Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2012 FBO #3828
SOURCES SOUGHT

T -- INTEGRATED AIRCRAFT CAMERASYSTEM

Notice Date
5/16/2012
 
Notice Type
Sources Sought
 
NAICS
541922 — Commercial Photography
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ12BH001L
 
Response Due
6/13/2012
 
Archive Date
5/16/2013
 
Point of Contact
Rhiannon Gabel, Contract Specialist, Phone 281-244-6708, Fax 281-244-5331, Email Rhiannon.gabel@nasa.gov - LaToy J. Jones, Contracting Officer, Phone 281-244-8023, Fax 281-483-4066, Email latoy.j.jones@nasa.gov
 
E-Mail Address
Rhiannon Gabel
(Rhiannon.gabel@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/JSC is hereby soliciting information about potential sources for an integrated aircraft and camera system to capture motion imagery of spacecraft launch and landing events that is suitable for photogrammetric measurements. Provide information on the capability for the aircraft to image an event under the following conditions: 1. Event occurring up to 700 nautical miles offshore 2. Operational altitude of at least 40,000 feet 3. Loiter time of 2 hours 4. Ability to support fluid space mission schedules that may include day by day slips of up to 10 days 5. Ability for a NASA camera operator to serve on the camera flight crew 6. Ability to accommodate two NASA event coordination personnel on the flight crew additional to the piloting crew and the camera crew Provide information on the capability for the aircraft-based imaging system to provide the following capabilities: 1. Visible and mid IR high definition motion imagery 2. Target tracking 3. Image stabilization 4. Limiting resolution of 2.5 to 4 inches for targets with a 10 kilometer line of sight to the sensor 5. Ability to continuously image a target using a camera unit tilt range of 90 degrees above to 30 degrees below (+90 to -30 degrees relative to) the aircrafts horizontal plane 6. Manually adjustable camera settings in addition to the availability of automatic exposure modes 7. Manual lens control capability during imagery capture 8. Real-time recording of all available imagery as a raw imagery product or as a compressed product that is as lossless as possible 9. GPS time code and state vector capture 10. Metadata that captures GPS time code, GPS aircraft state vector and camera/lens settings throughout the imagery event 11. Software for NASA imagery teams to access the imagery if the imagery is saved in a proprietary format 12. Real-time transmittal of imagery (desirable but not required) Does not have to be full resolution; Shall not degrade the primary imagery data that serves as the post flight product The National Aeronautics and Space Administration (NASA) Astromaterials Science and Research Science (ARES) Directorate is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the procurement of an airborne imaging capability to support space missions.The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps, https://www.fbo.gov/, and on the NASA Acquisition Internet Service, http://prod.nais.nasa.gov/cgi-bin/nais/index.cgi. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not 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. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted via email to Rhiannon Gabel no later than June 13, 2012. Please reference NNJ12HB001L in any response.Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ12BH001L/listing.html)
 
Record
SN02749618-W 20120518/120516235945-c608b74a0317feabbe6f7fdd26607356 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.