Kennedy Space Center (KSC) Launch Ascent Imagery
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 National Aeronautics and Space Administration (NASA) Information Technology Procurement Office (ITPO) is conducting a Sources Sought (RFI) to identify potential sources for Launch Ascent Imagery as a Service for NASA Exploration Ground Systems (EGS) Program vehicle launches at Kennedy Space Center (KSC). This RFI aims to gather information for planning purposes, assess feasibility, and promote competition for a service that will replace existing mobile Kineto Tracking Mounts/Ascent Imagery Systems. Responses are due April 24, 2026.
Scope of Work
NASA seeks to modernize its capability to capture optical imagery of launches, provide high-resolution imagery of local flight test events, and offer situational awareness. The required service includes:
- Remotely operable optical tracking systems.
- Interoperable subsystems installable on any tracking gimbal/turret, with or without shore power.
- Standardized architecture and flexible mobilization within 24 hours.
- Multi-spectral imaging support (visual, infrared, multi-focal length).
- Multi-tracking of several targets simultaneously from multiple deployed locations.
- Accurate and quality track throughout the ascent profile.
- Movable and transportable over test ranges for optimized positioning.
- Efficient operations for setup, pre-processing, simulation, and tracking planning.
- Imagery acquisition for Short-Range (approx. 1200 ft, T-10s to loss of view), Medium-Range (approx. 5 miles, T-0 to loss of sight), Long-Range (5-40 miles, T-0/AOV to loss of sight, including SRB separation), and Launch Abort System (LAS) events.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified; market research to determine appropriate competition level, including potential small business set-asides (Small, 8(a), WOSB, SD-VOSB, EDWOSB, HUBZone).
- Response Due: April 24, 2026, 12:00 PM CST
- Published: April 17, 2026
- Notice ID: 1d985aab79ad4481ae7e35b101308afb
Submission Requirements
Interested parties should submit capability statements addressing:
- Recommendations for cost reduction vs. performance.
- Solution scope, functionality, limitations, and power/cooling needs.
- Mitigations for harsh environments, system maturity, and previous experience.
- Development status (prototype vs. stable), configuration time, and lighting needs.
- Low light capability, imagery delivery speed, and NASA support requirements.
- Unmet requirements and COTS vs. NEW DESIGN components.
- Optional: Rough Order of Magnitude (ROM) cost estimate and qualification/flight heritage.
- Documentation: Company literature, brochures, references, core competencies, and past performance examples.
- Format: Responses must not exceed 20 pages and should indicate if the requirement is commercial.
- Cover Sheet: Must include RFI number/title, organization details, brief synopsis, section addressed, potential partnerships, and site visit availability.
Submission Instructions
Responses must be submitted electronically via email to Kimberly Sandoz (kimberly.r.sandoz@nasa.gov) and Sara Stuart (sara.stuart@nasa.gov). Include reference number 80TECH26RFI0011.
Additional Notes
This is for information and planning purposes only and does not constitute a commitment by the Government. No solicitation exists, and respondents will not be notified of evaluation results.