SOURCES SOUGHT
67 -- Digital Video Recorder
- Notice Date
- 6/29/2023 5:34:55 AM
- Notice Type
- Sources Sought
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
- ZIP Code
- 27909
- Solicitation Number
- 70Z03823IE0000010
- Response Due
- 7/28/2023 5:00:00 PM
- Archive Date
- 08/12/2023
- Point of Contact
- William Swinson II
- E-Mail Address
-
William.T.Swinson3@uscg.mil
(William.T.Swinson3@uscg.mil)
- Description
- This is a sources sought synopsis only, not a solicitation announcement. This is NOT a request for proposals or quotes and in no way obligates the Government to award any contract. The USCG is conducting market research to seek sources that can provide a Rotary Wing Digital Recorder Replacement. The digital recorder shall provide the capability to record, store playback, transfer video and audio provided by aircraft intelligence gathering platforms and integrated communications systems. The digital recorder shall store and support recall of data for event recreation and legal prosecution. System shall be capable of user selectable audio recording provided from the aircraft Internal Communications System (ICS) and shall include internal and radio communications. User shall be capable of selecting or deselecting if audio is being recorded during specific missions. The system shall be capable of simultaneous recording (time related data files) of a minimum of four (4) video channels and two (2) audio channels synchronized with the video channels when audio record is selected. Aircraft video sources include (channel order is not specific to requirement): ����������� Ch1: FLIR Video input���� ����������� Max res 1920x1200 @ 60Hz ����������� Ch2: Hoist Camera Input��� ��������� Max 720p ����������� Ch3: Cabin Camera Input ����������� Max 720p ����������� Ch4: Future capability����� Audio Channel Sources Include: ����������� Ch1:� ICS ����������� Ch2:� Aircraft radio communications Controls for all functions shall be via Military Standard (MIL-STD-1553), ethernet to the Common Avionics Architecture System (CAAS), as a standalone system with controls located on the face of the controller for easy access within the cockpit, or cabin area of the aircraft. For standalone systems, all controls/display shall be clearly marked for functionality and have Night Vision Imaging System (NVIS) compatible back lighting. The following commands at a minimum shall be available in flight: channel, record, mark, stop, rewind, playback, fast forward, date/time initialize, and erase all. The following commands are desired: scan reverse, scan forward, playback. The system shall support extraction of video via removable memory compatible with interface to windows 10 or higher computer in a format playable on VLC. The removable memory shall be capable of holding a minimum of eight (8) hours of 1080i video and audio without overwriting itself. It is also desired that the system supports secure erase of the removable memory. Controls for secure erase shall be via MIL-STD-1553, ethernet, or clearly defined button/switch located on the face of the controller. Below is a list of design specifications: Specifications: Standalone system shall be capable of mounting to existing aircraft Dzus rail: Dimensions: Vendor provide Mounting: Vendor provide details on component mounting (i.e. Dzus, vendor designed mounting, or customer designed mounting) Weight: Not to exceed 10lbs Power: 28VDC Video: Min four (4) inputs/two (2) output Audio: Min two (2) audio inputs Signal Types: NTSC, PAL, 720p, 1080i, audio Data interface: Ethernet, RS-232, RS-422 Characteristics Dimming: 5VDC, 28VDC, 5VAC Max Draw: 0.5A @ 28VDC NVIS: Class A and Class B, Type I-, and II-Night Vision Imaging System (NVIS) Operating Temp: -40�C to +55�C Storage Temp: -50�C to +80�C Removable Media: SD, SATA, SSD Internal Mem: Capable of recording @1080i for 8hours w/o overwriting Qualifications MIL-STD-810F or DO-160 Responses Responses to this notice should include company name, address, telephone number, and point of contact (POC). Please respond to the following questions: It is requested that vendors provide any information available on the above design specifications to include dimensions of system components. Is your business a large or small business and how many employees? What North American Industry Classification System (NAICS) code does your company use for type of product? If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? Is your firm a certified hub zone firm? Is your firm a woman-owned or operated business? Is your firm a certified Service-Disabled Veteran-Owned? Is your product listed on a General Services Administration (GSA) schedule? Do you have other Government agencies using the product, and if so which agencies, POCs and contract numbers? If possible, provide POCs for civilian users for general usage of product questions. After the review of the responses to this source sought announcement, and if the USCG still plans to proceed with the acquisition, a solicitation announcement will be published on Contract Opportunities. Responses to this source sought synopsis are not adequate response to any future solicitation announcement. All interested offerors will have to respond to the solicitation in addition to responding to this source sought synopsis. Responses to these sources sought synopsis are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation. Closing date and time for receipt of response is 07/28/2023 @8:00pm EST. E-mail responses are preferred and may be sent to William.T.Swinson3@uscg.mil. Please indicate 70Z03823IE0000010�in the subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/14aee9548d334b2c93860fadcab99a9d/view)
- Record
- SN06733243-F 20230701/230629230059 (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 |