Lidar Demonstration for Wake Turbulence
ID: 6913G625Q300052Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFOFFICE OF THE SECRETARY6913G6 VOLPE NATL TRANS SYS CNTRCAMBRIDGE, MA, 02142, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The U.S. Department of Transportation, through the Volpe National Transportation Systems Center, is seeking quotes for a LiDAR Evaluation for Wake Turbulence Research, specifically to assess a new scanning pulsed LiDAR system as a potential replacement for aging WindTracers. The project involves a 90-day data collection campaign at the Volpe Site in Burlingame, California, where the contractor will be responsible for the installation, operation, and data processing of the Test LiDAR system, focusing on collecting wake track data to support FAA initiatives for enhancing airspace capacity and safety. Proposals must include a technical submission and pricing, evaluated based on the technical approach and past performance, with a submission deadline of November 6, 2025, at 3:00 PM EST. Interested vendors should direct inquiries and proposals to Karen Marino at karen.marino@dot.gov, and all submissions must be sent via email.

    Point(s) of Contact
    Files
    Title
    Posted
    FAR 52.212-3 (MAY 2024) (DEVIATION FEB 2025) outlines offeror representations and certifications for federal contracts involving commercial products and services. Offerors can either complete annual certifications electronically via SAM.gov or manually fill out specific paragraphs. The provision defines key terms such as Economically Disadvantaged Women-Owned Small Business (EDWOSB) concern, Service-Disabled Veteran-Owned Small Business (SDVOSB) concern, small business concern, restricted business operations, sensitive technology, and inverted domestic corporations. It mandates certifications on various aspects including small business status, veteran ownership, women ownership, HUBZone status, payments to influence federal transactions, Buy American Act compliance, trade agreements, responsibility matters (e.g., debarment, felony convictions, delinquent taxes), child labor, place of manufacture, service contract labor standards exemptions, taxpayer identification, restricted business operations in Sudan, prohibition on contracting with inverted domestic corporations, and entities engaging in certain activities with Iran. The document also includes representations regarding ownership/control of the offeror, predecessor information, and adherence to whistleblower protection policies regarding internal confidentiality agreements. Finally, it addresses representations concerning covered telecommunications equipment or services, emphasizing compliance with federal regulations to ensure fair and responsible contracting practices.
    FAR 52.232-18, titled "Availability of Funds," outlines the government's obligation regarding contracts when funds are not immediately accessible. It states that the government's commitment to a contract is conditional upon the appropriation of funds for payment. No legal liability for payment arises until these funds are made available to the Contracting Officer and the Contractor receives written notification of their availability. This clause is critical in government contracting, particularly in RFPs and grants, as it explicitly limits the government's financial liability and ensures that contractors are aware that contract execution is contingent on future funding allocations. It protects the government from financial commitments it cannot yet fulfill.
    The RFQ No. 6913G625Q300052 outlines a Statement of Work for a LiDAR Evaluation for Wake Turbulence Research, conducted by the US DOT Volpe Center’s Aviation Weather & PNT Applications Division. The main objective is to evaluate a new scanning pulsed LiDAR system as a potential replacement for aging Lockheed Martin Coherent Technologies WindTracers. This evaluation will involve a 90-day side-by-side data collection campaign at the Volpe Site in Burlingame, California, adjacent to San Francisco International Airport. The contractor will be responsible for the installation, operation, initial data processing, and uninstallation of the Test LiDAR (TL), focusing on collecting wake track data. Key deliverables include kick-off meetings, biweekly status updates, timely submission of processed wake track data, and raw Doppler spectra if possible. The contractor must also be prepared to support reprocessing of raw LiDAR data after the collection period, either by providing software and instructions or performing the reprocessing themselves. The project aims to assess the TL's performance in supporting FAA initiatives to enhance airspace capacity and safety by characterizing aircraft wake vortices.
    Amendment No. 1 to RFQ No. 6913G625Q300052, concerning LiDAR Evaluation for Wake Turbulence Research, addresses questions from an October 15, 2025, site visit. Key points clarified include internet bandwidth (300 Mbps, shared with Volpe systems), the preference for Test LiDAR systems capable of providing raw Doppler spectral data and processed in-plane velocity fields over those only providing wake tracks, and the option for contractors to use existing network infrastructure or provide an independent connection. The Test LiDAR will not interface with safety-critical systems, and reliability metrics are not specified, though ongoing monitoring and timely issue reporting are required. Electrical infrastructure guarantees a 120-volt, 15-amp dedicated circuit, with proposals for higher power needs requiring detailed information for feasibility assessment. Additional information regarding existing WindTracer power supply (240V, 50-amp supply stepped down to 120V) was also provided.
    The U.S. Department of Transportation Volpe National Transportation Systems Center has issued Amendment No. 1 to RFQ No. 6913G625Q300052, seeking quotes for LiDAR Evaluation for Wake Turbulence Research. The deadline for submissions is November 6, 2025, at 3:00 PM EST, with questions and quotes directed to Karen Marino at karen.marino@dot.gov. Proposals must include both a price section and a technical submission. The technical submission will be evaluated based on two factors: Technical Approach and Past Performance. The Technical Approach requires a summary (no longer than 5 pages) detailing how the vendor will meet the Statement of Work (SOW) requirements, including addressing desirable features outlined in Table 1-1, which are weighted as Low, Medium, or High. Past Performance requires documentation for one recent (within the last five years) and relevant project, detailing customer information, contract specifics, and a description of work performed. The government intends to award a purchase order to the vendor offering the "Best Value," not necessarily the lowest price, and reserves the right to make an award without discussions.
    The document details the SFO LiDAR Test Site layout and available infrastructure for Wake Turbulence Research, effective August 25, 2025. The site, controlled by the Volpe Center, is fully enclosed and offers specific dimensions and object placements, with some items being movable. A key requirement for the test LiDAR is a scanner height of at least 6.5 feet (198 cm) to clear obstacles, ideally matching the WindTracer's height. Proposals must address potential tree trimming. The site provides 1x 120 V / 15 A power, 1 Gbps Ethernet connectivity, and an approximately 300 Mbps symmetric internet connection, with a preference for independent internet access if possible. Limited temperature and humidity-controlled space is available within the WindTracer enclosure for supporting equipment. The document includes diagrams, satellite views, and photos to illustrate the site's conditions and available infrastructure.
    This document, "Scan Geometry for SFO LiDAR Evaluation," outlines the required and desirable lidar scan geometries for wake turbulence research at San Francisco International Airport (SFO). The primary purpose is to define the technical specifications for lidar systems involved in evaluating wake turbulence, likely for a federal grant or RFP. Key requirements include specific spectral data collection areas, revisit times of ≤ 10 seconds, and optimal scanner height. The document details scan geometries for crosswinds from right-to-left and desirable additional geometry for left-to-right crosswinds, providing precise measurements in feet and meters, along with angular offsets. It also notes that diagrams are approximate and that post-processing software must track wakes throughout the entire collection area. This detailed technical guidance ensures consistent and effective data collection for the research initiative.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Intent to Single Source - Rail Tec Arsenal (RTA) For Climatic Wind Tunnel Testing
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), intends to contract on a single source basis with Rail Tec Arsenal (RTA) for climatic wind tunnel testing related to electric vertical take-off and landing (eVTOL) vehicles. The FAA requires specialized testing to investigate operational safety risks associated with eVTOLs in icing environments, and RTA's facility is uniquely equipped with a large test section capable of simulating the necessary conditions for this research. This procurement is critical for advancing the safety and operational understanding of eVTOL technology, and interested parties may direct inquiries to Contracting Officer Harry Lutz at Harry.Lutz@faa.gov by December 10, 2025. Please note that this announcement is for informational purposes only, and no competitive solicitation will be issued.
    Electric Vertical Takeoff and Landing (eVTOL) and Advanced Air Mobility Aircraft Integration Pilot Program (eIPP)
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the Electric Vertical Takeoff and Landing (eVTOL) and Advanced Air Mobility Aircraft Integration Pilot Program (eIPP). This initiative aims to partner State, local, tribal, and territorial (SLTT) governments with U.S.-based private sector organizations to facilitate the safe integration of eVTOL and AAM aircraft into the National Airspace System, focusing on applications such as air taxis, cargo transport, and logistics. The program is designed to generate valuable data to inform future FAA regulations while ensuring public safety and operational efficiency. Proposals must be submitted electronically via the eIPP Portal by December 19, 2025, and interested parties should direct inquiries to Kristin Frantz or Karina Espinosa at the provided email addresses.
    UAS BROAD AGENCY ANNOUNCEMENT Solicitation Number: 697DCK-25-R-00278 Call 001-2026
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the UAS Broad Agency Announcement (BAA) under Solicitation Number 697DCK-25-R-00278, specifically for Call 001-2026. This opportunity invites white papers aimed at demonstrating and validating technologies for the safe integration of Unmanned Aircraft Systems (UAS) into the National Airspace System, with a focus on areas such as UAS Traffic Management and Beyond-Visual-Line-of-Sight operations. A total funding amount of $12 million is available, to be distributed among FAA-designated UAS test sites, with a requirement for a 1:1 cost-share match from respondents. Interested parties must submit their white papers by January 9, 2026, and can direct inquiries to Contracting Officers Scott E. Raber and Kristin T. Frantz via their provided emails.
    Aviation Research BAA 2025
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is issuing a Broad Agency Announcement (BAA) for Aviation Research 2025, with Solicitation Number 692M15-25-R-00004, which will be open for submissions from December 5, 2024, to December 4, 2034. This BAA invites proposals for scientific research and experimentation aimed at enhancing aviation safety and efficiency, with a focus on various topics including airport pavements, safety systems, and software development. The FAA encourages submissions from diverse entities, including industry, academia, and small businesses, and anticipates funding for projects ranging from $200,000 to $400,000 annually, with multiple awards expected based on funding availability. Interested parties should direct inquiries to Karen Thorngren at Karen.C.Thorngren@faa.gov or Christine Melton at Christine.M.Melton@faa.gov for further details.
    Exploratory Advanced Research (EAR) Program Broad Agency Announcement (BAA) - Call # 001
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration (FHWA), is seeking innovative research proposals under the Exploratory Advanced Research (EAR) Program, specifically through Broad Agency Announcement (BAA) 693JJ3-26-BAA-0002-001. This BAA focuses on the application of digital twin technology to address critical national issues in highway transportation, including construction automation, asset management, and traffic operations, and encourages interdisciplinary collaboration and industry partnerships. The initiative is significant for advancing research in transportation technology, with multiple awards anticipated for projects lasting up to 36 months, expected to commence in February 2026. Proposals are due by January 7, 2026, and interested parties must register in SAM.gov prior to submission; inquiries can be directed to Alicia Dallas at alicia.dallas@dot.gov.
    Lowell National Historical Park, Passenger Platforms Replacement and Track Repair Work
    Buyer not available
    The Department of Transportation is seeking qualified contractors for the Lowell National Historical Park project, which involves the replacement of passenger platforms and track repair work for its historic trolley system. The project encompasses the removal and replacement of platforms at four stations—Swamp Locks, Mack Plaza, Moody Street Feeder House, and Suffolk Station—along with comprehensive track repairs, including tie and ballast replacement. This initiative is crucial for maintaining the operational integrity and safety of the trolley system, which serves as a significant historical transportation link in Lowell, Massachusetts. Interested contractors should contact Carl Chin at carl.chin@dot.gov for further details, with the performance period extending until April 30, 2027, and the project categorized as a Total Small Business Set-Aside.
    LABORATORY EQUIPMENT INSPECTION, CALIBRATION AND REPAIR SERVICES
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking a contractor to provide Laboratory Equipment Inspection, Calibration, and Repair Services to support roadwork projects across 19 Western states, including Alaska, Arizona, and California. The procurement involves a Blanket Purchase Agreement (BPA) for a base year and four option years, with an estimated total value of $350,000, focusing on the inspection, calibration, and repair of highway materials testing equipment at various facilities and mobile trailers. Contractors must possess current A2LA accreditation to ISO/IEC 17025, utilize NIST-traceable measuring devices, and employ qualified personnel, ensuring compliance with AASHTO and ASTM standards. Interested parties should contact Chinh Le at Chinh.Le@dot.gov or call 720-963-3549 for further details and must adhere to strict invoicing requirements via the DELPHI iSupplier system.
    15--RFI for Easy Aerial Tethered UAS
    Buyer not available
    The Department of the Interior (DOI) is seeking vendors capable of providing Easy Aerial Tethered Unmanned Aircraft Systems (UAS) to support its operational needs. The procurement aims to acquire 2-6 units annually, with specific requirements including a tether length of at least 300 feet, a total weight under 55 lbs, and compatibility with designated payloads, while ensuring operation in adverse weather conditions. This initiative is crucial for enhancing DOI's operational capabilities, particularly in real-time surveillance and data collection. Interested vendors must submit their information by December 19, 2025, to the designated contacts, with questions due by December 5, 2025.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) contract. This procurement aims to establish a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for IT hardware and software products, including personal computing devices, network infrastructure, and related lifecycle management services. The contract is crucial for consolidating IT procurements across the FAA, enhancing efficiency, and ensuring compliance with federal standards. Proposals are due via email by January 12, 2026, at 1700 ET, and interested parties should direct inquiries to Dawn Bloome or Kristin Frantz at the provided email addresses.
    Technical Expertise and Support Services for FHWA Office of Safety - Industry Day Presentation Slides
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking technical expertise and support services for its Office of Safety, with an upcoming Request for Proposal (RFP) anticipated for release in Q2 2025. The primary objective is to enhance roadway safety through a comprehensive approach that includes technical support, professional capacity building, audience outreach, and operations support across various activities such as research, policy analysis, and training. This initiative reflects the federal commitment to improving transportation safety and aims to engage industry collaboration to address federal procurement requirements systematically, with an estimated contract value of $58 million. Interested vendors can reach out to Monique Snow-Manning at monique.snowmanning@dot.gov or Carolyn Lethert at carolyn.lethert@dot.gov for further information.