SOURCES SOUGHT
58 -- Spherical 360-degree High-Definition Underwater Video Camera
- Notice Date
- 2/24/2020 8:18:04 AM
- Notice Type
- Sources Sought
- NAICS
- 333316
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- 140G0220Q0060
- Response Due
- 2/27/2020 8:59:59 PM
- Archive Date
- 02/28/2020
- Point of Contact
- Williams, Lisa
- E-Mail Address
-
ldwilliams@usgs.gov
(ldwilliams@usgs.gov)
- Awardee
- null
- Description
- Spherical 360-degree High-Definition Underwater Video Camera THIS IS A SOURCES SOUGHT NOTICE ONLY. NO FORMAL SOLICITATION IS BEING REQUESTED UNDER THIS NOTICE. This Sources Sought Notice is for market research purposes to identify interested firms for the potential requirement detailed below. The North American Industry Classification System (NAICS) code is 333316 (Photographic and Photocopying Equipment Manufacturing) and the size standard is 1,000 employees. The Government will review the information requested in this announcement to determine the type of set-aside (if any) for this requirement, should it come to fruition. The U.S. Geological Survey (USGS), Great Lakes Science Center has a requirement to purchase one (1) new Spherical 360-degree High-Definition Underwater Video Camera, and associated accessories. An underwater camera system must be capable of collecting necessary video and still imagery to enable full spherical (360-degree) footage (after stitching) with a minimum video resolution of 5040 x 2540 pixels, a minimum spherical photo resolution of 12 MP, and able to be managed by a single SCUBA diver. The underwater camera system and its auxiliary parts must meet the following minimum specifications: 1. Maximum dimension (in any direction) of 310 mm. 2. Maximum weight of 6.5 kg. 3. Depth of operation to 300 m. Test certificates verifying at least this depth rating will be required for housing and dome ports. 4. Recording resolution of 24, 25, and 29.97 frames per second with a bitrate of at least 60MBits/second. 5. Camera dynamic range of 10 stops or more. 6. Camera aperture range of at least F2 to F11. 7. Underwater stop/start button. 8. Multiple camera sensors are generator locked to enable frame synchronization. 9. Audio synchronization buzzer present or some alternative way to synchronize audio and visual information. 10. On-board sensors are present to log water depth, external water temperature, and camera orientation while video/stills are being recorded. 11. Camera can be used underwater or above the water surface and have options for full video mode or time-lapse mode. 12. Cameras, lenses, housing, and other electronics components arrive integrated and ready for operation with minimal assembly. 13. Camera can run for 3.75 hours in full video capture mode with batteries provided on a single battery charge. 14. Underwater lighting that: a. Can be operated to 100m water depth. b. Have a total output of at least 18,000 lumens. c. Can be oriented to provide omni-directional illumination for the whole spherical field of view. 15. Lighting should be easily attached to camera housing. 16. Floats and/or trim weights needed for ballasting the camera housing are provided and integrated with the camera housing. 17. Memory cards or other digital storage media are provided. Must be standard or micro-SD cards rated to either class 10 or UHS Class 1 (Full HD(1080 p) video recording with minimum transfer rates of 10 MB/s) or equivalent, and a minimum storage capacity of 64 Gb. 18. Battery charger, camera charger, spare parts, and operations manual provided. 19. Camera batteries can be charged easily without removing them from the camera housing. 20. Monopod and tripod appropriate for mounting the camera system are both provided for flexibility in system deployment by a single SCUBA diver 21. Protective hard case provided. All business concerns who believe they can responsibly provide this type of product should submit the following information to the contracting officer: 1. The firm shall specify the brand name product that meets the specifications listed above along with product specification sheet and product brochure. 2. The firm shall specify that they are either a small business (8(a), HUBZone, SDVOSB, etc.) Or other than small business under the NAICS Code listed in the announcement. 3. The firm shall provide a point of contact name and e-mail information, and the firm�s Cage Code, and D&B Number. NOTE: All information submitted in response to this announcement is voluntary - the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Materials submitted to the Government for review will not be returned. Respondents will not be notified of the results of the evaluation. This is not a request for quotations. The Government does not intend to award a contract based on responses received under this announcement. In order to be responsive to this Notice, a firm must provide the appropriate documentation for consideration by February 27, 2020. Responses that do not comply with these procedures will not be considered. Inquiries will only be accepted by e-mail to Lisa Williams at ldwilliams@usgs.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cbdf5dbc09f3432b8a787d64b743693b/view)
- Record
- SN05571190-F 20200226/200224230143 (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 |