Opportunity

SAM #80TECH26RFI0011

NASA Seeks Launch Ascent Imagery Services for Kennedy Space Center Launches

Buyer

NASA Glenn IT Procurement Office

Posted

April 17, 2026

Respond By

April 24, 2026

Identifier

80TECH26RFI0011

NAICS

541370, 541360, 512199

NASA is seeking industry input for Launch Ascent Imagery services to support vehicle launches at Kennedy Space Center (KSC): - Government Buyer: - National Aeronautics and Space Administration (NASA) - Information Technology Procurement Office (ITPO) - Supporting the Exploration Ground Systems (EGS) Program - OEMs and Vendors: - No specific OEMs or vendors are named in this notice - Products/Services Requested: - Launch Ascent Imagery services for KSC vehicle launches - Remotely operable optical tracking systems - Interoperable subsystems for installation on tracking gimbals/turrets - Standardized system architecture - Multi-spectral imaging support (visual, infrared, multi-focal length) - Multi-target tracking from multiple locations - High-resolution imagery acquisition at short, medium, and long ranges - Unique or Notable Requirements: - Systems must support rapid mobilization and efficient operations - Robust performance required in harsh outdoor environments - Vendors must provide capability statements detailing system maturity, power requirements, operational limitations, and relevant experience - Service intended to modernize and potentially replace current mobile Kineto Tracking Mounts/Ascent Imagery Systems - Reference to NASA-STD-2818 for digital television standards - No specific products or part numbers are specified; only service requirements are detailed

Description

The National Aeronautics and Space Administration (NASA) Information Technology Procurement Office (ITPO) is hereby soliciting information from potential sources on obtaining Launch Ascent Imagery as a service on an as-needed basis for NASA Exploration Ground Systems (EGS) Program vehicle launches at NASA Kennedy Space Center (KSC). Reductions in program budgets and a decreased launch manifest have prompted the EGS Communications Office to request information for a possible procurement of Launch Ascent Imagery as a service, with a general cadence of one (1) launch per year. The goal is to acquire this capability from commercial entities capable of providing a viable service. This document is for informational and planning purposes only, allowing industry to verify the reasonableness and feasibility of the requirement, as well as to promote competition.

NASA ITPO is seeking capability statements from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI). The purpose is to determine the appropriate level of competition and/or small business subcontracting goals for Launch Ascent Imagery as a service on an as-needed basis for NASA Exploration Ground Systems (EGS) Program vehicle launches. The government reserves the right to consider set-asides for Small, 8(a), Women-owned (WOSB), Service-Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB), or HUBZone businesses based on responses received.

No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be announced on SAM.gov. Interested firms are responsible for monitoring this website for any solicitation or synopsis releases.

The key details are summarized below:

Remotely operable: Launch ascent imagery systems that enable remote operations control of optical tracking systems.

Interoperable: Subsystems to be installed on any tracking gimbal or turret of the fleet, with or without shore power. Products should provide TBD imagery file formats.

Interoperable: Subsystems may be located or installed with or without shore power but should be declared to assess ground services availability. Products should provide TBD imagery file formats.

Standardized: The main architecture of launch ascent imagery systems should be standardized. Flexible deployment: mobilization within no less than 24 hours prior to mission launch.

Multi-spectral imaging support: Systems capable of delivering high-speed visual imagery, infrared imagery, and multi-focal length imagery.

Multi-tracking: Optical tracking systems that can generate test data on multiple targets simultaneously from various deployed locations.

Accurate track/quality track: Consistently smooth, properly framed areas of interest throughout the ascent profile at each deployed location.

Movable and transportable over the test range (some parts of the fleet): Allowing for optimized positioning, ground camera site changes, or inter-range movements as operational needs dictate.

Efficient Operations: Easy setup for various flight test scenarios, including preprocessing, simulation, and tracking planning.

Short Range Tracked Imagery: Capable of acquiring and delivering launch imagery from approximately 1,200 feet from the launch vehicle. Equipment is usually located inside the Pad B perimeter fence and acquires first motion to loss of view, typically from T-10 seconds through loss of sight. Due to proximity to Pad B, equipment must be remotely operated.

Medium-Range Tracked Imagery: Capable of acquiring and delivering launch imagery from approximately five miles from the launch pad. Acquisition timeframe is typically from T-0 through loss of sight. Sites may or may not be within Blast Danger or Flight Caution Areas, potentially limiting personnel access.

Long Range Tracked Imagery: Capable of acquiring and delivering launch imagery from 5 to 40 miles away from the launch pad. Acquisition timeframe is typically from T-0 (or Acquisition of Vehicle [AOV]) through loss of sight, including imagery of SRB separation.

The Launch Abort System (LAS) Tracked Imagery: Unique in that LAS activation can occur at any moment after arming, with separation happening at high speed.

The Launch Ascent Imagery service may replace current mobile Kineto Tracking Mounts/Ascent Imagery Systems. The aim is to modernize the capability to capture optical imagery of launches, provide high-resolution imagery of local flight test events, and enhance situational awareness for launch personnel. Solutions providing High-Definition imaging may be used alone or combined with other systems to meet the required capability. Refer to NASA-STD-2818 (ver. 3) - DIGITAL TELEVISION FOR NASA for additional guidance.

Responders to this RFI are encouraged to comment on any or all of the above and to express their interest by submitting the following information: Provide recommendations where performance can be traded for reduced costs. Indicate which part of the overall capability your proposed solution addresses. Explain how your solution works. Describe the limitations of your system. Specify the power requirements of your system, whether shore power or mobile power. Indicate the need for external cooling. Describe mitigations to ensure operation in harsh outdoor environments (heat, salt water, wind, rain, etc.). Provide information on maturity and previous experience acquiring imagery with your system. State whether your response represents a new development (prototype) or a stable, tested platform. Estimate the time required to configure the system for operational capability. Indicate if lighting is required or provided for this solution. Quantify the capability of your solution to capture imagery in low light conditions. Describe how quickly imagery can be delivered following acquisition. Specify any support, materials, equipment, or permits needed from NASA to enable imagery acquisition during an event. Identify any requirements noted in this RFI that your capabilities cannot meet, and suggest what NASA might need to provide to meet those requirements. Indicate which components of your proposed system currently exist as Commercial Off-The-Shelf (COTS) or with minor modifications. If significant Non-Recurring Engineering (NRE) is required, label these components as a "NEW DESIGN". Explain any other methods or capabilities you believe would meet or closely align with NASA's requirements based on your expertise. Cost: While not mandatory, optionally provide a Rough Order of Magnitude (ROM) cost estimate for budgeting purposes. This information will be kept proprietary and not used as a quote or for procurement. Qualification and/or Flight Heritage: Optionally include details of previous qualification efforts or reports related to imagery services provided for similar events, including tests, analyses, certifications, or history of acquired imagery.

Vendors with the necessary capabilities are encouraged to submit relevant documentation, such as company literature, brochures, and references demonstrating their expertise.

Required Documentation: Each vendor must provide documentation outlining their company's core competencies, including skills, knowledge, expertise, and available vessels. Concise examples of past performance in delivering similar services should also be included.

Response Format and Limitations: Responses to this RFI must not exceed twenty (20) pages. Vendors should indicate whether the requirement is classified as a commercial or commercial-type product per FAR 2.101.

Submission Instructions: All responses must be submitted electronically via email to Kimberly Sandoz and Sara Stuart by 04/24/2026, 12:00 PM CST. Include the reference number 80TECH26RFI0011. Responses can be submitted as a single printed hardcopy or electronically as a Microsoft Word (.doc) or Excel (.xls) file. Refer to the URLs in the solicitation for any referenced notes.

Cover Sheet Requirements: RFI Solicitation Number and Title Responding Organization (including address, point of contact, phone number, business size, CAGE code, and UEI) A brief synopsis of the response in fewer than 20 words The section number your response addresses Potential partnerships (industry, international, or U.S. government agencies) Indication of availability for a site visit

This synopsis is for informational and planning purposes only and does not constitute a commitment by the government. The government will not pay for the information solicited. Respondents will not be notified of evaluation results.

View original listing