Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 05, 2024 SAM #8318
SOLICITATION NOTICE

H -- Emesent Hovermap ST Hand-held Mapping Sensor

Notice Date
9/3/2024 3:10:14 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
 
ZIP Code
39180-6199
 
Solicitation Number
W9132V24Q1007
 
Response Due
9/9/2024 10:00:00 AM
 
Archive Date
09/24/2024
 
Point of Contact
Anna Crawford, LaShanda Areghan
 
E-Mail Address
Anna.Crawford@usace.army.mil, lashanda.d.areghan@usace.army.mil
(Anna.Crawford@usace.army.mil, lashanda.d.areghan@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation, and quotes are being requested. A written solicitation will not be issued. Requisition Number W9132V24Q1007� is being issued as a request for quote (RFQ) with intent to award as a single contract. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2023-02. This requirement is 100% set aside for small business concerns under North American Industry Classification System (NAICS) 334511 with a Small Business Size Standard of 1350 employees. The US Army Corps of Engineers, Engineer Research and Development Center (ERDC), Geospatial Research Laboratory (GRL) 7701 Telegraph Road, Alexandria, VA 22315 has a requirement for the brand name Emesent Hovermap ST. BACKGROUND: The U.S. Army Corps of Engineers Engineer Research and Development Center (ERDC) is focused on advancing geospatial data collection capabilities to support mission planning and improve situational awareness in various operational environments. As part of an intent to build a comprehensive, simplified 3D model, not a point cloud, Local-scale Integrated Mapping of Buildings (LIMB) project�s mission is to create a final product can easily be passed across limited connectivity environments. Current 3D point cloud models are extremely large datasets that are not functional or able to be manipulated by the tactical user. To this end, ERDC has identified the need for a handheld lidar system integrated with a red, green blue (RGB) camera to collect the foundation data to generate a simplified 3D textured mesh model. Furthermore, the intent is to leverage this technology in a GPS denied environments to include interiors of buildings, sub-terranean environments, and under canopy environments. This document outlines the requirements for the specifications of this system, which will include a piece of hardware that has the camera and lidar together and a separate software suite. BRAND NAME REQUIREMENTS: Table 1. Emesent Hovermap ST Kit x1 Quantity Description 1 Eemesent Data Processing License Key 1 Hovermap ST 1 Hard case 1 Battery 1 Handheld/batter cable 1.5m (Fischer ST/STX to D-Tap Battery) 1 Cable bag 1 Handle 1 Belt Clip 1 Standard Charger 3 International Adapter 1 Hovermap Scanning Software USB 1 Perpetual Software License for Aura & Color Module Table 2. Lidar Specs Specifications Performance Requirement Total Weight (including EO camera) 5 hours Range >= 75 meters Point Density >= 250 points per square meter Field of view 360� horizontal and 40� vertical Scanning speed >= 500,000 points per second Warranty Basic coverage warranty for product defects; 12 months from receipt Table 3. 360� Camera Kit x 1 Quantity Description 1 360� Camera Kit: enable 360� colorization directly mounted onto Hovermap ST/ST-X using GoPro Max Camera (included) Table 4. Camera Specifications Specifications Performance Requirement Portability Integrated with the lidar system to provide synchronized data collection. Battery Life� >= 5 hours Resolution 24 megapixels Field of view Minimum 90� horizontal and 60� vertical Warranty Basic coverage warranty for product defects; 12 months from receipt Additional 360� Camera 360� horizontal additional camera that can replace 90� Table 5. Magnetic Vehicle Mount x1� Quantity Description 1 Magnetic mount (4 pad) with vibration isolation 1 Battery cable Fischer/D-Tap and dovetail 1 Battery mount Table 6. Other Specifications� Specifications Performance Requirement Data Export Images Exports frame images (non-fisheye) with X, Y, Z, roll, pitch, yaw, time metadata associated with each image in table format. Data Export Point Cloud Exports colorized point cloud with time stamp. Data Export Trajectory File Exports trajectory file with associated timestamp in addition roll, pitch, and yaw of the sensor SLAM Algorithm Uses Simultaneous Localization and Mapping (SLAM) algorithm Autonomous UAS mapping Autonomous SLAM based LiDAR Mapping of drone-based platform without integration from the user. Mounting Options of the suite Possible to connect suite to be mounted on UAS, UGV, and backpack Equipment Warranty:� As part of the quote, the vendor is requested to provide information explaining their equipment warranty and support policies to cover system problems or malfunctions inherent to the system (i.e., not caused by customer use). Equipment that fails to perform as expected may need to be returned to the vendor for inspection or troubleshooting at their expense. As noted in table 1, the government requires the vendor will warranty equipment malfunctions inherent to the system for a minimum of 12 months.� Selection Process:� Technical subject matter experts at GRL will review each quote. To be considered, the quote must show that the product will meet and deliver all the specifications in the tables listed above. The vendor is requested to provide clear quotes showing that their products meet all the listed requirements to ensure the technical experts clearly understand that the proposed solution will meet all the required standards. Quotes that are ambiguous or are missing required information may not be selected. BIDDING SCHEDULE: ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE TOTAL AMOUNT 0001 Emesent Hoovermap ST Kit �1 �Each 0002 360 Degree Camera Kit �1 Each� 0003 Power-Grip Vehicle Mount for Hovermap ST/ST-X �1 �Each 0004 Shipping �1 �Job Delivery Details:� The complete system shall be shipped to USACE ERDC GRL, ATTN: Aaron Armstrong, 7701 Telegraph Rd, Alexandria, VA 22315. Prices must include any shipping, FOB Destination. This award will be made based on lowest price technically acceptable with the standard being meets all requirements. FAR Provision 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. FAR Provision 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Offerors must include a completed copy of FAR Provision 52.212-3 Alt I, Offeror Representations and Certifications Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition.� Supplement to FAR 52.212-5:� The following FAR clauses are applicable to this acquisition:� 52.222-3, 52.219-6, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.225-13 and 52.232-33. FAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2011) Supplement to FAR 252.212-7001:� The following FAR clauses are applicable to this acquisition: 252.225-7001, 252.232-7003. FAR Clause 52.204-7, Central Contractor Registration FAR Clause 52.204-99, System for Award Management Registration FAR Clause 52.247-34, F.O.B. Destination The following additional FAR clauses and provisions are incorporated by reference and apply to this combined synopsis/solicitation:� 52.204-13 System For Award Management Maintenance; 52.204-19 Incorporation By Reference Of Representation And Certifications; 52.219-4 Notice Of Price Evaluation Preference For HUBZone Small Business Concerns; 52.222-50 Combating Trafficking In Persons; 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving; 52.225-25 Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification; 52.233-3 Protest after Award; 52.233-4 Applicable Law For Breach Of Contract Claim; 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials; 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights; 252.203-7005 Representation Relating To Compensation Of Former DoD Officials; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information; 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation 2012-O0004); 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7048 Export-Controlled Items; 252.232-7010 Levies On Contract Payments; 252.247-7023 Transportation Of Supplies By Sea� The following additional FAR clauses and provisions are incorporated by full text and apply to this combined synopsis/solicitation: 52.219-28 Post-Award Small Business Program Re-representation; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 52.252-5 Authorized Deviations In Provisions; 52.252-6 Authorized Deviations In Clauses; 252.204-7011 Alternative Line-Item Structure; 252.211-7003 Item Identification And Valuation Questions must be received no later than 05 September 2024 by 2:00 PM Central Standard Time.� All questions must be sent to Anna Crawford via email at Anna.Crawford@usace.army.mil. Quotes are due 09 September 2024 by 12:00 PM (Central Time Zone): �Quotes will be accepted by email only to: Anna.Crawford@usace.army.mil. For information concerning this solicitation contact Anna Crawford via email at the above email address. The Government intends to award�without discussions IAW FAR 52.215-1; however, the Government reserves the right to open and conduct discussions if it deems them to be necessary. Therefore, Offerors are advised to submit proposals that are fully and clearly acceptable without additional information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b2e6eb6b8ff74e48833a82e756b11b53/view)
 
Place of Performance
Address: Alexandria, VA, USA
Country: USA
 
Record
SN07195294-F 20240905/240903230114 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.