Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2012 FBO #3850
SOURCES SOUGHT

58 -- Sources Sought for HD video with IRIG & Data via IP in real-time

Notice Date
6/7/2012
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R-RFI-HDVID
 
Response Due
6/14/2012
 
Archive Date
8/13/2012
 
Point of Contact
Jason W. House, 928-328-6355
 
E-Mail Address
MICC Center - Yuma Proving Ground
(jason.w.house@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission and Installation Contracting Command (MICC) - Yuma Proving Ground (YPG) is seeking to identify contractors that may be interested in, and capable of providing the below solution. This Request for Information (RFI) is for market research and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government. The information requested herein will be used by MICC-YPG to facilitate decision making and will not be disclosed outside the agency. The US Army Yuma Proving Ground (USAYPG) is seeking a technical solution to effectively record and transport multiple channels of HD video with IRIG & Data via IP in real-time (200ms or less), across USAYPG's network infrastructure to multiple viewer locations (i.e. Mission Control Room). General Requirements: a.The system shall possess (but not limited to) the following characteristics and features: i.Based on open standards (MISB, SMPTE). ii.Ruggedized: operate in temperatures up to 50o C iii.Power: Either 110v or -48 VDC iv.Video encoder(s)/decoder(s) shall accommodate up to 16 channels of video inputs from either Analog composite (NTSC), HD/SDI, SD/SDI. v.System shall be able to incorporate a digital video recorder. vi.Video feeds shall be individually tunable (Resolution, FPS, Bit Rate) to optimize bandwidth utilization, and storage space while maintaining a high level of live view quality. vii.IRIG-B time insertion capable viii.Compatible with ITS model 6980G-HD time inserter to digitally encode and decode IRIG-B ix.1080P/60 capable x.Transmit Raw HD (un-encoded) for distances up to 40km where it could be encoded, regenerated, or received for display. xi.Ability to determine latency between time sources. xii.Capable of recording IP and/or uncompressed video and data in large capacity b.Other Considerations (Preferred but not Required) i.Transport over single SM fiber optic (SC or LC) ii.Instant playback and indexing without interrupting record stream iii.Live streams to be easily ingestible into any open standard compatible Video Management System (VMS). iv.Capable of viewing live streams on client workstation as well as projectors and monitor displays. v.Ability to overlay IRIG-B time onto displays with range time for real-time comparison in milliseconds. Preferably at the video source. vi.Vendor shall demonstrate the ability to determine latency and how it is achieved. Interested vendors shall provide a capabilities statement based on the above requirements. In addition, the capabilities statement shall address the following: 1. Identify all socio-economic categories that apply to your company (i.e. small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business). 2. Does your company have a GSA schedule or any other Government contract vehicle? If so, is the proposed equipment/solution offered on your GSA schedule or within the other contract vehicle? 3. Is the equipment required for this solution commercially available or would it be developed exclusively for government purposes? 4. Has your company provided this type of equipment/solution in the past to any other Government agency? If so, please provide contract number, name of government agency, amount of award and date award was made. 5. What is a typical delivery schedule for this type of equipment? 6. Identify if subcontracting opportunities exist for this requirement. If applicable, what specific portion of the requirement would you elect to subcontract? What percent of the total contract effort does your organization normally subcontract? MICC-YPG is allowing interested vendors to provide an on-site demonstration beginning 9 July 2012. If interested in providing an on-site demonstration, please submit a request in writing to the POC listed below by the closing date of 14 June 2012. Dates and times for the on-site demonstration will be provided after 14 June 2012. The Government is not liable for any expenses incurred by an attendee for the on-site demonstration. The onsite demonstration will consist of the following: a.Provide capabilities brief to include workflow/Dataflow diagrams of system. b.Synopsis of Demonstrations vii.Begin with in brief and vendor presentation viii.Set up demonstration equipment at video destination side (displays) ix.Set up demonstration equipment at video source side x.Observe equipment functionality, features, and network load xi.Closing comments MICC-YPG does not intend to award a contract on the basis of the responses, nor otherwise pay for the preparation of any information submitted, nor will respondents be notified of the MICC-YPG's review of the information received. Interested sources shall provide requested capabilities statement no later than 14 June 2012. A Conceptual Diagram of Vendor Demonstration can be found at the following MICC - Yuma Proving Ground website: (http://www.yuma.army.mil/site_contracting.asp)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/44fc5f790d9a627eed87156538881464)
 
Place of Performance
Address: MICC Center - Yuma Proving Ground KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02769039-W 20120609/120607235347-44fc5f790d9a627eed87156538881464 (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.