K--RFI - Fisheye Night Sky Imager Housing Design and Build
ID: 140P2125R0019Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, USA

NAICS

Engineering Services (541330)

PSC

MODIFICATION OF EQUIPMENT- PHOTOGRAPHIC EQUIPMENT (K067)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service (NPS), is seeking contractors to design and build an environmental housing unit for a new fisheye night sky imager. This initiative aims to create a robust solution that allows for the long-term deployment of the imager in remote national park locations, facilitating remote data transmission and enhancing the monitoring of night sky quality. The project is critical for improving the understanding of light pollution trends in national parks and ensuring effective communication of data collected by the imager. Interested contractors should respond to the Request for Information (RFI) 140P2125R0019 by providing their business information and demonstrating relevant capabilities, with submissions limited to five pages. For further inquiries, contact Juliann Ashcroft at juliann_ashcroft@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Request for Information (RFI) 140P2125R0019 solicits contractors to design and build an environmental housing unit for a new fisheye night sky imager developed by the National Park Service (NPS). This camera system captures the entire night sky in a single shot and offers cost advantages over other systems, necessitating a robust solution for deployment in remote national park locations. NPS requires contractor expertise to create the housing and establish a system for remote data transmission to enhance night sky quality monitoring. Participation in the RFI is voluntary and does not guarantee future contract awards, with the government not obligated to solicit resulting from this request. Contractors should submit their business information and demonstrate relevant skills and experience based on a provided Draft Statement of Work, limited to five pages. The RFI encourages diverse business classifications, including small businesses and those owned by veterans or disadvantaged groups, emphasizing the government’s inclusive approach to contracting. This initiative aims to improve night sky data collection efficiency and enhance overall understanding of sky quality trends in national parks.
    The National Park Service (NPS) requires the design and construction of a protective housing for a new fisheye night sky imager, intended to monitor light pollution in national parks. The housing must be waterproof, with mechanisms to prevent condensation, and easily mountable in various locations. It should facilitate remote data transmission to an NPS office, using a lithium-ion battery for power during outages, and include a communication system for image and command transfers. The contractor will provide a complete bill of materials, standard operating procedures, and technical support to ensure effective communication. The project spans a 12-month performance period, including specific milestones for housing design, mount creation, and data transmission development. In addition, the NPS will furnish the fisheye camera for testing. This initiative underscores the NPS’s commitment to enhancing nighttime environmental monitoring while aiding in visitor access and enjoyment of park resources.
    Lifecycle
    Title
    Type
    Similar Opportunities
    7J--REPLACE SURVEILLANCE CAMERAS AT VARIOUS LOCATIONS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to replace surveillance cameras at various locations within Shenandoah National Park in Virginia. The project involves removing existing cameras and wiring, and installing new NDAA-compliant security cameras, mounts, and associated infrastructure at four entrance stations and two visitor centers. This upgrade is crucial for enhancing the park's security and surveillance capabilities, ensuring compliance with current standards. The anticipated contract, valued between $100,000 and $250,000, will be awarded as a firm-fixed price contract with a performance period of 90 calendar days from the notice to proceed. Interested parties should contact Deborah Coles at DebbieColes@nps.gov or 540-677-0325, and note that a site visit is scheduled for December 18, 2025.
    15--RFI for Easy Aerial Tethered UAS
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking vendors capable of providing Easy Aerial Tethered Unmanned Aircraft Systems (UAS) to support its operational needs. The procurement aims to acquire 2-6 units annually, with specific requirements including a tether length of at least 300 feet, a total weight under 55 lbs, and compatibility with designated payloads, while ensuring operation in adverse weather conditions. This initiative is crucial for enhancing DOI's operational capabilities, particularly in real-time surveillance and data collection. Interested vendors must submit their information by December 19, 2025, to the designated contacts, with questions due by December 5, 2025.
    19--NPS ISRO Ranger IV Vessel
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the manufacture and delivery of the Ranger IV vessel, intended for operations at Isle Royale National Park in Michigan. This procurement involves the construction of a new multi-mission passenger and cargo vessel to replace the existing M/V Ranger III, with specific requirements for a hybrid diesel-electric propulsion system, compliance with US Coast Guard and American Bureau of Shipping certifications, and a delivery deadline of December 14, 2026. The Ranger IV will play a crucial role in transporting passengers, cargo, and fuel, while also supporting emergency evacuations on Lake Superior. Interested contractors must submit their proposals, including a Firm-Fixed-Price offer and a detailed Statement of Work, by the extended deadline of January 2, 2026, and can direct inquiries to the Contracting Operations Strategic Team at ConOpsStrategicTeam@nps.gov.
    58--VIEWER,NIGHT VISION, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of night vision viewers under the contract titled "58--VIEWER, NIGHT VISION, IN REPAIR/MODIFICATION OF." The procurement requires contractors to perform comprehensive repair, testing, and inspection of night vision equipment, ensuring compliance with established standards and timelines, including a required repair turnaround time of 24 days after asset receipt. These night vision devices are critical for military operations, enhancing visibility in low-light conditions. Interested contractors should contact Hayden Young at 215-697-2928 or via email at hayden.j.young3.civ@us.navy.mil for further details, with the expectation of adhering to the outlined requirements and timelines.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and construction of new facilities such as headworks, bioreactors, and lift stations, with a project magnitude exceeding $10 million. The successful contractor will be required to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a proposal due date set for January 8, 2026. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467 for further information.
    Environmental Test and Integration Services (ETIS) IV Draft RFP
    National Aeronautics And Space Administration
    NASA's Goddard Space Flight Center is seeking proposals for the Environmental Test and Integration Services (ETIS) IV through a Draft Request for Proposal (DRFP) designated as 80GSFC24R0012. The procurement aims to secure contractor support for environmental testing, mechanical and optical integration, and operational support for spacecraft and flight experiment components, with a focus on maintaining high standards of safety and quality. This contract is critical for NASA's mission in space science and technology development, ensuring robust testing and integration processes are in place. Interested vendors must submit their comments and questions regarding the DRFP by September 18, 2024, and are encouraged to participate in an Industry Day scheduled for September 16, 2024, to gain further insights into the project requirements.