Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2012 FBO #3800
SOURCES SOUGHT

58 -- Sources Sought: Vehicle Video Capability

Notice Date
4/18/2012
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124RRFIVIDEO
 
Response Due
4/24/2012
 
Archive Date
6/23/2012
 
Point of Contact
Adrienne Egbers, 9283282687
 
E-Mail Address
MICC Center - Yuma Proving Ground
(adrienne.j.egbers@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission and Installation Contracting Command (MICC) - Yuma Proving Ground (YPG) is seeking to identify contractors that may be interested in and capable of providing the below solution. This Request for Information (RFI) is for market research and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government. The information requested herein will be used by the Army to facilitate decision making and will not be disclosed outside the agency. The US Army Yuma Proving Ground is seeking a technical solution to simultaneously record and stream video, in real-time, on-board a moving vehicle via 802.11 wireless technology while operating in a harsh test environment for situational awareness and troubleshooting purposes. An existing 802.11 wireless Mesh is the network communications method. 1.General Requirements: a.The system shall be based on open standards. b.The basic systems shall possess (but not limited to) the following characteristics and features: i.Form Factor: must fit within 18x24x12 NEMA enclosure. ii.Ruggedized: operate in temperatures up to 50o C iii.Power: 9-36 VDC iv.System shall accommodate minimum of 3 video inputs from either Analog composite (NTSC), an IP Camera source, or a mix of both. v.System shall be scalable up to 8 or more cameras. vi.System shall be able to record up to 8hrs under full load (maximum resolution/frame rate/bit rate; maximum video sources) vii.Video feeds shall be individually tunable (Resolution, FPS, Bit Rate) to optimize bandwidth, recording duration, and storage space while maintaining a high level of live view quality. viii.Live Stream shall be easily viewable via a remote workstation without the use of proprietary client software. Zero foot print preferred. c.Other Considerations (Preferred but not Required) i.PoE (Power over Ethernet) capable ii.Multiple built-in switch ports iii.IRIG-10 time insertion capable iv.GPS v.1080p/60 capable vi.Instant playback and indexing without interrupting record stream vii.Motion Imagery Standards Board (MISB) compliant viii.Live streams to be easily ingestible into any open standard compatible Video Management System (VMS). ix.Capable of viewing live streams on client workstation as well as broken out onto display monitors. Interested vendors shall provide a capabilities statement based on the above requirements. In addition, the capabilities statement shall address the following: (1) Identify all socio-economic categories that apply to your company (i.e. small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business). (2) Does your company have a GSA schedule or any other Government contract vehicle? If so, is the proposed equipment/solution offered on your GSA schedule or within the other contract vehicle? (3) Is the equipment required for this solution commercially available or would it be developed exclusively for government purposes? (4) Has your company provided this type of equipment/solution in the past to any other Government agency? If so, please provide contract number, name of government agency, amount of award and date award was made. (5) What is a typical delivery schedule for this type of equipment? (6) Identify is subcontracting opportunities exist for this requirement. If applicable, what specific portion of the requirement would you elect to subcontract? What percent of the total contract effort does your organization normally subcontract? The MICC-YPG does not intend to award a contract on the basis of the responses, nor otherwise pay for the preparation of any information submitted, nor will respondents be notified of the MICC-YPG's review of the information received. Interested sources shall provide requested capabilities statement no later than 24 April 2012. In addition, the MICC-YPG is allowing interested vendors to provide an on-site demonstration beginning 30 April 2012. If interested in providing an on-site demonstration, please submit a request in writing to the POC listed below by the closing date of 24 April 2012. Dates and times for the on-site demonstration will be provided after 24 April 2012. The Government is not liable for any expenses incurred by an attendee for the on-site demonstration.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/da575cbc50804cfd8bb4b9b4faa209bd)
 
Place of Performance
Address: MICC Center - Yuma Proving Ground KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02725057-W 20120420/120418235136-da575cbc50804cfd8bb4b9b4faa209bd (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.