Motion Capture Cameras
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Air Warfare Center, Weapons Division, China Lake, CA, intends to procure a motion capture system upgrade on an other than full and open competition basis (sole source) from Vicon Motion Systems Inc. This is a Notice of Intent, not a request for competitive proposals. Firms believing they can fulfill the requirement may submit a written response by March 11, 2026, 4:00 PM PST.
Scope of Work
The requirement is for a motion capture system upgrade, including:
- 56 Vicon Valkyrie VK 16 Cameras
- 2 Lock Lab control boxes
- 2 Vicon Active Wands (IR Only, dual-sided)
- 28 Vicon Valkyrie Camera Cables (50m)
- 28 Vicon Valkyrie Camera Cables (standard length)
- 2 Vicon Trackers
- 1 Vicon System Warranty
- 3 On-Site Install, Setup and Training sessions
- 6 On-Site Install, Setup and Training sessions (tear down at original location, re-install Vantage at secondary, install T-series at 3rd)
- 1 Advanced PC
- 1 Vision Installation Kit
Contract & Timeline
- Type: Firm Fixed Price (FFP) Commercial contract, intended sole source under FAR 6.302-1
- Set-Aside: None (sole source intent)
- Response Due: March 11, 2026, 4:00 PM PST
- Published: March 3, 2026
Evaluation
This notice is for market research purposes. The Government will consider written responses from firms that believe they can fulfill the requirement. Submissions should include a capability statement demonstrating experience, assets, background, and ability to perform without compromising quality, accuracy, reliability, and schedule. A determination not to compete this procurement is solely at the Government's discretion.
Additional Notes
- A Cyber Maturity Model Certification (CMMC) Level 1 (FCI, Self) is anticipated. Firms disagreeing with this level should provide a rationale.
- Interested firms must be registered in SAM.gov.
- Submissions and questions must be sent via email to the listed points of contact; no telephone responses will be accepted.