SOURCES SOUGHT
W -- Aircraft Lease to Support NASA�s Spaceflight Imaging Activities
- Notice Date
- 11/14/2025 1:41:44 PM
- Notice Type
- Sources Sought
- NAICS
- 532411
— Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
- Contracting Office
- NASA LANGLEY RESEARCH CENTER HAMPTON VA 23681 USA
- ZIP Code
- 23681
- Solicitation Number
- SCIFLI2026
- Response Due
- 11/25/2025 11:00:00 AM
- Archive Date
- 11/25/2026
- Point of Contact
- CJ Scott, Rich Cannella
- E-Mail Address
-
carey.f.scott@nasa.gov, richard.t.cannella@nasa.gov
(carey.f.scott@nasa.gov, richard.t.cannella@nasa.gov)
- Description
- I. INTRODUCTION: The National Aeronautics and Space Administration (NASA) Langley Research Center (LaRC) is hereby soliciting information from potential sources for the lease of two (2) aircraft that will be structurally modified, operated by NASA in support of the Scientifically Calibrated In-Flight Imagery (SCIFLI) team for airborne imaging missions in support of human spaceflight activities, and then returned to the contractor (lessor) upon completion of the performance period. Modifications to the leased aircraft will include, but not be limited to, custom built EO/IR sensor systems integrated within the modified aircraft. NASA�s modification and use of the leased aircraft will include aircraft configurations & hardware previously approved for Gulfstream III, IV, and V aircraft currently owned and operated by NASA. The proposed aircraft modifications have received airworthiness certifications from the Western, Central, and Eastern Region Airworthiness Review Boards across the Agency. II. OVERVIEW & BACKGROUND: NASA�s Scientifically Calibrated In-Flight Imagery (SCIFLI) project provides high-fidelity, multispectral and infrared imagery of aerospace vehicles during critical flight phases such as hypersonic reentry, atmospheric ascent, and parachute deployment. These observations are essential for validating aerothermal models, assessing thermal protection systems, and supporting mission assurance for both NASA and commercial spaceflight programs. To enable these capabilities, SCIFLI relies on airborne platforms that can position advanced imaging systems at precise vantage points under dynamic flight conditions. Aircraft support is critical to mission success, requiring high-altitude performance, payload integration flexibility, and global deployment readiness. NASA is seeking providers with the capability to support NASA�s requirements. SCIFLI will deploy multiple platforms along the Artemis II Orion reentry trajectory with scientific camera systems to observe the Orion capsule during entry, descent, and landing in the Pacific Ocean. The total number of aircraft available within the Agency to support the mission is limited. Using a leased aircraft provides a path for enabling backup imaging platforms if NASA or Navy aircraft become unavailable due to maintenance or schedule issues. A dry lease option also has the potential to allow for more cost-effective flight support of future Artemis observations. NASA contemplates an exclusive dry lease of up to two (2) aircraft. The aircraft will be temporarily structurally modified and operated by the Government in support of the SCIFLI team to perform airborne imaging missions in support of spaceflight activities. NASA will implement temporary structural modifications to the leased aircraft including, but not limited to, custom built EO/IR sensor systems and electronics integrated within the modified aircraft. NASA�s modifications will include aircraft configurations (i.e. single-pane optical windows & window frame assemblies) & hardware previously approved for Gulfstream III, IV, and V aircraft currently owned and operated by NASA that have received airworthiness certifications from the Western, Central, and Eastern Region Airworthiness Review Boards across the Agency. III. SUMMARY OF NASA�S OBJECTIVES & REQUIREMENTS: NASA anticipates it will be more cost effective and advantageous for the Government to contract for a short-term lease versus the longer-term cost of ownership (See FAR Subpart 7.4, Equipment Acquisition). NASA anticipates the Government could significantly reduce project costs if a lease strategy can be supported compared to the upfront procurement costs to buy and long-term cost of ownership of the aircraft. NASA is particularly interested in industry input, recommendations, Rough Order of Magnitude (ROM) cost estimates to lease, and examples of prior aircraft leases to the Government. Type of Lease: The lease will be an exclusive dry lease in which the aircraft will be only subject to this lease and the contractor shall transfer custody and control for all flights during the term of the lease. Anticipated Period of Performance: Anticipated award date of mid-January 2026. The lease start date (effective date) of February 10, 2026 (FOB origin inspection of aircraft at contractor�s facility) that will include a minimum guaranteed base period of two (2) months with the option for the Government to extend the lease on a monthly basis for up to a total continuous term of 6 months (2-month base period and four 1-month option periods). Summary of Anticipated Contractor/Lessor Requirements and Responsibilities: Provide, under an exclusive dry lease, up to two (2) aircraft that meet or exceed the following minimum requirements/specifications. Any platform offered must specify capability of meeting NASA requirements and the capabilities to meet or exceed the intended flight profiles of the SCIFLI team�s support of the Artemis mission (more details will be provided if a solicitation is issued): Aircraft Minimum Requirements (in addition to other requirements detailed elsewhere) - The Government�s requirement is for two (2) G-V aircraft; however, would consider industry input and recommendations of the feasibility and advantages of one (1) G-IV and one (1) G-V. A minimum of one (1) aircraft shall include high-speed internet connectivity of ?15 Mbps upload performance. Corresponding military variants would also be considered if essentially equivalent. Pre-Delivery Configuration: The contractor/lessor shall ensure the leased aircraft meet an agreed upon cabin layout, (that will be further defined in a SOW if a solicitation is issued) prior to delivery of the asset(s). This is separate from the Government post-delivery structural modifications that the Government intends to perform. Pre and post lease inspections to be conducted at the contractor�s site. The leased aircraft shall be free of calendar/hourly maintenance inspections/actions for the entire duration of the lease (total potential if extended up to 6 months). FOB origin at the contractor�s facility for inspection and acceptance by the Government then NASA will fly to the specified location. Fully operational and meet all airworthiness requirements and applicable regulations prior to delivery to NASA at the beginning of the lease. Summary of Anticipated Government/Lessee Requirements and Responsibilities: For the duration of the lease, NASA will have exclusive use and will be fully responsible for operational control over the aircraft and all related functions, in accordance with all regulatory requirements. This includes, but is not limited to, the following: Ensuring aircraft is airworthy and in compliance with applicable regulations upon acceptance of the aircraft from the contractor. Modifying the aircraft are in accordance with approved program specifications/requirements and aircraft recertifying the aircraft for airworthiness as required. Maintaining the aircraft, including all costs, in compliance with applicable regulations. If maintenance is required during the term of the lease, it will be performed by certificated repair stations or manufacturer maintenance facilities to ensure maintenance is completed properly and that the aircraft is in an airworthy condition prior to flight. This includes the use of adequate maintenance facilities. Providing all assigned crewmembers, safety inspectors/inspections, and to ensure airworthiness including, but not limited to, flight following, dispatch, communications, weather, and fueling. De-modifying the aircraft prior to returning the aircraft to the lessor/contractor in the state it was delivered and prior to the end of the term of the lease. NASA will de-modify and deliver back to the contractor�s facility in the original configuration, but the contractor will be responsible to obtain FAA certification. IV. INFORMATION REQUESTED - CAPABILITY STATEMENTS & RECOMMENDATIONS: NASA LaRC is seeking capability statements and recommendations from all interested parties having demonstrated experience providing aircraft leasing that can meet the capabilities/objectives described herein, including all socioeconomic categories as defined in Federal Acquisition Regulation (FAR 19.201(a) and NASA FAR Supplement (NFS) 1819.201(a)(i). The Government reserves the right whether to set aside this acquisition based on responses received. Interested firms having the required capabilities to meet the above requirements are requested to submit a capability statement of no more than 10 pages describing the firm�s ability to perform all aspects of the effort and responses/recommendations to information requested. A separate response may be submitted related to the ROM cost estimates. Please submit responses via email to CJ Scott, Technical POC, at carey.f.scott@nasa.gov and cc Rich Cannella, Contracting Officer, at Richard.t.cannella@nasa.gov. Responses are requested by November 25th or sooner (ASAP) and will be considered on a rolling basis due to the short timeline to aircraft delivery. Please reference SCIFLI RFI on any response and include the company�s name, physical address, the company�s point of contact with current phone number and email address. Since the Government is conducting market research and a requirement doesn�t currently exist, interested sources are invited to contact the technical POC directly to discuss capabilities, timelines, and alternatives. Interested sources are requested to follow-up by formally submitting capabilities statements and any additional information directly to the Contracting Officer. Ensure responses are properly marked to maintain confidentiality and protect proprietary information that you expect the Government to safeguard. Describe the firm�s experience and capabilities for each aircraft platform, including technical specifications, mission performance history (include organizations/agencies supported), maintenance requirements each aircraft ability to meets the SCIFLI flight paraments and intended use. NASA is considering multiple strategies including a single lease that covers the two (2) aircraft (e.g., minimum of 1 aircraft with an option to lease the second).. NASA�s objective is to minimize the required maintenance during the term of the lease, with the requirement that the contractor/lessor shall have all maintenance completed prior to inspection and delivery. Provide feedback regarding feasible and cost-effective solutions for required maintenance/inspections during the term of the lease. Recommendations and best practices regarding required maintenance/inspections that will occur, particularly if the lease is extended. Discuss respective responsibilities of the partes related to whether the Contractor/lessor or Government/lessee responsible for the cost, coordinating, conducting, and completing required maintenance/inspections that are needed if the lease period is extended. Availability of aircraft to meet NASA requirements/parameters, including any barriers related to availability to meet a mid-January 2026 award date and February 10, 2026 start of the lease. (See Anticipated Period of Performance above). Rough Order of Magnitude (ROM) lease pricing is requested for each aircraft and mission profile, with as much detail related to the period of performance. Please advise regarding primary cost drivers that should be considered by NASA and recommendations to mitigate unnecessary risks and associated costs. Feasibility of leasing the aircraft, including commercial practices employed by the airline industry. Provide recommendations related to the approach for the delivery (consider FAR 47.102, Transportation insurance) and the Government�s to return the aircraft to the contractor/lessor upon completion, considering cost and risks. Alternatives include (1) the Government being responsible to �de-modify� back to the original configuration� and recertify prior to returning to the contractor/lessor or (2) the Government return the aircraft �as-is� to allow the contractor/lessor to be responsible to de-modify and recertify. Insurance requirements and industry best practices related to transportation of the aircraft, insurance, indemnification, and the responsibilities of the respective parties. Provide input regarding the respective parties� responsibilities for the protection and insurance of the aircraft during the term of the lease. This includes, but is not limited to, liability for personal injury, death, or property loss upon the acceptance of the aircraft by the Government and during the term of the lease until the aircraft(s) is/are returned to the lessor/contractor. Do you envision any potential for OCI(s) as currently described in FAR Subpart 9.5, Organizational and Consultant Conflicts of Interest. Each interested party should review FAR Subpart 9.5 considering NASA�s anticipation of OCI issues and carefully consider the extent to which an OCI may arise before making the decision to compete for the (insert acquisition name or acronym). If so, interested parties are requested to address the types of OCIs, strategies to mitigate OCI issues, and does your company foresee any OCI issues that would cause your company to not propose. NASA contemplates a firm-fixed price contract due to the commercial nature of the aircraft lease (see FAR 2.101). Request industry input regarding contract type and 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. Respondents will not be notified of the results of the evaluation. This RFI is for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, consider alternatives and recommendations from industry, and to promote competition. In addition, this RFI should not be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. The Government may not respond to questions/concerns submitted. The Government will use the information to finalize its market research and consider if a solicitation is issued. 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 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. If a solicitation is released, then it and any additional documents will be available on Sam.gov. It is the offeror's responsibility to monitor this website for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any. NASA will not affirmatively release any information received in response to this RFI to the public but may use information received in developing the best approach for an acquisition strategy, and therefore such information may be recognizable to the interested party who submitted it. Any information submitted in response to this RFI that is marked as �Confidential Commercial or Financial Information� will be considered as voluntarily submitted in accordance with the Freedom of Information Act.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b47429ad95d247719393fa2b9b4453fb/view)
- Place of Performance
- Address: Hampton, VA, USA
- Country: USA
- Country: USA
- Record
- SN07642794-F 20251116/251114230039 (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 |