MODIFICATION
58 -- Miscellaneous Communication Equipment
- Notice Date
- 1/17/2013
- Notice Type
- Modification/Amendment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- N00178 Naval Surface Warfare Center, Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
- ZIP Code
- 00000
- Solicitation Number
- N0017812Q1012
- Response Due
- 2/1/2013
- Archive Date
- 5/31/2013
- Point of Contact
- Roberta Moss 540-653-4654 Roberta Moss,
- E-Mail Address
-
40-653-7088
- Small Business Set-Aside
- N/A
- Description
- This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. This is a Request for Information (RFI) by the Naval Surface Warfare Center, Dahlgren Division (NSWCDD). This Request for Information is published in accordance with FAR Part 15.201(e), and is for PLANNING PURPOSES ONLY. It does not constitute a Request for Proposal (RFP), or a commitment by the U. S. Government, nor should it be construed as such. Respondents are advised that NSWCDD is under no obligation to acknowledge receipt of information received, or provide feedback to respondents with respect to any information submitted under this RFI. There shall be no basis for claims against the Government as a result of any information submitted in response to this RFI. The Government does not intend to award a contract on the basis of this RFI, or reimburse RFI preparation costs incurred by any offeror when providing the information requested under this notice. If a solicitation is released at a future date, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. THIS REQUIREMENT WAS SYNOPSIZED ON 09/12/2012 AND MODIFIED WITH A NEW FSC GROUP (5895/MISCELLANEOUS COMMUNICATION EQUIPMENT) ON Oct 17, 2012 WITH A CLOSING DATE OF 21 December, 2012. THIS REQUEST FOR INFORMATION IS BEING EXTENDED TO CLOSE OF BUSINESS 01 April 2013. It is the responsibility of any potential offeror to monitor this site for additional information pertaining to this requirement. This sources sought (RFI) is for investigating COTS (Commercial “Off-The Shelf) software and hardware CODECs (Code-decode) for the purpose of both bandwidth reduction within a tactical environment and enabling the ability to transmit multimedia data through bandwidth limited communication systems. as set forth in the specifications attached hereto. Compression Algorithm Requirements Statement of Work The First Mile Communications team at the Naval Surface Warfare Center Dahlgren Division (NSWCDD) will test and evaluate Commercial Off The Shelf (COTS) compression systems in both hardware and software configurations. NSWCDD has an interest in investigating software and hardware CODECs (code-decode) for the purpose of both bandwidth reduction within a tactical environment and enabling the ability to transmit multimedia data through bandwidth limited communication systems. Compressing images and videos are both of interest. FMC has been funded through the Deployable Force Protection (DFP) program to evaluate current available CODEC solutions that can be fielded efficiently and cost-effectively. While this RFI comes with no monetary compensation, it will provide an opportunity for small companies with novel CODECs to receive attention from decision makers in the military currently seeking codec solutions to address the bandwidth issues stated above. CODECs must, at a minimum: 1.Contain a complete code-decode solution, with all appropriate executables 2.Run on or be compatible within Windows 7 operating systems 3.For hardware solutions, the system must be compatible with either USB or Ethernet hardware interfaces 4.Come with a one year royalty free nonexclusive no cost license for evaluation In an effort to determine how a CODEC will perform in an environment applicable to the DoD, a set of established criteria will serve as guidelines throughout the evaluation. CODECs will be graded based on performance in the following areas: To-network latency: This includes the delays incurred in processing of network data. Latency and bandwidth are obviously interrelated, but the goal is to avoid excessive bottlenecking that prevents data from filling the network pipe. - 1 to 3 second latencies may be acceptable if: o1) Higher picture quality is achieved o2) Higher bandwidth efficiency Bandwidth utilization -The evaluation will be targeted at a range between 4 and 100 kilobits per second (kbps) -The maximum bandwidth utilization should be no more than 120% of the average bandwidth profile. -The system shall demonstrate the ability to dynamically configure the video bandwidth settings to adapt to real-time changes. -User shall have the ability to select either constant bit rate or variable bit rate -Option to reduce I-frame refresh size throughgradual decoder refresh option -Ability to select/de-select B frame inclusion Decompressed Image/Video Quality -A Picture Quality Analyzer (PQA) will be used to evaluate image quality. Assessment of decompressed images/video will be compared to original images/video to quantify image degradation. Frame rate/frame size -User shall have the ability to dictate desired frame rate, ideally including the range of one frame per second up to 32 frames per second. The frame rate may be adjusted in order to reach a targeted bandwidth. -User shall indicate frame sizes QCIF (176x144) to CIF (352x288). The ability to choose a frame size of SQCIF (128x96) up to 4CIF (704x480) is ideal but not required. Adherence to PAL or NTSC standards desired. Usability- Questions of the following nature will be considered: -What are the challenges of implementing the CODEC in a military environment? -Can resolutions and compression streams be changed on the fly? -How often is a program restart required? -What is the CPU consumption of any downloaded software required for CODEC? -What are the storage requirements of relevant CODEC software? -What are the physical dimensions of the CODEC (if a hardware solution) The government reserves the right to collect other data not listed here in order to fairly evaluate all compression algorithms. The following is also requested, if applicable: 1.Prior test data/test reports 2.Methods for optimization 3.If H.264 based, describe baselines 4.Long term implementation cost estimates Every business submitting a novel CODEC will receive a report produced by NSWC Dahlgren Division at the end of the evaluation. This report will not be distributed beyond the government. The reports may be distributed outside of NSWCDD to other government organizations that express interest in the CODEC. The CODEC itself will remain in the hands of NSWCDD government personnel. NSWCDD reserves the right to demonstrate CODEC performance to the DoD and its contractors. Submission of a CODEC does not guarantee its demonstration at any point in time. The Government does not intend to make an award based on the submission of a CODEC for evaluation or otherwise pay for the information requested. Submission of a CODEC and supplementary papers is voluntary and does not obligate the Government or NSWCDD to pay or entitle the submitter to payment. Respondents are solely responsible for all expenses associated with responding to this Request for Information (RFI). Feedback from the government regarding CODEC performance is not a guarantee of future initiative funding. Responses to this RFI should include as much detailed technical information as possible. There are no limitations on what a response should include, but it should have at a minimum: Description of the proposed solution Estimated Cost Delivery time Company Name and Address Point of Contact (to include phone/fax/e-mail) Corporate POC (to include phone/fax/e-mail) Technical POC (to include phone/fax/e-mail) Cage Code NAICS Codes Business Size and Status Type of Small Business (if applicable, i.e. 8(a), woman-owned, HUB zone, etc.) Capability Statement Specific customers (for previous similar contracts awarded/held) Other material (relevant to establishing core competencies of the firm) NSWCDD may request further information regarding the capabilities of respondents to meet the requirements as deemed necessary. At no cost to the Government, responding vendors/offerors may continue technical dialogue via this market survey through the Contract Specialist after the initial response is provided. Eligible partners who may respond to this synopsis include companies, public and private foundations, non-profit organizations (including universities) and state or local government organizations. NSWCDD requests offerors ™ responses No Later Than Close of Business 01 April 2013. Submissions will be accepted after this date, but feedback may not be as timely or contribute to NSWCDD ™s strategic planning. All communications with industry must be coordinated through the cognizant Contract Specialist, Roberta Moss. Information should be e-mailed to her: roberta.moss@navy.mil or mailed to Naval Surface Warfare Center, Dahlgren Division (NSWCDD) 17632 Dahlgren Road, Bldg 183, Room 133, Dahlgren, VA 22448-5110. Responses should be labeled with the sources sought number and title. (N00178-12-Q-1012) Information received shall be treated as Business Sensitive and will not be shared outside Government activities and agencies without permission of the provider. Any information supplied under this RFI shall be provided free of charge to the Government. All responses should be unclassified. Information and materials submitted in response to this request will NOT be returned. If responses contain proprietary data, it shall be marked appropriately. It is the respondent ™s responsibility to clearly define to the Government what is considered proprietary data. If any classified data is submitted, it shall be appropriately marked and shall be delivered to NSWCDD, 6146 Tisdale road, Suite 237, Dahlgren, VA 22448-5158, please be sure to include the synopsis reference number (N00178-12-Q-1012 and contract specialist ™s name). Any responses to this announcement should reference synopsis number N00178-12-Q-1012, and should be directed to Roberta Moss, PHN 540-653-4654, or e-mail: roberta.moss@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017812Q1012/listing.html)
- Record
- SN02967804-W 20130119/130117234637-f5f4ac5514db4e90bb4076c09e650b52 (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 |