SOURCES SOUGHT
99 -- Digital Video Recorder (Request for Information)
- Notice Date
- 9/25/2025 10:40:13 AM
- Notice Type
- Sources Sought
- Contracting Office
- AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
- ZIP Code
- 27909
- Solicitation Number
- 70Z03825IE0000010
- Response Due
- 11/24/2025 1:30:00 PM
- Archive Date
- 12/09/2025
- Point of Contact
- Jackson Perry, Jordan Ownley
- E-Mail Address
-
Jackson.S.Perry@uscg.mil, samuel.j.ownley2@uscg.mil
(Jackson.S.Perry@uscg.mil, samuel.j.ownley2@uscg.mil)
- Description
- The United States Coast Guard (USCG) operates a fleet of over 100 rotary wing aircraft equipped with various intelligence gathering platforms. For the USCG to effectively execute many of our missions, it is required that imagery is recorded onto a medium that is easily transferable to a Windows OS computer for review and data extraction. This is currently accomplished through an integrated recording system with a removable memory installed on both our MH-60 and MH-65 platforms. The recording capabilities currently on board the USCG rotary wing platforms has reached obsolescence and is no longer supportable. The USCG is seeking information from various commercial vendors to compile market research to help determine a maintainable replacement for our current system. USCG is seeking information on vendors that can provide Commercial Off the Shelf systems that meet the minimum specifications listed in this document: Purpose: The Coast Guard is issuing this request for information (RFI) for market research purposes to identify a digital recorder capable of recording, storing playback, and transferring video and audio provided by aircraft intelligence gathering platforms and integrated communications systems (ICS). The digital recorder shall store and support the recall of data for event recreation and legal prosecution. The system shall be capable of user selectable audio recording provided by the aircraft ICS system and shall include internal and radio communications. Users shall be capable of selecting or deselecting if audio is recorded during specific missions. The system shall be capable of simultaneous recording (time related data files) of a minimum of six video channels, and two audio channels which are synchronized with the video channels when audio record is selected. Aircraft video input sources include (channel order is not specific to requirement): Ch1: FLIR Video input Max res 1920x1200 @ 60Hz Ch2: Hoist Camera Input RS-170A / 480i Ch3: Cabin Camera Input RS-170A / 480i Ch4: Future capability Max 1080p CH5: Future capability Max 1080p CH6: Future capability Max 1080p Aircraft video output sources include (channel order is not specific to requirement): Ch1: FLIR Video output Max res 1920x1200 @ 60Hz Ch2: Hoist Camera Input Max 1080p Ch3: Cabin Camera Input Max 1080p Ch4: Future capability Max 1080p *Future 4K options are desirable but not a requirement at this time. Audio Channel Sources Include: Ch1: Crew Internal Communications Systems (ICS) Ch2: Aircraft radio communications Controls for all functions shall be via MIL-STD-1553 or ethernet to the Common Avionics Architecture System (CAAS), or 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 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. The system shall support extraction of video via removable memory with interface to a Windows 11 or higher computer in a format playable on VLC media player. The removable memory shall be capable of holding a minimum eight 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 eraser 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: Height 2.0� Length 8.0� Width 5.75� Mounting: Standard DZus rail separation of 5.375� across, on center (i.e. Dzus, vendor designed mounting, or customer designed mounting) Weight: Not to exceed 10lbs Power: 28VDC Video : Min 6 inputs/4 output Audio: Min 2 audio inputs Signal Types: RS-170A, 720p, 1080p, audio Data interface: Ethernet,RG-179 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 @1080p for 8hours w/o overwriting Qualifications: MIL-STD-810F or DO-160 It is requested that vendors provide any information available on the above design specifications to include dimensions of system components. The applicable North American Industry Classification System (NAICS) code assigned to this procurement may be 334310, Audio and Video Equipment Manufacturing. Disclaimer: There is no solicitation at this time. This RFI is not a request for proposals; submission of any information in response to this request is purely voluntary; the Government will not pay for any costs incurred nor is obligated to respond. All submissions become Government property and will not be returned. After reviewing RFI responses to this RFI, and if the USCG still plans to proceed with the acquisition, a solicitation announcement may be published on the Contract Opportunities (formerly FedBizOpps) website or distributed to contract holders if a strategically sourced vehicle is deemed appropriate. It is the responsibility of the interested parties to monitor the Contract Opportunities website. Failure to respond or submit sufficiently detailed information may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information submitted, the Government reserves the right to consider any arrangement as determined appropriate for this requirement. No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. The Government reserves the right to use any information provided by respondents for any purpose determined necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Request: If your organization has information about recording devices that support SD video now and offer flexibility to upgrade to HD video in the future, please provide the following details: Organization name Address Website Point of contact name Point of contact email address Point of contact telephone number Socioeconomic status Unique Entity Identifier What information and/or resources would you typically need from the government to perform this effort? Does your company currently have existing government-wide acquisition contracts (GWAC) (e.g. GSA) or other strategically sourced contracts for these types of requirements that the USCG can order off? If yes, please provide contract number, what agency it is with, and agency point of contact information. What type of contract (e.g. firm fixed price, cost-reimbursement, etc.) have you been issued before for this type of work? Do you recommend one type or perhaps a hybrid (i.e. a contract that allows several types)? Provide any general comments, thoughts, and feedback your company would like to share regarding this RFI. Address the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated, organizations should address the logistical, administrative, and management structure of such arrangements. After the review of the responses to this sources sought announcement, and if the USCG still plans to proceed with the acquisition, a solicitation announcement will be published on Sam.gov. Responses to this sources 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 sources sought synopsis. Responses to this 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 11/24/2025 at 4:30 Eastern Standard Time (EST). E-mail responses are preferred and may be sent to Jackson.S.Perry@uscg.mil and Samuel.J.Ownley2@uscg.mil. Please indicate 70Z03825IE0000010 in the subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d036e976b6624ddaa5f7bbdda2d39821/view)
- Place of Performance
- Address: NC 27909, USA
- Zip Code: 27909
- Country: USA
- Zip Code: 27909
- Record
- SN07605179-F 20250927/250925230052 (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 |