SOURCES SOUGHT
66 -- Trimble X12 Laser Scanner Package
- Notice Date
- 3/2/2026 7:34:56 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
- ZIP Code
- 10996-1514
- Solicitation Number
- W911SD26QA038
- Response Due
- 3/6/2026 9:00:00 AM
- Archive Date
- 03/09/2026
- Point of Contact
- Soung H. Gibbons
- E-Mail Address
-
soung.h.gibbons.civ@army.mil
(soung.h.gibbons.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A Sources Sought Notice ONLY. THIS IS NOT A SOLICITATION. The U.S. Government desires to procure a Trimble X12 Laser Scanner package for the United States Military Academy (USMA) � Department of Geography & Earth Sciences (GEO) at West Point, NY. The USMA GEO is looking to procure a Trimble X12 Laser Scanner with the following specifications and technical requirements: - Class 1 laser safety in accordance with IEC 60825-1 This is required to ensure the safety of any personnel present during a lidar survey. They laser source cannot be used near populated areas if not eye-safe (class 1) - 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 with an effective range of 250m minimum - Range accuracy of 1mm and 10 parts per million per meter Range resolution of 0.1mm - Angular accuracy of 0.004� - Capable of high resolution scan with 6mm scan spacing at 10m within 3 minutes - HDR imaging capabilitiesMaximum 2 min imaging acquisition time 80 MP resolution panoramic camera - Dual axis compensator for angular tilt correction Minimum compensator range of 0.5m The Government anticipates a solicitation on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 334511 � Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing with a size standard of 1,350 employees. In response to this Sources Sought Notice, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. Identify if you�re a Federal Supply Schedule (FSS) Contractor. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. If you believe that this action is unreasonably restricting competition, include the subject of the acquisition, this announcement, and the MICC POC information from the SAM.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. 8. Please send all responses by Friday, 06 March 2026 at 1200 PM EST to Soung Gibbons, at soung.h.gibbons.civ@army.mil, and be sure to include the Sources Sought Notice ID (W911SD26QA038) in your email subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1f2832ed2ead4b1cb7ffd86ba637232a/view)
- Place of Performance
- Address: West Point, NY 10996, USA
- Zip Code: 10996
- Country: USA
- Zip Code: 10996
- Record
- SN07731780-F 20260304/260302230043 (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 |