Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2025 SAM #8545
SOLICITATION NOTICE

L -- Goddard�s Lidar, Hyperspectral and Thermal (GLiHT) multi-sensor airborne imager Synopsis

Notice Date
4/17/2025 7:37:04 AM
 
Notice Type
Presolicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
 
ZIP Code
20771
 
Solicitation Number
G-LiHT-Synopsis
 
Response Due
5/1/2025 1:00:00 PM
 
Archive Date
05/16/2025
 
Point of Contact
James Kim, Alexis N. Harris
 
E-Mail Address
james.h.kim@nasa.gov, alexis.n.harris@nasa.gov
(james.h.kim@nasa.gov, alexis.n.harris@nasa.gov)
 
Description
NASA/Goddard Space Flight Center (GSFC) has a requirement for installation, testing, and operational science flights in Virginia and interior Alaska. NASA/GSFC intends to issue a sole source contract to acquire the services from Dynamic Aviation. Dynamic Aviation is the only source available for the unique support being contracted for due to the following: The use of the authority at 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1, is justified on the basis that Dynamic Aviation is the only responsible source capable of meeting NASA Goddard�s technical, safety, and schedule requirements for the deployment of the Lidar, Hyperspectral, and Thermal (G-LiHT) airborne remote sensing system. The G-LiHT system has been specifically designed, integrated, and approved for use on Dynamic Aviation�s A90 King Air platform. NASA airworthiness and flight safety approvals�essential for mission execution in both Virginia and Alaska�are directly tied to this aircraft and its unique configuration. These requirements cannot be replicated by any other provider without incurring significant delays and costs. Dynamic Aviation's aircraft has been structurally and electronically modified to support NASA�s remote sensing missions. Their Beechcraft King Air 200 and A90 King Air platforms are equipped with nadir ports, modified nosecones, externally mounted antennas, window fixtures, and equipment racks designed for sensor integration. This includes mechanical, electrical, and IT infrastructure specifically tailored to accommodate NASA's specialized instrumentation�such as 28V DC power systems and internal 19-inch racks for securing computers and inertial navigation systems. These modifications reduce risks associated with non-recurring engineering and eliminate the need for time-consuming re-integration work. The A90 King Air offers a twin-engine platform with the required payload capacity of up to 4,000 pounds and a range of 1,000 nautical miles�both of which are critical for safe and efficient operations in remote, mountainous terrain such as Alaska. The aircraft features a nadir-looking camera port measuring 23 by 25 inches to accommodate the G-LiHT system�s optical field of view. A custom-mounted GPS antenna and cosine diffuser, used to measure downwelling solar irradiance spectra, has already been installed. The platform also supplies up to 800 watts of auxiliary power to support G-LiHT�s instruments and data acquisition systems. In addition, Dynamic Aviation is currently certified under FAA Part 135, as required by NASA Procedural Requirements for Aircraft Operations and Management (NPR 7900.3D). The company operates approximately 80 actively mission-ready aircraft and maintains one of the world�s largest inventories of King Air replacement parts. This operational capacity ensures timely deployment of aircraft for time-sensitive scientific operations and minimizes mission risk due to maintenance delays. Their network of 145 repair stations across various locations supports mission continuity and aligns with the geographical demands of NASA�s airborne campaigns. The aircraft configurations also include space for one or more instrument operators, which is critical for real-time mission monitoring and data acquisition. Dynamic Aviation�s pilots are certified with Class 1 medicals and have experience executing high-precision flight line operations in support of remote sensing objectives. The company has also previously completed NASA�s qualification process, including on-site inspections, and has supported similar airborne campaigns, further demonstrating its readiness and reliability. For all of the reasons outlined above, Dynamic Aviation is the only responsible source capable of meeting the Government�s technical, safety, and schedule requirements within the mission timeline. Therefore, a sole sourced contract is anticipated. The Government intends to acquire a commercial product or service using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort electronically via email to James.H.Kim@nasa.gov not later than 4:00 PM EST on May 1, 2025. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether to conduct this acquisition on a competitive basis. A determination by the Government not to compete this acquisition on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. 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-Comp-Advocate-Listing.pdf
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/322de1cc889342dc84ddc6a6913bd9a7/view)
 
Place of Performance
Address: AK, USA
Country: USA
 
Record
SN07412468-F 20250419/250417230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.