SOURCES SOUGHT
58 -- LONG-RANGE HIGH-RESOLUTION FREQUENCY-MODULATED CONTINUOUS WAVE (FMCW) LiDAR SYSTEM FOR FOREIGN MILITARY SALES (FMS)
- Notice Date
- 8/15/2025 8:39:42 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
- ZIP Code
- 21005-5001
- Solicitation Number
- W91CRB-25-S-FMCW
- Response Due
- 8/29/2025 1:00:00 PM
- Archive Date
- 09/13/2025
- Point of Contact
- SHEILA COGDELL, JASON McDONALD
- E-Mail Address
-
sheila.d.cogdell.civ@army.mil, jason.mcdonald9.civ@army.mil
(sheila.d.cogdell.civ@army.mil, jason.mcdonald9.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT FOR LONG-RANGE HIGH-RESOLUTION FREQUENCY-MODULATED CONTINUOUS WAVE (FMCW) LiDAR SYSTEM FOR FOREIGN MILITARY SALES (FMS) INTRODUCTION The U.S. Army Contracting Command, Aberdeen Proving Ground (ACC-APG) on behalf of the Communications-Electronics Command Security Assistance Management directorate (CECOM SAMD) is issuing this Sources Sought notice as a means of conducting market research to identify potential sources having an interest in, industry technologies available and qualified to fulfill Foreign Military Sales (FMS) requirements for Long-Range, High-Resolution Frequency-Modulated Continuous Wave (FMCW) LiDAR System For Foreign Military Sales (FMS). The result of this sources sought/market survey will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market survey, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. The U.S. Government requests that interested parties submit a brief description of your company, your company�s solution, and your ability to meet potential system requirements. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT/MARKET RESEARCH IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND CECOM SAMD administers and manages FMS cases including Long-Range High-Resolution FMCW LiDAR System requirements for partner nations. CECOM SAMD�s goal is to satisfy requirements for Long-Range High-Resolution FMCW LiDAR System for Israel. REQUIRED CAPABILITIES The purpose of this market research/sources sought is to identify interested sources that are qualified and able to provide requirements to Israel. The partner nation requests for a Long-Range High-Resolution FMCW LiDAR System that matches the specifications described below. If an exact match is unavailable, you may propose a unit that closely aligns with their requirements, ensuring that the technical differences are clearly identified and presented for their consideration. This approach allows for informed decision-making and potential flexibility in meeting their needs. Long-Range High-Resolution FMCW LiDAR System Specifications: 1. System overview The Frequency-Modulated Continuous Wave (FMCW) LiDAR system is designed for long-range, high-resolution 3D sensing in outdoor environments. The system leverages coherent detection and optical frequency modulation to achieve superior range precision, velocity resolution, and resistance to ambient noise and interference. Applications include autonomous high-altitude mapping, surveillance and atmospheric monitoring. 2. Key Specifications Parameter Specification Detection Range ? 1000 meters (target RCS ? 0.1 m�) Range Resolution ? 5 cm Velocity Resolution ? 0.1 m/s (Doppler) Field of View (FoV) 30� (H) � 30� (V), scalable via scanning architecture Angular Resolution 0.05� (H) � 0.05� (V) Scanning Method 2D MEMS or Galvo mirror + optical phased array (OPA) (optional) Wavelength 1550 nm (eye-safe, atmospheric transmission optimized) Laser Output Power 10�30 dBm CW (depending on link budget) Bandwidth (Chirp Range) Up to 4 GHz (tunable) Chirp Duration 1�100 �s (configurable) Frame Rate 10�20 fps (dependent on scanning and averaging) Detection Method Coherent heterodyne detection Signal Processing FFT, Kalman filtering, MIMO fusion (optional) Data Output Rate Up to 500 Mbps (compressed point cloud + Doppler data) Communication Interface Gigabit Ethernet, USB 3.1, CAN FD (optional) System Latency < 50 ms end-to-end Operating Temperature -20�C to +60�C Ingress Protection IP65 or IP67 (depending on enclosure design) Power Consumption < 60 W (full system incl. optics, electronics, and cooling) Dimensions ? 30 cm � 30 cm � 30 cm Weight ? 5 kg 3. Technical Architecture 3.1. Optical Transceiver Subsystem � Laser Source: Tunable external cavity diode laser (ECDL) or DFB laser at 1550 nm. � Modulation Scheme: Linear FMCW with triangle/sawtooth chirps, optionally with random phase modulation for crosstalk rejection. � Output Optics: Collimator + beam expander (5�10 cm aperture) for long-range divergence control. � Receiver Optics: Fiber-coupled balanced photodetector with low-noise amplifier (LNA). � Isolation: Optical circulator or beam splitter for Tx/Rx separation. 3.2. RF & Control Electronics � Chirp Generator: Direct Digital Synthesizer (DDS) or FPGA-based linear ramp generator. � A/D Conversion: ? 14-bit resolution, ? 200 MSPS sampling. � Clock & Synchronization: Temperature-compensated OCXO, optional GPS-disciplined timing. � Laser Control: Precision current & temperature regulation, safety interlocks. 3.3. Signal Processing & Software � Range and Velocity Estimation: Real-time FFT processing on FPGA/SoC. � Calibration: Internal test targets + environmental compensation. � Data Processing: Clutter removal, voxelization, point cloud fusion. � Software Stack: ROS2 compatible middleware, C++/Python SDK, real-time Linux kernel. 4. Mechanical & Environmental Design � Housing: Aluminum/magnesium alloy for ruggedization, fanless or active cooling. � Mounting: Vibration-isolated with adjustable pitch/yaw brackets. � Shock/Vibration Resistance: MIL-STD-810G compliant. � EMI Shielding: Designed per MIL-STD-461 or CISPR 25 for defense and automotive compliance. 5. Optional Features � Multi-channel Array Configuration: For MIMO or increased FoV via beam steering. � OPA Integration: For solid-state scanning (eliminating moving parts). � Target Detection: Real-time onboard inference engine (e.g., NVIDIA Jetson). 6. Use Cases & Performance Targets Application Performance Goal Autonomous Vehicles Object detection at 300 m, velocity tracking, 10 fps Surveillance Human-size target detection ? 1.5 km, under 0.1 m/s error Topographic Mapping Vertical resolution ? 5 cm, wide area coverage at 20 Hz UAV/Drone Integration Lightweight variant (< 1.5 kg), power ? 20 W 7. Safety & Regulatory Compliance � Eye Safety: Class 1 (IEC 60825-1:2014), EN 60825-1 certified at 1550 nm. � EMC: EN 55032, MIL-STD-461G compliant. � RoHS & REACH: Full component compliance available on request. 8. Customization Options � Development Kit: Includes evaluation board, GUI, full API documentation. � Custom Optics: Range-specific beam shaping available. � OEM Integration: Modular design for easy integration into platforms or vehicles. ? Request responses MUST include Rough Order of Magnitude (ROM) price and availability (P&A) information for the equipment described. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of Unclassified. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009. ELIGIBILITY PSC Code: 5841, Radar Equipment, Airborne NAICS Code: 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. SUBMISSION DETAILS Interested sources should furnish the following information, in the format provided below: (1) Name and address of company, with Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) number. Any interested company must be registered with Central Contractor Registration (CCR). (2) Point of Contact Name, Department, phone number, and email address. (3) Identify past and current services your company offers that exactly match the capabilities specified above. (4) Address your company's capability to act as a single provider for the hardware and services defined herein. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. No phone or email solicitations with regards to the status of any resulting request for proposal (RFP) will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement(s), shall be electronically submitted to Contract Specialist, Nathalie C Nguyen, in either Microsoft Word or Portable Document Format (PDF), via email nathalie.nguyen2.civ@army.mil no later than 4:00 p.m. Eastern Standard (ES) on 29 August 2025. Reference this sources sought/synopsis number in the e-mail subject line and on all enclosed documents. Responses shall include documented capability to deliver required radio systems and equipment. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9f7b64292a9a4a22a26693e6a6f851a5/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07553774-F 20250817/250815230050 (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 |