SOURCES SOUGHT
69 -- Request for Information (RFI) for National Training Center (NTC) Live Fire Video Monitoring Components
- Notice Date
- 9/1/2011
- Notice Type
- Sources Sought
- NAICS
- 333315
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
- ZIP Code
- 32826-3276
- Solicitation Number
- W900KK10D0001RFI0005
- Response Due
- 9/9/2011
- Archive Date
- 11/8/2011
- Point of Contact
- Marie Bittikofer, 407-208-5086
- E-Mail Address
-
PEO STRI Acquisition Center
(marie.bittikofer@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- I.Introduction PEO STRI, Project Manager for Training Devices (PM TRADE), Combat Training Instrumentation Systems(CTIS) is interested in identifying viable technologies and approaches for the replacement of a Video Monitoring Component (VMC) for real-time video provided by three remote color cameras at NTC. Two of the cameras are microwave controlled and one is a direct connection to the Live Fire Command and Control (C2) facility, which is a night vision thermal camera. The video signals are sent to the Core Instrumentation Subsystem (CIS) via the Range Monitoring and Communication Subsystem (RMCS) fiber-optic component. Video from the CIS can also be displayed in the Command and Control facility. The purpose of the remote video cameras is to monitor Live Fire events. Coverage with the current camera systems is poor and outdated. Proper coverage of Live Fire events is limited and needs to be expanded for safety, viewing, and recording of events on the Live Fire training ranges. Most camera equipment is beyond Life Cycle and replacements are no longer available. This will impact Mission Capability, Support and System Sustainability. Equipment will be primarily installed and operated at the Ft. Irwin, National Training Center (NTC). II.Requirements The Video Camera System shall: 1.Provide three (3) camera systems designed for long range (1-20Km) surveillance, which utilize advanced optical sensors and lenses. Cameras will be utilized 24/7 during exercises. 2.Be capable of performance under harsh environment condition: Day time, Night, Fog, Rain, Dust, and Smoke (reference MIL-STD 810G). Cooled infrared camera system must offer long range thermal imaging, with available continuous zoom capabilities for stationary surveillance applications. 3.Have a Pan, Tilt, and Zoom (PTZ) feature. Performance Specifications: 1.Video format is required to be NTSC. Visual resolution should be higher than 640x512 pixels. If several resolutions are available please provide a rough order of magnitude cost (ROM) for each. 2.Camera should meet the serial interface that currently exists. RS232, RS422. 3.Power requirement is 120VAC/ 60Hz with back up battery power. Provide average battery longevity/usage. 4.Weight of the camera system should not exceed 75lbs. 5.Environmental operating temperature range should be -32C to +60C. Capture video range detection of 1 Km to 20 Km. 6.Cameras must provide video output capability that will feed to a remote range control center. Software control of the cameras features need to be available in a TBD format (Windows/Mac/Redhat, etc) via a standard serial interface. 7.Camera system should provide remote control via a trackball, joystick, or a facsimile for camera pan, tilt, and zoom control capabilities. 8.Camera should be protected from live fire effects without degradation of the camera capabilities. Equipment must meet minimum of MIL-STD810 G or the highest standard for ruggedized testing for mobile gear. Other Requirements: 1.Provide Reliability and Maintenance (RAM) measures; any lifecycle cost figures, warranty information, and logistic information. 2.If camera is capable of being powered by solar, please disclose details and price separately. 3.Examples of Camera's usage and resent history of usage should be provided. 4.Provide company's size status in your response. III.Response Responses for the camera description cited herein and an associated ROM shall be provided within 1 week after date of this RFI being posted. Disclaimer: Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK10D0001RFI0005/listing.html)
- Place of Performance
- Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
- Zip Code: 32826-3276
- Zip Code: 32826-3276
- Record
- SN02559978-W 20110903/110902103236-c5046da575061c9c6cfa9f9d7a297ed0 (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 |