial Items (SEP 2023), applies to this acquisition and is incorporated by reference, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming with the solicitation will be the Best Value to the Government, see attached Addendum.
FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2024) (DEVIATION FEB 2025) (attached). All Offerors must include a completed copy of the provision at FAR 52.212-3. An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically in the System for Award Management (SAM) accessed through http://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision.
All Contractors must be registered in SAM at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements.
FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (NOV 2023), is hereby incorporated by reference.
FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2025), is hereby incorporated by reference; additional clauses cited in FAR 52.212-5 that apply to this acquisition are: 52.203-6, 52.204-7, 52.204-13, 52.209-6, 52.222-3, 52.222-35, 52.222-37, 52.222-40, 52.222-50, 52.222-55, 52.232-18 and 52.232-33.
The following FAR and TAR clauses also apply to this solicitation and are incorporated by reference:
- FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998)
- FAR 52.252-2, Clauses incorporated by reference (FEB 1998)
- FAR 52.252-6, Authorized Deviations in Clauses (NOV 2020)
The FAR provisions and clauses cited in this notice can be viewed at http://www.acquisition.gov/far.
The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, V-222, 55 Broadway, Cambridge, MA 02142. The signed offer must be submitted via e-mail to the contracting officer Karen.Marino@dot.gov. The time for receipt of offers is 3:00 PM Eastern Time on 10/27/2025. No telephone requests will be honored. The Government will not pay for any information received.