Profilometer Terrain Measurement System

SOL #: W91CRB-26-R-A015Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-APG
ABERDEEN PROVING GROU, MD, 21005-5001, United States

Place of Performance

Aberdeen Proving Ground, MD

NAICS

No NAICS code specified

PSC

Electrical And Electronic Properties Measuring And Testing Instruments (6625)

Set Aside

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

Timeline

1
Posted
Mar 4, 2026
2
Last Updated
Mar 16, 2026
3
Response Deadline
Mar 18, 2026, 6:00 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 Department of the Army, Aberdeen Test Center (ATC), through ACC-APG, has released a Solicitation for a Profilometer Terrain Measurement System. This system will provide highly mobile off-road test course and terrain measurement capabilities. This acquisition is a Total Small Business Set-Aside. Proposals are due April 20, 2026, at 10:00 AM Local Time.

Opportunity Details

The Aberdeen Test Center (ATC), a Department of Defense test and training range, requires a highly mobile off-road test course and terrain measurement system. This system will consist of a rugged off-road capable prime mover and a data collection system, including micro-terrain measurement (scanning) instrumentation and an Inertial Navigation System (INS). The primary purpose is to measure inputs into vehicles under test, particularly in soft soil conditions.

Key Deliverables & Requirements

The contract requires the delivery of the ATC Profilometer System (prime mover, micro-terrain measurement, INS) and associated Contract Data Requirements Lists (CDRLs). Key CDRLs include:

  • Design Review: Vendor-conducted technical review of the system's final design, sensor specifications, interface, integration plans, user interface, and prime mover selection.
  • Initial System Test: Verification of the system's ability to capture 3D profiles, software control, data processing, sensor performance, and prime mover operation.
  • Final System Test: Conducted on ATC test courses to measure performance across various terrains, ensuring scanning accuracy and data capturability, including MIL-STD-810H vibration testing.
  • Delivery Schedule: Submission of a detailed delivery schedule within 20 days of award, including complete system documentation and a 12-month supply.
  • Training & Manuals: Development and provision of system operation and maintenance training, including classroom instruction, hands-on operation, troubleshooting, and diagnostics.

Bidders must meet all "Threshold" level requirements for a sufficient solution, while "Objective" requirements (Vital and Critical) will significantly enhance evaluation.

Contract Details

  • Contract Type: Firm Fixed Price for both the Profilometer system and CDRLs.
  • Period of Performance: 365 Calendar Days from the date of award.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 334519 (Size Standard: 1250 employees).
  • Place of Performance: Aberdeen Proving Ground, MD.

Submission & Evaluation

  • Offer Due Date: April 20, 2026, 10:00 AM Local Time.
  • Submission Method: Electronic via email, with specific formatting and page limitations for Technical, Past Performance, Cost/Price, and Certifications/Representations volumes.
  • Evaluation Factors: Technical (significantly more important), Past Performance (equally important to Cost/Price), and Cost/Price. An "Acceptable" rating is required for all factors.
  • Pricing: Bidders must use the provided Cost Breakout Sheet to detail pricing for the total system, threshold requirements, and the difference for objective requirements.

Important Notes

This notice, initially a draft solicitation, explicitly requested industry feedback on evaluation language to shape the final solicitation. Offerors must be registered in SAM and comply with FAR/DFARS clauses, including cyber incident reporting and NIST SP 800-171 for safeguarding covered defense information. The government will monitor contractor performance using a Quality Assurance Surveillance Plan (QASP).

People

Points of Contact

Noah LanePRIMARY
Todd StrasavichSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Pre-Solicitation
Posted: Mar 16, 2026
View
Version 2
Pre-Solicitation
Posted: Mar 13, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Mar 4, 2026
Profilometer Terrain Measurement System | GovScope