Trimble X12 Laser Scanner Package
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, W6QM MICC-WEST POINT, on behalf of the United States Military Academy (USMA) – Department of Geography & Earth Sciences (GEO), has issued a Sources Sought Notice to identify qualified small businesses capable of providing a Trimble X12 Laser Scanner package for use at West Point, NY. This is for market research purposes only and is not a solicitation. Responses are due by March 6, 2026.
Scope of Requirement
The USMA GEO seeks a Trimble X12 Laser Scanner with specific technical requirements, including:
- Class 1 laser safety (IEC 60825-1) for personnel safety.
- 1500nm, invisible laser wavelength.
- 3.5mm @ 1m beam diameter.
- Enclosed rotating mirror with integrated HDR camera.
- 360 by 320-degree field of view.
- 55 rotations per second (3280 rpm).
- 2.187 million points per second scan speed.
- 0.3-365m range (250m minimum effective range).
- 1mm range accuracy and 0.1mm range resolution.
- 0.004” angular accuracy.
- High-resolution scan capability (6mm spacing at 10m within 3 minutes).
- HDR imaging capabilities (max 2 min acquisition, 80 MP panoramic camera).
- Dual-axis compensator for angular tilt correction (minimum 0.5m range).
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: Anticipated Total Small Business Set-Aside (FAR 19.5), contingent on sufficient small business responses.
- NAICS: 334511 – Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (Size Standard: 1,350 employees).
- Response Due: March 6, 2026, at 12:00 PM EST.
- Published: March 2, 2026.
Submission Requirements
Interested firms should provide:
- Firm details (name, POC, phone, email, DUNS, CAGE, small business status/certifications, NAICS).
- Interest in competing as a prime, and any subcontracting/JV/teaming plans, FSS contractor status.
- Detailed previous experience on similar requirements (size, scope, complexity, timeframe, government/commercial).
- Information on commercial availability, including pricing, delivery, terms, and warranties.
- Recommendations for structuring contract requirements to facilitate small business competition.
- Identification of any conditions restricting competition.
- Recommendations to improve the approach/specifications.
Additional Notes
This notice is for planning purposes only and does not constitute a solicitation. The Government will not pay for information submitted. Not responding does not preclude participation in future solicitations. Responses will help determine if a small business set-aside is feasible. All responses must be sent to Soung Gibbons at soung.h.gibbons.civ@army.mil, including the Notice ID (W911SD26QA038) in the subject line.