Search Contract Opportunities

Gyro-Stabilized Gimbal Systems with Cameras

ID: 80TECH25RFI0005 • Type: Special Notice

Description

Posted: March 4, 2025, 1:16 p.m. EST

National Aeronautics and Space Administration (NASA)/Information Technology Procurement Office (ITPO) is hereby soliciting information from potential sources for two 6-axis gyro-stabilized gimbal systems equipped with high-definition mid-wave infrared and continuous zoom camera capabilities.

The National Aeronautics and Space Administration (NASA)/Information Technology Procurement Office (ITPO) is seeking capability statements from all interested parties, including all socioeconomic categories of Small Businesses for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Gyro-Stabilized Gimbal Systems with Cameras. The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received.

Gimbal System Specifications:

Capability of controlling unit from at least 25 feet away from system using hardwired controller with full pan, tilt, zoom and focus controls.

Minimum required look up angle 45 degrees above horizon when gimbal in mounted in the standard configuration.

Ability to attain airworthiness.

Must operate up to 25,000 feet Pressure Altitude (PA). Desired operation up to 35,000 feet PA.

Ability to operate in temperatures 0 degrees to +120 degrees Fahrenheit.

Sealed system to prevent water/rain/moisture from inside of unit.

Gimbal unit must be able to work in both standard and inverted configurations.

Gimbal unit must be able to work in various environments including, in the air attached to an aircraft, from the ground still, from a moving vehicle, and on a moving ship/boat.

Ability to operate 360 degrees continuous spin.

Ability to have a 12Gbps Serial Digital Interface (SDI) video output when using 12Gbps capable cameras.

Ability to output 2 or more live video feeds concurrently when using compatible cameras.

Ground power supply.

Ability to operate the system with 28volts DC.

System must be able to roll the camera > +/- 90 degrees without changing mounting configuration.

System must be able to integrate a wireless control capability.

Ability to change camera/lens payloads in the field in less than 2 hours.

Provide estimated product life cycle (years of service).

Ability to operate up to 200 knots air speed.

Ability to integrate additional camera hardware systems

Camera Specifications:

1280x1024 pixel resolution

Spectral range: 3-5 m

10 m pixel pitch

Low operating temperature, 77 kelvin

Live HD video output at 60 frames per second

Ability to capture and record raw still data files from capture device (could be from customer provided laptop computer)

Minimum frame rate 60 Hertz, faster frame rate desired if available

Minimum range of 100-900mm continuous zoom lens

Fine focus control adjustment from laptop/hand controller

Capability to adjust camera settings (1-point calibration, multiple Next Unit of Computing (NUC) table switching, sensor gain, etc.)

Ingest and store timing data (Society of Motion Picture and Television Engineers (SMPTE) and Inter-Range Instrumentation Group (IRIG)) on individual frames with millisecond accuracy.

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

Please include your capabilities to support this RFI and provide the additional information below in your response:

General business name, business division, and corporate address

Preferred point of contact(s) to include phone number(s), and e- mail address(es)

Unique Entity Identifier (UEI) number

Cage Code

Small Business Status, if applicable

North American Industry Classification System (NAICS) code(s)

NASA SEWP Contract, GSA Contract # / GSA Federal (if applicable)

NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at :

https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-CompAdvocate-Listing.pdf

All responses shall be submitted electronically via email to kaelin.w.kelley@nasa.gov and debbie.r.matthews@nasa.gov no later than 4:00PM EST on March 7, 2025. Please reference 80TECH25RFI0005 - Gyro-Stabilized Gimbal Systems with Cameras in any response.

This synopsis is for information and planning purposes only 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.

Posted: Feb. 27, 2025, 4:35 p.m. EST

Overview

Response Deadline
March 7, 2025, 4:00 p.m. EST Past Due
Posted
Feb. 27, 2025, 4:35 p.m. EST (updated: March 4, 2025, 1:16 p.m. EST)
Set Aside
None
Place of Performance
Orlando, FL 32899 United States
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Likely Fixed Price
Signs of Shaping
91% of similar contracts within the Information Technology Procurement Office had a set-aside.
On 2/27/25 Information Technology Procurement Office issued Special Notice 80TECH25RFI0005 for Gyro-Stabilized Gimbal Systems with Cameras due 3/7/25.
Primary Contact
Name
Kaelin Kelley   Profile
Phone
None

Secondary Contact

Name
Debbie Matthews   Profile
Phone
None

Documents

Posted documents for Special Notice 80TECH25RFI0005

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Special Notice 80TECH25RFI0005

Potential Bidders and Partners

Awardees that have won contracts similar to Special Notice 80TECH25RFI0005

Similar Active Opportunities

Open contract opportunities similar to Special Notice 80TECH25RFI0005

Additional Details

Source Agency Hierarchy
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NASA IT PROCUREMENT OFFICE
FPDS Organization Code
8000-80TECH
Source Organization Code
500168982
Last Updated
March 23, 2025
Last Updated By
kaelin.w.kelley@nasa.gov
Archive Date
March 22, 2025