Loading...
80TECH26RFI0014
Response Deadline
May 6, 2026, 5:00 PM(CDT)8 days
Eligibility
Contract Type
Sources Sought
The National Aeronautics and Space Administration (NASA) Information Technology Procurement Office (ITPO) is hereby soliciting information from potential sources for alternative Operational Television (OTV) Pan & Tilt.
NASA ITPO is seeking capability statements for Kennedy Space Center (KSC) from all interested parties, including all socioeconomic categories of Small 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 OTV Pan & Tilt. 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.
KSC requires information for alternative pan, tilt, and zoom cameras, including positioners to support the NASA Exploration Ground Systems (EGS) Program’s live imagery during launch operations and processing. EGS is exploring the possibility of procuring OTV Pan, Tilt, and Zoom cameras, with an anticipated cadence of approximately one launch per year. Details are as follows:
1. Communication Requirements:
Vendors must supply PTZ systems compatible with standard electrical and communication interfaces, including RS-232, RS‑422, RS‑485, and IP/Ethernet-based protocols.
2. Power Requirements:
Vendors must indicate power needs for their system, with typical power options such as 12–30 VDC, 24 VDC, 48 VDC, or 120 VAC.
3. Payload Requirements (If Applicable):
Vendors must provide support payload capacities ranging from approximately 60 to 150 pounds and provide full 360-degree continuous pan capability and tilt ranges between ±60 and ±90 degrees, unless the vendor provided solution is already integrated with a camera.
4. Video Requirements (If Applicable):
If vendor solution is integrated with a camera, the camera must be able to provide a minimum of 1080p, 30fps imagery. The vendor must indicate how their system is able to transmit imagery.
5. Slew Requirements:
Vendors should align with typical vendor specifications, demonstrating pan and tilt speeds from very slow precision movements near 0.5 deg/sec and high-speed operation exceeding 10 deg/sec.
6. Environmental Requirements
P&T systems must be suitable for use in harsh outdoor environments and may require compliance with Class I Division 2 (C1D2) hazardous location‑ ratings depending on placement. The vendor must identify what temperature range the pan & tilt system is designed to operate in, as well as what weather conditions the system is certified to operate in (wind, solar, sand/dust, salt spray, etc).
7. Vibration Requirements
The vendor must indicate what vibration standard their solution can withstand without modification, as well as if customization could be done to support operations in a high vibration environment.
8. Delivery and Schedule Requirements
Vendors must provide detailed information regarding production timelines and delivery capabilities, including how quickly their products can be made available and number that can be provided within the specified time frame.
9. Cost
The vendor must indicate the estimated cost of the system.
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.
Please advise if the requirement is considered a commercial or commercial-type product. A commercial product and commercial service is defined in FAR 2.101, Definitions.
All responses shall be submitted electronically via email to Kimberly Sandoz at kimberly.r.sandoz@nasa.gov and Sara Stuart at sara.stuart@nasa.gov no later than 5/06/2026 at 12 PM CST. Please reference 80TECH26RFI0014 in any response. Interested firms having the required capabilities necessary to meet the requirements described herein should submit a capability statement of no more than 10 pages indicating the ability to perform all aspects of the effort.
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.
Kimberly Sandoz
Sara Stuart
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
NASA IT PROCUREMENT OFFICE
NASA IT PROCUREMENT OFFICE
8800 Greenbelt Road
Greenbelt, MD, 20771