Small Business Set-Aside for RIEGL Top-Hydrographic System Bathymetric Sensor and Training (See Attachments)
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 Department of the Navy, specifically the NAVAL SURFACE WARFARE CENTER, is soliciting quotes for a RIEGL Topo-Hydrographic System Bathymetric Sensor and Training. This is a Total Small Business Set-Aside procurement for a specific brand-name system and associated training. Quotes are due by May 5, 2026, at 11 AM Central Time.
Scope of Work
This opportunity requires the provision of a RIEGL VUX-820-G Topo-Hydrographic System Package and mandatory onsite training. The system package includes the RIEGL VUX-820-G Airborne Laser Scanner, integrated IMU/GNSS system, 5.1 MPx RGB camera, UAV antenna, 1TB CFast storage, carrying cases, laser safety equipment, and various cables. Required application packages include RiACQUIRE-Embedded, RiPROCESS, and RiUNITE. The mandatory 3-day onsite training (24 contact hours) for up to four NSWC PCD employees covers system operations, data acquisition, processing, QA/QC, and best practices for UAV-based topo-bathymetric operations. A Brand Name Justification confirms the need for this specific RIEGL equipment due to its unique capabilities and to avoid significant cost and project delays.
Contract & Timeline
- Type: Combined Synopsis/Solicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 6655 (Geophysical Instruments)
- Response Due: May 5, 2026, 11 AM Central Time
- Published: April 30, 2026
- Place of Performance: Panama City Beach, FL
Evaluation & Submission Requirements
Award will be based on Best Value to the Government, considering Price, Delivery, Quality, and Past Performance, utilizing the Supplier Performance Risk System (SPRS). Quotes must be emailed to jamell.l.kilgore.civ@us.navy.mil on company letterhead with full OEM specifications. The email subject line must include the Solicitation Number and vendor name. Bidders must provide an Authorized Resellers letter for the RIEGL Brand, CAGE code, and lead time. The Government will not accept late, partial, or incomplete quotes. Vendors must be able to invoice through Wide Area Workflow (WAWF), and terms are NET 30 Days. If shipping is not included in the price, a separate line item for shipping must be provided. Review all attached documents for complete requirements and clauses.
Key Clauses & Instructions
Key clauses include those related to electronic payment requests (WAWF), SAM registration, safeguarding information, prohibitions on certain telecommunications equipment (e.g., Huawei, ByteDance), and instructions for offerors. The document also details the use of Navy support contractors for official contract files and supplemental invoicing instructions.