Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2008 FBO #2524
SOURCES SOUGHT

66 -- INTREGATION OF TWOHIGH DEFINITION VIDEO SYSTEMS

Notice Date
10/22/2008
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9302-09-R-0010
 
Point of Contact
Mike L Keeling,, Phone: 661-277-8512, Judy K Pace,, Phone: 661-277-8801
 
E-Mail Address
mike.keeling@edwards.af.mil, judy.pace@edwards.af.mil
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) Integration of Two High Definition Video Systems to Kineto Tracking Mounts (KTM) and Mobile Command and Control Systems Schedule: Closing Date: 10 November 2008 Scope: The AFFTC is seeking industry information on available products and technologies to further define/refine the requirements and the acquisition approach for the integration of remotely-operated high definition video equipment to Government Furnished Property (GFP) Flight Vision Systems. Sources can seek available products and technologies to produce components or a complete capability to modernize Range Optics Flight Vision video systems by integrating modern Commercial Off-The-Shelf (COTS) digital Electro-Optic (E-O) sensors to two mobile Kineto Tracking Mounts (KTM) and two Control Centers (Operator Cabins). The purpose of this effort is to modernize the AFFTC capability to capture optical imagery of weapons tests, provide high resolution video of local flight test events and situational awareness to test conductors, Range Safety Officers and flight test engineers. This was formerly provided by the outdated mobile KTM/Flight Vision Systems. Two systems have been determined to be implemented in a single or phased procurement. It is envisioned that the mobile KTM/Flight Vision will operate from prepared site at the West and East Range on the Precision Impact Range (PIRA) at Edwards AFB. The sites are equipped with concrete pads, power, and fiber connections. The base configuration of the first phase of the new system will consist of the GFP trailer- mounted KTM connected via fiber-optic cables, through Input/output (I/O) Panels, to the GFP Control Center (Operator Cabin). This fiber-optic connectivity between the KTM and Operator Cabin will replace current copper connectivity. The operator cabin I/O panels will allow future connectivity to network or dedicated fiber for baseband signals. The Operator Cabin currently has mounted Electronic Industry Standard (EIA) equipment racks (Qty. 3) with power distribution to mount new COTS equipment such as UPS, master sync generators, IRIG-B inserters, metadata encoders, video monitoring, digital video recorder, sensor controls, KTM tracking controllers, and fiber-optic head-end equipment for optical-electrical conversion, video compression encoders, and network connectivity. Power generators for the KTM/Flight Vision Systems are GFP. The demarcation for this phase will be at the Operator Cabin I/O panel, however future phased approaches will transport and distribute the KTM/Flight Vision High Definition Video to the Mission Control Rooms (MCRs) for viewing and analysis. The High Definition video is recorded on site (full baseband) at the Operator Cabin by a removable disk array and the video is then compressed for transport across a network for distribution to the MCRs. The received video is decoded in near real-time situational awareness to different Mission Control Rooms for viewing by the Flight Test Control Officer, Range Safety Officer, Test Engineer, and customers. Background: Currently AFFTC Range Optics Flight Vision video system is equipped to capture and store images in analog formats such as S-VHS and does not have the capability for high resolution/high definition image tracking of weapon tests. Migration from analog to digital formats can provide Range Optics Operations with a potentially improved image quality for providing customers with high resolution imagery and the potential for overall lower operational costs. Description: The key characteristics of the sought high definition imaging system capability are contained below. Note: ‘threshold' indicates a basic requirement while ‘objective' indicates a goal. Goals are not required but are considered very desirable. All requirements listed below are ‘threshold' unless otherwise identified as an ‘objective' requirement. I) High Definition Sensor: 1) The GFP KTM/Flight Vision system shall have remotely operated high definition video equipment to be mounted on the KTM payload and Control Cabin. 2) The High Definition sensor system video/data output shall interface with fiber-optic transceivers to connect the KTM Flight Vision sensors to the associated Operator Cabin for video and KTM control 3) The High Definition imaging sensor shall have enclosure with cooling system. 4) The High Definition imaging sensor shall be secured inside the enclosure from shock, vibration and environmental stresses (heat, moisture, dust etc.) 5) The High Definition imaging sensor/enclosure assembly shall be configured with two single mode fiber optic cables to interface with existing single mode Fiber Optic Rotary Joint (FORJ) input connectors located on the KTM tine plate. 6) The imaging sensor shall be able to provide user with high resolution progressive scan (High Definition Video) format. 7) The system shall provide user with mid and Long Wave IR digital video. 8) The imaging sensor and/or enclosure shall have a fiber optic interface able to integrate with the KTM. 9) The system shall be able to operate in local or remote mode control of the E-O imaging sensor. 10) The electro-optic (E-O) sensor shall be able to provide user with built-in image stabilization system and support dynamic zoom. 11) Flight Vision E-O sensor shall be capable of maintaining sufficient modulation transfer function (MTF) to support high resolution imagery. 11) The electro-optic (E-O) sensors shall maintain focus during dynamic zoom. 12) The Flight Vision E-O sensors shall be able to operate in climatic conditions encountered during range operation with minimal impact to image quality. 13)System shall be able to image aircraft ranging from military fighters (F16 Fighter) to large bomber and transport aircraft (B-1 Bomber to C5 Transport), and weapons ranging in size from the BDU33 (508mm Length) to the MK82 (2200mm in Length). Horizontal distance will typically range from3km to 15km and Slant Range will typically range from 1km to 25km. II) Video/Data Interface: 1) The user shall be able to remotely control the digital recorder via a button or switch located on the operator console or joystick. 2) The user shall be able to record three camera inputs minimum of 5 hours each input. 3) The user shall be able to record from 30 fps to 1,000 fps high resolution images. 4) The user shall be able to store each frame in sequential order, with a time stamp included with each frame. 5) The user shall be able to replay video data in its original format and frame rate, or selectively play back video data at variable frame rates for video analysis (i.e. frame accuracy). 6) Digital Video Recorder (DVR) shall provide user with multi-channel video recording while providing the capability of viewing real-time selected video sources. 7) Digital Video Recorder (DVR) shall be able to capture uncompressed HI Definition Video (HD-SDI/SDI), High Speed Digital Video, IR, and analog video for archiving to a removable disk array on site for transport to VCC for analysis. 8) Digital Video Recorder (DVR) shall be able to record metadata information embedded in exported image such as event, IRIG time synchronization, azimuth, elevation, range, and status. 9) Digital Video Recorder (DVR) shall capable of supporting various standard file formats RAW Video, AVI, TIFF, MPEG 2, MPEG 4, JPEG, JPEG2000, AAF and MXF. 11) The user shall be provided with full HD progressive scan resolutions at 1920 X 1080 (upgradable from 720p to 1080p/60) format. 12) Digital Video Recorder shall provide built-in-down converter for HD-SDI /SDI and analog composite video out. III) Command & Control (Operator Cabin): 1) The command and control system shall have master timing reference sync generator for all video and IRIG-B timing interface. 4) The command and control system shall have EO sensor controller within reach of operator. 5) The command and control system shall have the capability to interface with acquisition data system. 6) The command and control system shall have interfaces for data transport. 7) The user shall be able to adjust lens and camera functions using physical switches located on the operator console or joystick. 8) The operator console shall allow the user to perform video calibration through the use of appropriate test equipment (waveform monitor, vector scope etc.) within the operator cabin to optimize video quality. 9) The user shall be able to track targets with either manual or externally designated control. (Situational Awareness system, radar, or contrast tracking) 10) High Definition sensor package (lens/camera) line of sight shall be adjustable to match the KTM tracker mechanical line of sight (boresight capability). IV) Provide Operational and Maintenance Documentation: 1) All system components delivered will pass factory and delivery acceptance tests which demonstrate proper function and performance. 2) The procurement contract shall include terms for training of government operators and analysts as well as maintenance agreements. 3) The procurement contract shall provide updated operations and maintenance manuals to include the documentation of High Definition system changes and final system configuration. This shall include parts list where applicable. V) Provide Engineering Level 2 Drawings: 1) The procurement contract shall provide updated drawings of the High Definition system changes and final configurations. This shall include any mechanical, electrical or software changes. VI) Transportation: 1) The procurement contract shall provide labor and vehicles to transport the Kineto Tracking Mount and Operator Cabin. Instruction: AFFTC is looking for suppliers who can provide High Definition video equipment that may be used alone or in conjunction with other systems to provide the required capability. Commercial and non-development solutions are preferred where the end-system would provide the capabilities stated above. AFFTC is also interested in suppliers that can provide a completely integrated capability. All respondents are asked to provide the following: 1. A technical description of the potential solution or complete capability. The description should answer the following: a. What part of the overall capability does your solution addresses? b. How does your solution work? c. What are its limits? d. What are the physical dimensions and weight of your solution? e. How much power does it use? f. Does it require cooling? g. How effectively has your solution been used in outdoor applications? h. What evidence exists that your solution is applicable to our range optics operation systems? i. How mature is your system? j. Is it a new development? k. Does a prototype exist? l. Is it similar to previous successful developments? m. Is it an extension or evolution of an existing product? n. Is it already in production? o. State additional key assumptions which were needed to simulate the requirements scenarios provided in the requirements table above. 2. A schedule estimate from contract award to operational capability. 3. A cost estimate to produce the initial unit and any estimated cost reductions for additional units. Recommendations where performance can be traded for reduced costs or where performance can be added for little or no cost. RFI Purpose and Limitations: The Government's intention is to better understand the current state-of-the-art and to determine the best acquisition approach. Industry feedback is vitally important and the Government will be receptive to any and all ideas received from industry. This RFI is an expression of the Government's interest only and does not obligate the Government to pay for the requested information nor respond to any submissions. Proprietary information is not being solicited; however, if it is submitted, it should be appropriately marked. It may include attachments that consist of pre-printed commercial brochures or sales literature. Electronic submissions are strongly encouraged. All information provided will be protected as Procurement Sensitive per Federal Acquisition Regulation 3.104. Electronic responses shall be in MS Word or Adobe PDF format. Please submit responses to Mike Keeling. Information must be received no later than 4:30 PM Pacific Time on 10 November 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=58683c8dff749cfe64f6c0de9b38706e&tab=core&_cview=1)
 
Place of Performance
Address: EDWARDS AFB, EDWARDS, California, 93524, United States
Zip Code: 93524
 
Record
SN01694735-W 20081024/081022214413-58683c8dff749cfe64f6c0de9b38706e (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.