Profilometer Terrain Measurement System
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 U.S. Army Aberdeen Test Center (ATC) is seeking a Profilometer Terrain Measurement System, a highly mobile off-road system for measuring test course terrain. This Total Small Business Set-Aside opportunity, currently in a highly developed draft solicitation phase, requires a prime mover and advanced data collection hardware and software. Proposals are due by April 20, 2026, at 10:00 AM Local Time.
Scope of Work
The requirement is for a stand-alone, highly mobile off-road terrain measurement system (Profilometer) to ensure test course consistency and provide maintenance recommendations across ATC's approximately 64 km of test courses. The system must include:
- A rugged off-road capable prime mover.
- Micro-terrain measurement (scanning) instrumentation and an Inertial Navigation System (INS) for position and orientation.
- An end-to-end software package for system control, data collection, processing, analysis, and reporting, with outputs readable by MATLAB or Python.
- Specific performance standards include off-road capabilities, speed, environmental resistance, data resolution, and a data processing turnaround time of less than 24 hours (ideally less than 10 hours).
- The system must compensate for compressible soil, be AGM Compliant, and include a 12-month warranty.
Contract Details
- Contract Type: Firm Fixed Price (FFP) for both the Profilometer system (CLIN 0001) and Contract Data Requirements Lists (CDRLs) (CLIN 0002).
- Period of Performance: Delivery of the system is required within 365 calendar days from the date of award.
- Place of Performance: Aberdeen Proving Ground, MD.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 334519 (Electrical And Electronic Properties Measuring And Testing Instruments) with a size standard of 1250 employees.
Submission & Evaluation
- Offer Due Date: April 20, 2026, 10:00 AM Local Time.
- Submission Method: Electronic via email, adhering to specific formatting and page limitations for Technical, Past Performance, Cost/Price, and Certifications/Representations volumes.
- Evaluation Factors: Proposals will be evaluated based on Technical (most important), Past Performance (equally important to Cost/Price), and Cost/Price. An "Acceptable" rating is required for all factors.
- Key Requirements: Bidders must meet "Threshold" level requirements for a sufficient solution, while meeting "Objective" requirements (categorized as Vital or Critical) will significantly enhance the product's performance and usefulness.
Key Deliverables & Attachments
- Performance Work Statement (PWS): Outlines detailed system requirements and performance standards.
- CDRLs: Include requirements for Design Review, Initial System Test, Final System Test, Training (operation/maintenance manuals and instruction), and a Delivery Schedule.
- Quality Assurance Surveillance Plan (QASP): Details how the government will monitor contractor performance.
- Cost Breakout Sheet: Bidders must use this to differentiate pricing between threshold and objective requirements.
- Questions & Answers: A document providing clarifications on submission format, content, and cost information.
Points of Contact
- Primary: Noah Lane (noah.r.lane.civ@army.mil)
- Secondary: Todd Strasavich (todd.m.strasavich.civ@army.mil)