Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2010 FBO #3035
SOURCES SOUGHT

N -- Tactical Video Surveillance System (TVSS). Two integrated scenarios: Security (emplaced) and tactical (temporary) force protection; either of which could be short-term or long-term employments.

Notice Date
3/15/2010
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY10R0039
 
Response Due
3/26/2010
 
Archive Date
5/25/2010
 
Point of Contact
John Loper, 407-384-5499
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(john.loper2@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation for bids/proposals, but a Sources Sought Notice (SSN) to conduct market research IAW FAR Part 10. The Product Manager, Force Protection Systems (PM-FPS) proposes to design and procure a Tactical Video Surveillance System (TVSS). The tactical employment for TVSS includes two integrated scenarios: Security (emplaced) and tactical (temporary) force protec-tion; either of which could be short-term or long-term employments. The TVSS will be another tool for commanders to use in a layered security approach. If successful in the Engineering Development Phase 440 systems may be procured. TVSS must be a rapidly deployable, compact, man portable, and multiple camera system. The TVSS must be near real-time day/night camera surveillance system with pan/tilt/zoom capabilities and a monitoring point with a multiple screen display. The system must be capable of monitoring 16 cameras at one time. The monitoring point must be capable of command, control, monitoring and recording of fixed and slew camera systems. TVSS must have dual primary and supplemental monitor points for task organization, mission flexibility and redundant survivability. The TVSS must provide visual surveillance for assessment of designated areas utilizing motion sensor and tracking capabilities. The tracking feature must allow the system to follow a designated moving tar-get within its field of view. The TVSS must have multiple power capabilities and environmental protection throughout the spectrum of operations. The TVSS must be modular in design to allow for quick movement (load, unload, transport, set-up or recover) and provide the capability to be re-configured for various conditions and replacement of damaged or lost parts. The TVSS must have the ability to deploy three different modular cameras capable of meeting a wide variety of mission requirements and terrain applications. The TVSS must have both fixed (stare) and slew cameras with quick pan/tilt and zoom capability. The fixed (stare) cameras are standard range cameras designed to focus on one local area constantly. The slew cameras are me-dium range cameras designed to pan and tilt to provide surveillance up to company size areas. The very long range slew cameras are designed to pan and tilt to an area with longer distances for longer range assessment. TVSS must be capable of being quickly mounted on lightweight mast systems, on top of buildings, in windows or towers, hidden on the edge of cleared areas and a vehicle mast mount capability for quick operational activation, using the vehicle for power and communications during short term monitoring. Two or three Soldiers must be able to deploy and recover the TVSS rapidly. The sys-tem must be rugged and operate reliably under austere conditions with environmental extremes of fine particulate dust and temperatures of -20 degrees Celsius to +50 degrees Celsius. TVSS must monitor designated unattended ground sensors and, if programmed, could slew to indi-vidual sensors for assessment purposes. Regardless of how the TVSS is programmed, the sensor alarm will be displayed at the TVSS monitor point. Unattended ground sensors include security sensors, such as Lighting Kit Motion Detector (LKMD), Battlefield Anti-Intrusion System (BAIS), Chemical, Biological, Radiation and Nuclear (CBRN) detections sensors, sniper detection systems, ground surveillance radar (GSR) and other similar systems to include future video assessment sub-systems. Interoperability must be obtained through network communications and software to ad-dress and process the information from these systems. The TVSS must have video motion detection, enabling the system to monitor areas where it is too difficult to emplace other sensors or too dangerous to maneuver. The TVSS is capable of forward-ing selected critical data to higher headquarters either automatically or by the operators control. The TVSS capabilities and features give the using unit additional early warning, a tool to develop situational understanding, persistent surveillance capability and the ability to cover high risk areas without exposing Soldiers. Interested persons or companies may identify their interest and capability, including any available systems on hand, to respond to this requirement with a short description and time necessary to fully meet the requirement. This SSN is neither a Request for Proposal, nor an Invitation to Bid, nor a Request for Quotation. Therefore, this SSN is not to be construed as a commitment by the Govern-ment to enter into a contract nor will the Government pay for information provided in response to this SSN. An RFP maybe be posted to Army Single Face to Industry (ASFI) as a result of this an-nouncement at a later date to be determined. Submit (via e-mail) to brian.murphy3@us.army.mil within ten (10)calendar days of publication of this synopsis. Point of Contact: Brian P. Murphy, Contracting officer Address: US Army Research, Development and Engineering Command, RDECOM Natick Ac-quisition Center, ATTN: Brian P. Murphy, 13501 Ingenuity Drive, Orlando, Fl 32826
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dc1439490ff9e137663e068b4ce7683a)
 
Place of Performance
Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02092620-W 20100317/100315235041-dc1439490ff9e137663e068b4ce7683a (fbodaily.com)
 
Source
FedBizOpps 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.