SOLICITATION NOTICE
66 -- Notice of Intent to Sole Source Riegl VQ-840-G Bathymetric Laser Scanning System
- Notice Date
- 7/8/2020 10:08:09 AM
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- W2R2 COLD RGNS RSCH ENG LAB HANOVER NH 03755-1290 USA
- ZIP Code
- 03755-1290
- Solicitation Number
- W81EWF20Q0093
- Response Due
- 7/15/2020 10:00:00 AM
- Archive Date
- 07/30/2020
- Point of Contact
- Lisa Bernard, Phone: 2173734425
- E-Mail Address
-
Lisa.A.Bernard@usace.army.mil
(Lisa.A.Bernard@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Cold Regions Research Laboratory (CRREL) intends to award a contract on a sole source basis to Riegl USA, Inc. upon the basis of the authority provided at FAR 13.501(a)(1)(i). ERDC-CRREL intends to procure one (1) Riegl VQ-840-G bathymetric laser scanning system and accessories to support coastline, shallow water, river ways, and hydraulic engineering infrastructure mapping. The VQ-840-G uses a 532nm wavelength laser, capable of making bathymetric measurements by penetrating through the water column at depths up to 2.5 Secchi Depths. Further, the sensor includes an integrated inertial measurement unit (IMU) and RGB camera, making the sensor package a complete, turn-key solution that can be easily integrated onto RSGIS CX airborne and unmanned vehicle platforms. Product Specifications: The requested instrumentation must have 100% seamless interoperability with existing equipment and include the following salient features: High-accuracy ranging based on full-waveform capabilities with online waveform processing capabilities vs multi-return 532nm green laser wavelength Scanning laser pattern, single beam profiler not acceptable Variable laser pulse repetition rates from 0.5kHz to 200kHz measurements/second, resulting in variable water depth penetration performance (lower pulse repetition rate = higher water depth penetration) Penetration of water > 1 Secchi Depth Minimum accuracy and precision of 20mm or better Measurement range > 100m on 20% reflectivity surfaces Integrated inertial measurement unit (IMU) with external GNSS antenna capable of obtaining the following minimum accuracies: Roll/Pitch: 0.015 degrees Heading: 0.035 degrees Position (horizontal/vertical): <0.05m / <0.1m Integrated and calibrated RGB camera, capable of capturing visible spectrum imagery coincident with laser scanning data Compact size to accommodate existing modality configurations. Max scanner dimensions 400mm width / 300mm height / 300mm length Capable of running off of 24VDC power supply, provided by either piloted or unmanned aircraft Capable of being integrated onto Riegl RiCOPTER UAS and other heavy lift UAS platforms All supporting data acquisition and processing software Riegl USA, Inc. was identified as the only vendor capable of offering a product meeting the requisite specifications and interoperability requirements with CRREL�s existing Riegl hardware and uniquely designed software; full interoperability is required for the system to take accurate measurements and function seamlessly while deployed in the field alongside other Riegl equipment. The associated North American Industry Classification System (NAICS) code is 334516, which has a size standard of 1,000 employees. This Notice of Intent is not a request for competitive quotations.� However, interested parties may identify their interest and capability to respond to this requirement. Any interested party that believes they can fulfill this requirement should submit a capability statement to be reviewed. All submissions will be considered, however there is no guarantee that submissions in response to this notice will in any way alter the Government's acquisition strategy. Responses to this notice shall be submitted NLT 12:00 PM CDT, 15 July 2020 to Lisa.A.Bernard@usace.army.mil Telephone responses will not be accepted. Responses to this notice will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. �A determination by the Government not to compete the contract based upon responses to this notice is solely within the discretion of the Government.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete the FAR and DFARS representations and certifications.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/346afe91bf974d19bbcfe84265eca904/view)
- Place of Performance
- Address: Hanover, NH 03755, USA
- Zip Code: 03755
- Country: USA
- Zip Code: 03755
- Record
- SN05715225-F 20200710/200708230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |