Three-Dimensional High Speed - High Altitude Mapping Operations & Technology Integration (3DH2-M O&TI) for U.S. Army Geospatial Center (AGC)
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 Geospatial Center (AGC) is conducting a Sources Sought for the Three-Dimensional High Speed - High Altitude Mapping Operations & Technology Integration (3DH2-M O&TI) program. This market research aims to identify firms capable of providing High Resolution Three-Dimensional (HR3D) data collection, processing, and technology integration services. Responses will inform a future Single Award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract. Responses are due February 19, 2026.
Purpose & Background
The 3DH2-M O&TI program provides timely, accurate, and relevant HR3D data to support the Army Geospatial Enterprise and Warfighters across all domains. The mission involves collecting, processing, disseminating, storing, and maintaining data from wide-area high-altitude flight operations, primarily Outside the Continental U.S. (OCONUS) with some Continental U.S. (CONUS) operations. The government seeks advancements in terrestrial and bathymetric LiDAR, SAR, HSI, and FMV sensor technology, as well as improved, rapid data processing capabilities. This Sources Sought is for informational and planning purposes only and does not constitute a Request for Proposal.
Scope of Work
The contractor will provide all personnel, equipment, and services necessary for 3DH2-M support tasks. Key areas include:
- Data Collection: Manned fixed-wing platform collection of wide-area airborne and bathymetric data, including Electro Optical (EO) imagery, LiDAR (terrestrial, bathymetric, FOPEN), Synthetic Aperture Radar (SAR), Hyperspectral Imaging (HSI), Full Motion Video (FMV), and Special Intelligence (SI).
- Data Processing: Large-scale, worldwide, cloud-based geospatial data processing, exploitation, analysis, and meshing to create 2D, 2.5D, and 3D content with rapid dissemination (e.g., LiDAR within 24 hours, EO within 72 hours).
- Technology Integration: Focus on emerging technologies, including AI/ML, and advanced software capabilities for data processing.
- Program Management: Comprehensive management, including scheduling, risk management, and quality control.
Anticipated Contract Details
- Type: Sources Sought for a future Single Award ID/IQ contract with five (5) task orders.
- Anticipated Period of Performance (ID/IQ): One (1) 12-month base period and four (4) 12-month option periods, starting August 12, 2027.
- Anticipated Period of Performance (Sample Task Order): One (1) 12-month base and one (1) 12-month option period, starting August 12, 2027.
- NAICS Codes: 541990 (All Other Professional, Scientific, and Technical Services) or 541370 (Surveying and Mapping (except Geophysical) Services).
- Set-Aside: Responses from Other Than Small Business and Small Business are encouraged. Information gathered will help determine if a small business set-aside is appropriate.
- Security Requirements: Personnel will require access to Unclassified, CUI, Secret, Top Secret (TS), Sensitive Compartmented Information (SCI), Special Access Program (SAP), and/or Alternative Compensatory Control Measures (ACCM) data/systems. Key personnel require TS/SCI eligibility.
- CMMC Requirements: Minimum CMMC Level 2 (Self), with CMMC Level 2 (C3PAO) preferred, for all information systems processing FCI or CUI.
Requested Information & Submission
Interested firms must submit:
- A completed Sources Sought Questionnaire (attached).
- A Capability Statement (maximum 15 pages, size 12 Arial/Times New Roman font) demonstrating technical capability, in-depth understanding of the DRAFT PWS requirements, and experience. Include up to three (3) relevant prime Government contracts of similar size and scope within the past three (3) years.
- Capability of providing technical competency and experience as a Prime contractor or using subcontractors/partners.
Responses are due by February 19, 2026, at 7:00 PM EST. Submit to Courtney Freeman (courtney.d.freeman@usace.army.mil) and Angela Lape (Angela.S.Lape@usace.army.mil). The email subject line must be: "Three-Dimensional High Speed - High Altitude Mapping (3DH2-M) for USACE Army Geospatial Center – Capability Statement – Vendor Name".
Additional Notes
This notice is for market research only and does not obligate the Government to award a contract or pay for preparation costs.