Goddard’s Lidar, Hyperspectral and Thermal (GLiHT) multi-sensor airborne imager Synopsis
ID: G-LiHT-SynopsisType: Presolicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA GODDARD SPACE FLIGHT CENTERGREENBELT, MD, 20771, USA

NAICS

Surveying and Mapping (except Geophysical) Services (541370)

PSC

TECHNICAL REPRESENTATIVE- AIRCRAFT LAUNCHING, LANDING, AND GROUND HANDLING EQUIPMENT (L017)
Timeline
    Description

    NASA's Goddard Space Flight Center is seeking to procure services for the installation, testing, and operational science flights of the G-LiHT multi-sensor airborne imager, specifically in Virginia and interior Alaska. The contract will be awarded on a sole-source basis to Dynamic Aviation, the only provider capable of meeting the unique technical, safety, and schedule requirements due to their specialized aircraft modifications and FAA certifications. This procurement is critical for advancing forest inventory and ecological monitoring in Alaska, which encompasses a significant portion of U.S. forest land, with operations planned for June to August 2025, and a backup in 2026. Interested organizations may submit their capabilities and qualifications to James Kim at james.h.kim@nasa.gov by 4:00 PM EST on May 1, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Statement of Work for a contract aimed at supporting NASA and the U.S. Department of Agriculture's Forest Service in conducting airborne field campaigns for forest inventory in Interior Alaska, which accounts for around 15% of U.S. forest land. The contractor will facilitate the installation, testing, and operational science flights using the G-LiHT multi-sensor airborne imager on a fixed-wing aircraft, first aligning instruments in Virginia before operations in Alaska. Key requirements include FAA-approved airworthiness for a twin-engine aircraft capable of operating in challenging mountainous terrain, integrating specialized equipment for data acquisition and solar irradiance measurement, and ensuring pilot qualifications per NASA standards. The project is scheduled for June to August 2025, with a backup in 2026, emphasizing the necessity for meticulous planning and remote data collection methods due to the inaccessibility of the forested areas. The successful execution of this procurement is crucial for advancing forestry management and monitoring ecological changes in a critical yet untapped region.
    Similar Opportunities
    LaRC Altair Renewal
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to award a sole source contract for the renewal of Altair Units Lease and Maintenance for the Langley Research Center (LaRC). This procurement involves the lease of 60 Altair Units from the Enterprise Suite and 84 Altair Units for Mechanical Engineering, essential for ongoing research and development activities at LaRC, particularly due to the software's critical integration with other programs like LS-DYNA and Pro Engineer. The contract is set to cover the period from December 22, 2025, to December 21, 2026, and interested organizations may submit their capabilities and qualifications by December 16, 2025, to potentially influence the procurement process, although NASA retains discretion over the final decision. For further inquiries, interested parties can contact Stephanie Graham at Stephanie.n.Graham@nasa.gov.
    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.
    Hydroponic/Aeroponic Nutrient Delivery In Volumetrically Efficient Garden (HANDIVEG)
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure the Hydroponic/Aeroponic Nutrient Delivery In Volumetrically Efficient Garden (HANDIVEG) system, which is intended for use in growing space crops aboard the International Space Station (ISS) as part of a continuous crop production demonstration. The procurement involves the final design, documentation, fabrication, and delivery of flight-ready HANDIVEG hardware, which will integrate with NASA’s Ohalo III test rig. This technology, initially developed by Sierra Space Corp (SSC) under a NASA Research Grant, requires specialized expertise that SSC possesses, making them the only responsible source for this contract. Interested organizations may submit their capabilities and qualifications to Tammy Clark at tammy.k.clark@nasa.gov by 2:00 PM ET on December 31, 2025, for consideration in determining whether to conduct a competitive acquisition process.
    Request for Information about Commercially Available Helicopter Services in Alaska.
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's C5I Division 3 Portsmouth, is seeking information regarding commercially available helicopter services in Alaska through a Request for Information (RFI). The Coast Guard requires aircraft services capable of providing unscheduled transits to and from remote, unmanned sites, with specific performance specifications including the ability to carry a minimum of 500 pounds, conduct external sling loads, and operate under daytime Visual Flight Rules. This procurement is crucial for supporting operations in Alaska, particularly during the months of April to November, with potential winter operations as weather permits. Interested vendors should submit their capabilities briefs, including company details and service descriptions, to Dr. Vaughn Hammond at vaughn.m.hammond@uscg.mil, as no solicitation currently exists and responses will inform future requirements.
    J--Helicopter maintenance services
    Interior, Department Of The
    The Department of the Interior, through the Interior Business Center (IBC), is seeking qualified contractors to provide helicopter maintenance services for Government-owned aircraft supporting the U.S. Park Police in Washington, DC. The procurement will result in a single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract, covering a five-year ordering period from April 1, 2026, to March 31, 2031, with a potential six-month extension. These services are critical for ensuring the operational readiness and safety of the aircraft, encompassing scheduled and unscheduled maintenance, inspections, repairs, painting, engineering services, parts manufacturing, and overhauls of airframes and engines. Interested parties should note that the anticipated solicitation release date is December 19, 2025, with proposals due by January 19, 2026, and must be registered in SAM.gov to participate in this full and open competition under NAICS code 488190. For further inquiries, contact Justin Kondeff at justinkondeff@ibc.doi.gov.
    Justification for Other than Full and Open Competition (JOFOC) - Joint Polar Satellite System (JPSS) Advanced Technology Microwave Sounder (ATMS) Engineering Development Unit (EDU) Refurbishment
    National Aeronautics And Space Administration
    NASA's Goddard Space Flight Center is seeking to award a sole-source contract modification for the refurbishment of the Advanced Technology Microwave Sounder (ATMS) Engineering Development Unit (EDU) as part of the Joint Polar Satellite System (JPSS). The objective of this procurement is to enhance the ATMS EDU to a Mission Class D flight instrument level, which will serve as a contingency for JPSS missions and support a demonstration mission for NOAA's future Low Earth Orbit (LEO) program. This refurbishment is critical for developing performance-based requirements for future competitive acquisitions in the LEO program, with Northrop Grumman being the only qualified vendor due to its unique expertise and proprietary design of the ATMS EDU. Interested parties can contact Bruce Tsai at Bruce.B.Tsai@nasa.gov or call 240-684-0428 for further information regarding this opportunity.
    Undersea Warfighting Development Center Detachment Arctic Submarine Laboratory (ICEX 2026 Operation Ice Camp Air Charter Services)
    Dept Of Defense
    The U.S. Department of Defense, through the United States Transportation Command (USTRANSCOM), is seeking proposals from qualified contractors to provide air charter services for the Undersea Warfighting Development Center Detachment Arctic Submarine Laboratory in support of ICEX 2026 Operation Ice Camp. The procurement involves four distinct Contract Line-Item Numbers (CLINs) for various aircraft types, including ski-wheel equipped aircraft for pioneering landings, a rear-loading aircraft for personnel and cargo, and rotary-wing aircraft for helicopter services, with operations scheduled between mid-February and the end of March 2026. This opportunity is critical for facilitating Arctic operations, emphasizing the need for contractors with experience in similar environments and capabilities to meet specific technical requirements. Proposals are due by January 5, 2026, at 12:00 Noon CST, and must be submitted electronically to Brenda Marshall at brenda.l.marshall10.civ@mail.mil.
    Justification for Other than Full and Open Competition (JOFOC) Posting - James Webb Space Telescope Phase E Operations and Sustainment
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to justify a sole-source contract for the James Webb Space Telescope (JWST) Phase E Operations and Sustainment, specifically with Northrop Grumman Systems Corporation (NG). This contract will ensure continuous operational support for the JWST mission for 4.5 years following the initial six months post-launch, leveraging NG's unique expertise as the prime contractor responsible for the telescope's design, development, integration, and testing. The decision to award this contract without full and open competition is based on NG's exclusive knowledge of the specialized hardware and software required for the JWST, which is critical for maintaining the observatory's health and safety. For further inquiries, interested parties can contact Bruce Tsai at Bruce.B.Tsai@nasa.gov or by phone at 240-684-0428.
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.
    Wave Gliders
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, intends to award a sole source contract to Liquid Robotics, Inc. for the procurement of 20 unmanned surface vehicles, along with related control software, payloads, and launch and recovery equipment. These vehicles must meet stringent specifications, including capabilities for long-term operation at sea, advanced navigation and communication systems, and robust safety features to ensure operational integrity in challenging marine environments. This acquisition is critical for enhancing the Air Force's operational capabilities in maritime environments, with an anticipated contract award date of December 19, 2025. Interested parties may direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil, and responses must be submitted by 12:00 pm CST on December 18, 2025.