Notice of Intent to Sole Source GmAPD LIDAR Simulation
ID: W9132V25N4408Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2R2 USA ENGR R AND D CTRVICKSBURG, MS, 39180-6199, USA

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

SUPPORT- PROFESSIONAL: SIMULATION (R412)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Engineer Research and Development Center (ERDC), is seeking to procure GmAPD LIDAR simulation data and metadata on a sole source basis from Lockheed Martin Corporation. The requirement is for simulation data that accurately models terrain, transmitter, and receiver characteristics for algorithm development, necessitating a highly customizable simulation capable of exploring noise phenomena and providing extensive metadata. This procurement is critical for advancing the Army's geospatial research capabilities, and the government intends to award the contract under FAR 13.106-1(b)(1)(i), with responses due by 12:00 PM CST on March 20, 2025. Interested vendors may submit capability statements to Anna Crawford at Anna.Crawford@usace.army.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sole Source Verdi G5 Laser-Diode System
    Dept Of Defense
    The Department of Defense, specifically the Army's Tactical Network Assurance Branch, is seeking to procure a Sole Source Verdi G5 Laser-Diode System, which includes a water riser and chiller, through a Request for Quote (RFQ) W911QX-26-Q-A004. This procurement is classified under NAICS code 334516 (Analytical Laboratory Instrument Manufacturing) and is intended to be solicited from a single source, emphasizing the system's critical role in supporting the Army Research Laboratory's operations in Adelphi, Maryland. Proposals are due five days after the posting date, with evaluations based on price, technical specifications, and past performance, and the contract is expected to be awarded to the most advantageous offer. Interested parties should direct inquiries to Keturah Moore at keturah.l.moore.civ@army.mil or Alexander Cheatham at alexander.k.cheatham.civ@army.mil, with delivery required within six months of contract award.
    Propeller AeroPoint Ground Control Point Targets
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses from small businesses regarding the procurement of a brand name Annual Propeller AeroPoint Software as a Service Subscription for the Department of Geography and Environmental Engineering at the United States Military Academy in West Point, New York. This sources sought notice aims to gather information to determine if there are at least two qualified small businesses that can meet the requirement, which is crucial for potential set-aside opportunities. The government encourages participation from small businesses across various socioeconomic categories and emphasizes the importance of identifying capabilities at a fair market price. Interested parties must submit their responses by December 16, 2025, at 12:00 PM EST to Dennis Cook at dennis.j.cook8.civ@army.mil, including relevant details such as firm information, past experience, and recommendations for structuring the contract requirements.
    Commerical Solutions Opening - GRL
    Dept Of Defense
    The Department of Defense, through the Engineer Research and Development Center (ERDC) Geospatial Research Laboratory (GRL), is issuing a Commercial Solutions Opening (CSO) to acquire innovative commercial technologies and services. The solicitation aims to enhance mission command environments, develop full 3D mapping capabilities, and advance remote sensing technologies, inviting proposals for both existing technologies and new applications that address geospatial capabilities. Proposals will be evaluated based on technical innovation, relevance to agency needs, and pricing, with a maximum of two submission volumes allowed. The solicitation is open until June 30, 2026, and interested parties can contact Anna Crawford at Anna.Crawford@usace.army.mil or LaShanda Areghan at lashanda.d.areghan@usace.army.mil for further information.
    Long Range Anti-Ship Missile (LRASM) Threat Working Group Engineering Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to enter into sole source negotiations for engineering support related to the Long Range Anti-Ship Missile (LRASM) Threat Working Group. The contract will be awarded to Lockheed Martin Corporation – Missiles Fire Control (LMMFC), which is the sole designer and manufacturer of the LRASM, due to its unique capabilities and expertise required to meet the Government's needs. This procurement is critical for maintaining the effectiveness and reliability of the LRASM system, which plays a vital role in naval defense strategies. Interested parties may submit capability statements or proposals for consideration, and inquiries can be directed to Dawn Scher or Teresa Mellies via their respective email addresses, with no commitment from the Government to issue a solicitation or award a contract at this time.
    Synopsis- AMSO M&S Support Services
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command Detroit-Arsenal (ACC-DTA), intends to award a sole source contract to Trideum Corporation for Modeling and Simulation (M&S) support services at the U.S. Army Center for Army Analysis. This contract will provide continuous M&S services in support of the Strategy and Resources and Simulation Proponent and School Branches of the Army Modeling and Simulation Office (AMSO), utilizing the Department of Defense's Employee Stock Ownership Plan (ESOP) Pilot Program. The solicitation for this opportunity will be posted on SAM.gov approximately 15 days from the date of this notice, and while the award is intended to be sole source, other interested parties may submit a capabilities statement for consideration. For further inquiries, interested parties can contact Kelsey Greenwell at kelsey.d.greenwell.civ@army.mil or by phone at 571-588-8898.
    CDID Cyber Battle Lab Experimentation Support Services
    Dept Of Defense
    The Department of Defense, through the U.S. Army Mission and Installation Contracting Command (MICC) at Fort Eustis, Virginia, is seeking qualified vendors to provide Cyber Battle Lab Experimentation Support Services at Fort Gordon, Georgia. The primary objective of this procurement is to assist in identifying gaps and vulnerabilities in Cyber Electromagnetic Activities (CEMA) through comprehensive experimentation, data collection, network engineering, capability prototyping, satellite communications support, and cybersecurity services. This effort is crucial for validating new technical solutions in Cyberspace Operations and Electronic Warfare, directly supporting the Cyber Battle Lab and U.S. Army Futures Command. Interested vendors must respond to this Sources Sought Notice by January 12, 2026, at 2 p.m. EST, and are encouraged to provide capability statements addressing security clearance requirements and compliance with the draft Performance Work Statement, with a maximum contract ceiling of $58.3 million over a seven-year ordering period.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    LRASM Production Acceptance Testing (PAT) Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to enter into sole source negotiations with Lockheed Martin Corporation-Missiles Fire Control (LMMFC) for Production Acceptance Testing (PAT) support related to the Long-Range Anti-Ship Missile (LRASM). The contract will be awarded as a Cost-Plus Fixed Fee Delivery Order under Basic Ordering Agreement N00019-23-G-0002, focusing on tasks necessary for conducting the PAT event. Lockheed Martin is uniquely qualified to fulfill these requirements due to its role as the sole designer, developer, and manufacturer of the LRASM, possessing the necessary expertise and technical data. Interested parties may submit capability statements or proposals for consideration, but the Government retains discretion over the competitive process. For further inquiries, contact Rebecca Johnson at rebecca.r.johnson47.civ@us.navy.mil or Teresa Mellies at teresa.r.mellies.civ@us.navy.mil.
    Mid Range Capability (MRC) Production
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is seeking to acquire a fifth battery for the Mid Range Capability (MRC) weapon system through a sole-source contract with Lockheed Martin Corporation (LMC). This procurement is necessitated by the Army's immediate need for additional Ground Support Equipment (GSE) and is justified under Title 10 U.S.C. 3204(a)(1), as LMC is the only responsible source capable of fulfilling the requirements due to their prior development and production of the first four batteries. The MRC system is critical for enhancing the Army's operational capabilities, and the decision to proceed without full and open competition is based on the lack of comprehensive technical data packages and the significant costs and delays associated with transitioning to another vendor. Interested parties can reach out to LaTasha Y. Porter at latasha.y.porter.civ@army.mil or Thomas B. Mangum at thomas.b.mangum3.civ@mail.mil for further information.
    Implementation of Advanced Government Simulation Capabilities (IAGSC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry participation for the Implementation of Advanced Government Simulation Capabilities (IAGSC) through a Sources Sought notice. This initiative aims to acquire non-personal services for software development, modeling and simulation integration, advanced research and development, cybersecurity measures, and lifecycle software testing, all critical for enhancing the capabilities of various DoD systems. The anticipated contract will be a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) with a ceiling of approximately $750 million, and it is expected to span a five-year ordering period with an additional five-year option. Interested parties must submit their responses, including a capabilities white paper and feedback on the draft Performance Work Statement, by March 28, 2025, and are encouraged to participate in an Industry Day scheduled for April 15, 2025, at Wright-Patterson Air Force Base, Ohio. For further inquiries, contact Carmen Mertz at carmen.mertz@us.af.mil or Austin Hurst at austin.hurst.2@us.af.mil.