Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2003 FBO #0488
SOURCES SOUGHT

R -- SEEK EAGLE DIGITAL VIDEO INITIATIVE

Notice Date
3/31/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
F08635-03-R-0082
 
Point of Contact
Jewel Burgess, Contract Specialist, Phone (850)882-4141X4551, Fax 850-882-9685, - Ouida Winters, Contracting Officer, Phone (850)882-0166, Fax (850)882-9685,
 
E-Mail Address
jewel.burgess@eglin.af.mil, ouida.winters@eglin.af.mil
 
Description
The Investment Programs Office, 46th Test Wing (TSS), Eglin AFB, FL, plans to contract on a sole source basis, a three-year effort, to Sarnoff Corporation, 201 Washington Rd Princeton NJ to expand the capability of the Digital Video Laboratory (DVL) from the aircraft store certification process to the range's Test & Evaluation (T&E) process for full spectrum integration of digital video technology. The DVL is currently in development by Sarnoff Corporation with a completion scheduled for September 2003. As part of the new effort, the implementation of selected digital video and data management technologies into the Service's T&E processes will be accomplished. Upon direction from the Government management team, the contractor will implement selected digital video technology and data management tools into the Services T&E process. Selection will be based upon availability, cost, and anticipated benefits of information technologies and tools that may be used for the analysis of digital data. Accomplishing the implementation of selected digital video technologies and completing a DoD roadmap is critical to minimizing costs associated with the transition now occurring from film and analog video to digital video at Eglin AFB and other Army and Navy facilities. Developing and initiating an aggressive, holistic approach to this transition in the next 12- 36 months will significantly reduce the disruption costs associated with extended use of film and analog video as well as test processes and paradigms not optimized for full spectrum leverage of digital video technology. This effort will begin approximately 1 October 2003. We anticipate a one-year effort with options for two additional years. Accomplishing this task in minimum time with maximum effectiveness of output requires utilization of a contractor with the following qualifications: 1) Organic knowledge of the full spectrum of technologies associated with development and applications of digital video systems, including sensors, compression, transmission, processing, exploitation, metadata, multimedia fusion, storage, retrieval, and presentation. This includes, but is not limited to: a) Digital video imaging sensors and systems, b) Conversion of film to a digital format with no significant loss in fidelity, c) Digital video compression in multiple formats, frame rates, and with techniques that utilize full resolution of all components at dynamic ranges equal to, or exceeding, that of MPEG-2, d) Perceptual quality measurement techniques for video quality metering, e) Digital video stabilization algorithms, which can be implemented in both real-time and non real-time scenarios, f) Digital video archive and retrieval systems, g) Digital studio procedures, which allow users to access data in a variety of formats from a variety of sources, h) Video compositing and mosaicing methods that provide extended resolution and expanded context beyond a traditional field of view, i) Moving target indication algorithms to locate and track the paths of several objects within a field of view, j) Compressed domain-processing techniques, which allow for some analysis of video without the need to decompress, k) Visualization techniques, which provide novel and innovative ways to display a range of data within video, l) Metadata technology, which allows for the storage of data within compressed digital video bitstreams. 2) Firm connections and understanding of the commercial digital video market including commercial research and development laboratories. 3) Experience with process oriented integration of digital video into military and other government agency applications. To date, only the Sarnoff Corporation meets these criteria and can accomplish the desired task within the specified time constraints. Sarnoff has demonstrated these capabilities through the Phase 1 and Phase 2 efforts and other government contracts. This synopsis is for information and planning purposes only; it does not constitute an IFB or RFP and is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. Prospective contractors must submit evidence substantiating they possess the detailed knowledge and capabilities indicated previously. The anticipated contract type is Cost Plus Fixed Fee (CPFF), Indefinite Delivery Indefinite Quantity (IDIQ). This document must be submitted no later than COB 15 May 2003. The NAICs code for this effort is 541710 with a size standard of 500 employees. Please ensure that the format for the document is compatible with MS Office 97. If other software applications are used, please contact the Contracting Officer to ensure compatibility. In responding, reference RFP F08635-03-R-0082. Forward qualification packages to AAC/PKZA, Attn: Jewel Burgess, 205 West D Avenue, Suite 467, Eglin AFB, FL 32542-6864. For further information concerning technical aspects, contact William Holley, at 850-882-2483 or e-mail william.holley@eglin.af.mil. For contractual information, contact Jewel Burgess at 850-882-0171 or e-mail jewel.burgess@eglin.af.mil. An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposed development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman but rather to the Contracting Officer, Contract Specialist, or the Program Manager identified above. For any other concerns, interested parties may call the AAC Ombudsman, Dr. Mario J. Caluda at 850-882-5558. See note 22, 25, 26. Point of Contact Jewel Burgess, Contract Specialist, Phone 850-882-0171, Fax 850-882-4916, E-mail jewel.burgess@eglin.af.mil Ouida Winters, Contracting Officer, Phone 850-882-0166, Fax 850-882-4916, E-mail ouida.winters@eglin.af.mi. Place of Contract Performance Eglin AFB FL 32542 USA
 
Place of Performance
Address: EGLIN AFB FL,
Zip Code: 32542
Country: USA
 
Record
SN00291632-W 20030402/030331213335 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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