Notice of Intent to Sole Source to Riegl USA Inc - Riegl VMX Laser Scanner


Subject: Notice of Intent to Sole Source to Riegl USA Inc - Riegl VMX Laser Scanner
Solicitation Number: W913E23N0921
Notice Type: PRESOL
NAICS: 334519
Notice Published: 09-21-23
Response Due: 09-25-23

Agency: Department of the Army
Office: W2R2 COLD RGNS RSCH ENG LAB
Contact: Kim D Roberson This email address is being protected from spambots. You need JavaScript enabled to view it. Ph: (217) 373-3478
Office Address: HANOVER, NH 03755-1290
Place of Performance: Hanover, NH 03755


Click for official SAM (FBO) notice, additional information, and accompanying attachments

The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Cold Regions Research Laboratory (CRREL) intends to award a contract on a sole source basis to Riegl USA, Inc. upon the basis of the authority provided at FAR 13.501(a)(1)(i). The associated North American Industry Classification System (NAICS) code is 334519, which has a small business size standard of 500 employees. The ERDC-CRRELs Remote Sensing/GIS Center of Expertise in Hanover, New Hampshire requires one (1) Riegl VMX laser scanner and all accessories to allow the system to take accurate measurements and function seamlessly while deployed in field experiments and interoperable with other CRREL owned Riegl assets. The Riegl VMX laser scanner is needed support ongoing research and development activities related to the rapid collection and processing of multi-temporal 3D and 4D high-resolution point clouds in urban landscapes. Specification: The mobile laser scanning system and accessories must conform to the following specifications: Minimum of 2 laser scanning heads with a 360-degree scanning capability, able to be operated simultaneously without interference. Scan range of at least 420-meter with an achieved accuracy 5mm for both scan head Integrated electro-optical visible spectrum camera system capable of collecting coincident imagery to be attributed to individual point measurements. Minimum of IP64 protection rating, allowing for operation in precipitation 3.6-MHz or better maximum effective measurement rate (500 scan lines/sec) Support onboard inertial measurement unit (IMU) results with roll/pitch accuracies of 0.005-deg and heading accuracy of at least 0.015-deg. Include acquisition interface hardware for power distribution to the sensor, data management and storage, and real-time diagnostics of data results. Real-time display of resulting point cloud profiles and 2-dimensional data overlay, providing updating coverage maps to the operator for planning and collection execution guidance. Capable of being powered by on-vehicle power supply (12VDC) Incorporates back-up power supply for additional layer of security during operations. Software for the post-processing of the trajectory, laser, and imagery data Class 1 laser characteristics for safety Online-waveform processing for real-time waveform data output Riegl USA, Inc. was identified as the only vendor capable of offering a product meeting the requisite specifications and interoperability requirements with CRRELs existing Riegl hardware and uniquely designed software; full interoperability is required for the system to take accurate measurements and function seamlessly while deployed in the field alongside other Riegl equipment. Due to the proprietary nature of the requested equipment, Riegl USA, Inc, is the sole source authorized to fulfill the Governments requirement. This Notice of Intent is not a request for competitive quotations. However, interested parties may identify their interest and capability to respond to this requirement. Any interested party that believes they can fulfill this requirement should submit a capability statement to be reviewed. All submissions will be considered, however there is no guarantee that submissions in response to this notice will in any way alter the Government's acquisition strategy. Responses to this notice shall be submitted NLT 12:00 PM CDT, 25 September 2023 to This email address is being protected from spambots. You need JavaScript enabled to view it. Telephone responses will not be accepted. Responses to this notice will not be considered as a response to any solicitation, a request to be added to aprospective offerors list, or to receive a copy of any solicitation. A determination by the Government not to compete the contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete the FAR and DFARS representations and certifications.