Astro Max Lidar UAS Package
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Military Academy (USMA), Department of Geography & Earth Sciences (D/GEO), located at West Point, NY, is soliciting proposals for an Astro Max Lidar UAS Package. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity seeks a comprehensive drone system with advanced Lidar, RGB, and thermal imaging capabilities. Offers are due by April 3, 2026, at 12:00 PM.
Scope of Work
The requirement is for an Astro Max Lidar UAS package, including an Astro Max Blue Drone with an NDAA compliant RESEPI Lite Ouster OS1-64 Lidar sensor, FPV System, LR1 RGB imaging sensor, and LR1 thermal upgrade. Key technical specifications include:
- UAS Platform: Must be on the Blue UAS Cleared List, 4x rotor powered lift, fully electric/battery powered (SL8 Air batteries), with a maximum takeoff weight of 8.7kg and a max payload of 3kg. Minimum flight time of 30 minutes (max 43 minutes). Features RTK GNSS/GPS compatibility, radio connectivity, battery monitoring, and an NDAA compliant HOTAS controller with manual/automated flight capabilities.
- Lidar Sensor: Requires a 200m range to 10% reflectivity targets, 2 laser returns, 360-degree by 45-degree field of view, +/- 2.5 cm accuracy, max payload weight of 1.4kg, and an integrated 24mp camera. Must be compliant with FY2020 NDAA Sec 848 and FY2023 NDAA Sec 817, capable of 2.621 million points per second, and Class 1 laser safety compliant.
- Imaging Sensor: Includes a 61MP Soly ILZ-LR1 camera with a Sigma 24mm f3.5 lens, quick detach, vibration isolated gimbal, and NDAA compliance. An LWIR thermal upgrade compatible with a FLIR Boson+ 640 camera (640x512 resolution, 13.6mm lens, 60Hz frame rate) is also required. The solicitation lists 16 line items covering the UAS package, optional systems, payloads, upgrades, batteries, chargers, travel cases, spare parts, and freight.
Contract & Timeline
- Contract Type: Solicitation (likely Firm Fixed-Price).
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14).
- NAICS Code: 336411 (Aircraft Manufacturing), Size Standard: 1,500 employees.
- Solicitation Issue Date: March 30, 2026.
- Offer Due Date: April 3, 2026, 12:00 PM.
- Delivery: On or before May 29, 2026.
- Place of Performance: West Point, NY.
Evaluation & Submission
Award will be made to the responsible offeror whose proposal is most advantageous to the Government, considering price and mission capability. Price will be evaluated for reasonableness, completeness, and balance. Mission capability will be rated as Acceptable or Unacceptable, with Acceptable proposals demonstrating experience of similar magnitude and complexity. Offerors must include a proposed delivery timeline in their quotation document and comply with various representations and certifications.
Contact Information
Primary Point of Contact: Soung H. Gibbons, soung.h.gibbons.civ@army.mil.