Three-Dimensional High Speed - High Altitude Mapping Operations & Technology Integration (3DH2-M O&TI) for U.S. Army Geospatial Center (AGC)
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Feb 19, 2026. Industry: NAICS 541990 • PSC R405.
Market snapshot
Awarded-market signal for NAICS 541990 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 541990
Description
THIS IS A SOURCES SOUGHT SYNOPSIS FOR INFORMATIONAL AND PLANNING PURPOSES ONLY. THIS IS A SOURCES SOUGHT SYNOPSIS FOR INFORMATIONAL AND PLANNING PURPOSES ONLY.
This notice does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. The Government is not seeking proposals at this time. NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED IN RESPONSE TO THIS NOTICE.
OTHER THAN SMALL BUSINESS AND SMALL BUSINESS RESPONSES ARE ENCOURAGED FOR THIS SOURCES SOUGHT NOTICE.
This announcement does not obligate the Government to award a contract, nor does it obligate the Government to pay for any preparation costs. The information provided in this notice is subject to change and does not bind the Government. Interested sources are discouraged from submitting commercial literature in response to this notice. Any submissions of such product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposal (RFP). AGC has not made a commitment to procure any of the products or services discussed, and the release of this notice should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. AGC will not pay for information or comments provided and will not recognize any costs associated with submission of comments. All submissions become Government property and will not be returned.
The Government anticipates a Single Award Indefinite Delivery/ Indefinite Quantity (ID/IQ) contract and Sample Task Order.
Background:
The US Army Geospatial Center’s (AGC) Three-Dimensional High Speed-High Altitude Mapping Operations & Technology Integration (3DH2-M O&TI) program provides timely, accurate and relevant High Resolution Three-Dimensional (HR3D) Data to enable geospatial information, capabilities, and domain expertise for the Army Geospatial Enterprise implementation and Geospatial Data Fabric. The 3DH2-M mission provides critical information to the Warfighter in all Domains and in all Combatant Commands (CCMDs). The purpose of the 3DH2-M mission is to collect, process, disseminate, store, and maintain data collected by conducting wide area high altitude flight operations. Processed 3DH2-M data serves as foundational geospatial data products for the Department of Defense (DoD), Coalition Partners, and Host Nations. Data collection is primarily Outside of the Continental U.S. (OCONUS) with some in the Continental U.S. (CONUS). The data provided from 3DH2-M supports Government efforts for terrain analysis, change detection, threat analysis, intelligence preparation of the battlefield (IPB), operational and tactical mission planning, intelligence, surveillance, and reconnaissance (ISR) support, engineer planning, Aerial Port of Debarkation (APOD), Seaport of Debarkation (SPOD), Large Scale Combat Operations (LSCO), Counter Insurgency (COIN), Humanitarian and Disaster Relief (HADR) and many other uses. The Warfighter Support Directorate (WSD), 3DH2-M Program is a part of the US Army Corps of Engineers (USACE) at the US Army Geospatial Center (AGC). The 3DH2-M Program focuses on providing high fidelity geospatial foundational data/terrain mapping, and provides support to all authorized Army, DoD, and other government organizations.
The purpose is to collect, process, disseminate, apply, and maintain HR3D geospatial data by conducting flight and collection operations and by processing and producing the required 3DH2-M data products (comprised of but not limited to terrestrial and bathymetric LiDAR, EO, Synthetic Aperture Radar (SAR), Hyperspectral Imaging (HSI), Full Motion Video (FMV), Special Intelligence (SI), and unclassified commercial satellite imagery data). In addition, the Department of Defense (DoD) is pursuing advancements in terrestrial and bathymetric LiDAR, SAR, HSI, and FMV sensor technology. This is a result of the operational requirement to provide high fidelity terrain mapping from a higher altitude, higher velocity aircraft platform (to reduce risk from adversary fire). DoD requires advancement in supporting terrestrial and bathymetric LiDAR, SAR, HSI, and FMV data processing, storage, and dissemination technology. Current terrestrial and bathymetric LiDAR collection systems are rapidly improving/increasing area collection rates as well as increasing the geospatial fidelity of the data. In order to keep pace with the improving collection systems, improved, more rapid data processing needs to be integrated into the 3DH2-M program. The 3DH2-M program is also looking for emerging technology integration for LiDAR (terrestrial and bathymetric), Electro Optical (EO), SAR, HSI, FMV, SI, and Measurement and Signals Intelligence (MASINT) sensors.
The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the 3DH2-M support task except for those items specified as government-furnished property, services, and information.
This acquisition is a non-personal service and is not for performance of Inherently Government Functions. Feedback addressing the clarity, feasibility, scope, and potential alternative means of meeting the Government's requirement is sought.
The Government anticipates five (5) task orders against the Single Award ID/IQ.
The Government anticipates one (1) of the following NAICS codes.
- NAICS: 541990 - All Other Professional, Scientific, and Technical Services
- NAICS: 541370 - Surveying and Mapping (except Geophysical) Services
The Government anticipates a single award ID/IQ Period of Performance (PoP) of one (1) 12-month base period and four (4) 12-month option periods. The anticipated PoP start date is 12 August 2027.
The Government anticipates a Sample Task Order PoP of one (1) 12-month base and one (1) 12-month option period. The anticipated PoP start date is 12 August 2027.
Services are currently under the HR3DGI O&TI III OASIS+ Task Order (Contract No.
47QRCA 25DU210 / Task Order No. W5J9CQ25F0017)
Purpose: The purpose of this Sources Sought Notice is to gain knowledge of interest, capabilities, and qualifications of firms capable of performing the functional requirements contracts of this magnitude, and to address any questions, recommendations or concerns from Industry. The Government must ensure there is adequate competition among potential pool of responsible contractors. Prior Government contract work is not required for submitting a response under this Sources Sought Notice announcement.
This Sources Sought Notice is not intended to be a Request for Proposal nor Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. It is to request statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation.
Security Requirements: The contractor will be required to have access to data and systems that are for Unclassified, Controlled Unclassified Information (CUI), Secret, Top Secret (TS), Sensitive Compartmented Information (SCI), Special Access Program (SAP) and/or Alternative Compensatory Control Measures (ACCM) during performance of the task order(s). All personnel, assigned to future task orders, accessing government facilities and/or systems shall possess at least a SECRET clearance. Key personnel, assigned to future task orders, shall possess a TOP SECRET clearance and be eligible for SCI adjudication on the start date of a task order period of performance, per the needs of each task order. Please see the attached DRAFT Performance Work Statements for further security requirements information.
CMMC Requirements: The scope included in this upcoming requirement requires the contractor and/or subcontractor(s) information system to process, store, or transmit Federal Contract Information (FCI) or Controlled Unclassified Information (CUI), and requires the contractor and/or subcontractor(s) to comply with CMMC requirements. The Government anticipates that the Contractor shall have and maintain for the duration of this contract, order, or agreement a current CMMC status at the following CMMC level, or higher: CMMC Level 2 (Self) minimum and/or CMMC Level 2 (C3PAO) preferred for all information systems used in performance of the contract, task order, or delivery order that process, store, or transmit FCI or CUI. See DFARS 252.204-7021 Contractor Compliance With the Cybersecurity Maturity Model Certification Level Requirements, for the definitions, requirements, reporting, and subcontract information for this contract/order/agreement.
Requested Information: You must submit a completed Sources Sought Questionnaire and Capability Statement in accordance with (IAW) the below information. Do not send your organization’s standard Capabilities Statement or Brochure. The Government is requesting specific information in order to determine Other Than Small Business and Small Business capabilities. The Government may use information received under this notice to determine if a small business reserve or set-aside is appropriate. This Sources Sought Notice does not restrict the Government to the ultimate acquisition approach.
Sources Sought Questionnaire: You must complete and submit the attached Sources Sought Questionnaire. Your responses will be the primary tool used for our market research. Please be as detailed and accurate as possible.
Capability Statement: Request companies submit a Capability Statement that presents your technical capability for providing the support services as it relates to the subject requirements. The Capability Statement shall at the minimum address the specific areas as identified below. Please provide the following:
1) A brief Statement of Capability (maximum 15 pages) size 12 Arial/Times New Roman Font; which demonstrates the company’s ability to meet what is listed in the DRAFT Single Award ID/IQ PWS and DRAFT Sample Task Order PWS. The Government is seeking those that possess and demonstrate an in-depth understanding of all the requirements. Mark any proprietary information accordingly.
2) Provide maximum of three (3) Relevant Past Performance information on PRIME Government contracts of similar size and scope within the past three (3) years. Also, if you can provide the specific contract number to allow for review. Relevant Past Performance information will be limited to maximum of three (3) per each occurrence.
3) Capability of providing technical competency and experience in the listed set of requirements, as a Prime contractor or using subcontractors and/or partners
Subject of email for Capability Statement shall be as follows: Three-Dimensional High Speed - High Altitude Mapping (3DH2-M) for USACE Army Geospatial Center – Capability Statement – Vendor Name
Questions regarding the Requirements shall be submitted using the following format:
Question #1:
Requirements #:
Or
Question #1:
General
Direct all Capability Statement Responses, Sources Sought Questionnaire Responses, and Questions to Contract Specialist, Courtney Freeman, Courtney.D.Freeman@usace.army.mil and Contracting Officer, Angela Lape, Angela.S.Lape@usace.army.mil for planning purposes.
Please see the attached 3DH2-M O&TI Sources Sought Questionnaire, DRAFT Single Award ID/IQ Performance Work Statement (PWS), and DRAFT Sample Task Order PWS.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.