SOURCES SOUGHT
16 -- Video Distribution Switch for use in Small Rotary Wing Aircraft Request For Information
- Notice Date
- 10/8/2013
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-TASO-K, Lee Boulevard, Building 401, Fort Eustis, Virginia, 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- RFI-H92241VIDEO
- Archive Date
- 11/23/2013
- Point of Contact
- Carrie E Bryant, Phone: 757-878-5223 x255
- E-Mail Address
-
carrie.e.bryant.civ@mail.mil
(carrie.e.bryant.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Video Distribution Switch for use in Small Rotary Wing Aircraft RFI Notice Type: Sources Sought 1.0 - DESCRIPTION: 1.1 - The United States Special Operations Command, Technology Applications Contracting Office (TAKO) is seeking information on potential sources concerning a video distribution switch which will satisfy the integration, interface, and processing requirements as detailed below. This video distribution switch will be integrated into a small rotary wing aircraft. 2.0 - REQUIREMENTS: 2.1 - General information and coverage. The equipment will be of the manufacturer's current design and capable of performing its intended function in accordance with the operation and performance requirements specified herein. 2.2 - Production model. As an objective, components of the system shall be non-developmental items. 2.3 - Definition. The system shall consist of, but is not limited to, the following major components: 2.3.1 - Video distribution switch 2.4 - Characteristics. Desired equipment capabilities and characteristics are below. The aircraft has severe weight and space limitations. It is critical that any proposed product be of minimal weight and cube. 2.4.1 - Power: 28VDC. 2.4.2 - Capability to meet MIL-STD Environmental and Electromagnetic Compatibility requirements (reference MIL-STD 810G and MIL-STD 461F) or currently qualified (desired). 2.4.3 - Military standard (MIL-DTL-38999 or similar) connectors. 2.4.4 - Weight no greater than 6 pounds. 2.4.5 - Video tiling capability to produce split and quad screen displays. 2.4.6 - Four to six input video sources. 2.4.7 - One to six output video with capabilities to repeat any input video source. Minimally, one SMPTE-292/DVI video output. 2.4.8 - Video distribution switch cards, installable into enclosures such as a mission computer, are also under consideration. 3.0 - RECOMMENDED RESPONSES: 3.1 - Respondent's responses to this announcement shall include the following information and address the following questions: 3.1.1 - Respondent's name, address, point of contact (POC), phone number, and e-mail address. 3.1.2 - Business size. 3.1.3 - No more than four pages providing clarification/explanation of the component(s) to include historical usage, if any. This portion of the response should clarify how the component meets all the above requirements. Note: Specific parameters and data of interest include: 3.1.3.1 - Dimensions of individual LRU(s), mounting hardware, and overall when installed. Size/form factor for video distribution switch cards. 3.1.3.2 - Weight. 3.1.3.3 - Power. 3.1.3.3.1 - Conformance to MIL-STD-704F with expected deviations, including power interruptions and transients of up to 150 milliseconds. 3.1.3.3.2 - Power consumption (Watts). 3.1.3.4 - Environmental and electromagnetic compatibility qualifications, specifying conditions that the proposed product has been shown to be in compliance as well as conditions for which the product has either not been tested for compliance or is not compliant. If qualified, identify the cognizant engineering authority. 3.1.3.5 - Passive/Active cooling description. 3.1.3.6 - Mean Time Between Failure (MTBF). 3.1.3.7 - Mounting characteristics - Does the unit require shock mounting? 3.1.3.8 - Video tiling capabilities. 3.1.3.9 - Video scaling, conversion, windowing, compression capabilities. 3.1.3.10 - Video input quantity/type. 3.1.3.11 - Video output quantity/type/refresh rate. 3.1.3.12 - I/O, backplane, form factor if video distribution switch card. 3.1.3.13 - Current availability. 3.1.3.14 - Production rates. 3.1.3.15 - Obsolescence planning.3.1.3.15 - Performance discriminators from other competitors 3.1.4 - Technical specification and supporting information for solutions meeting the performance requirements. 3.1.5 - Interface Control Documents (ICDs) available for review. 3.1.6 - Mechanical and Electrical drawings available for review. 3.1.7 - Any associated Technical Standard Order(s) (TSOs), Supplemental Type Certificate(s) (STCs) or other flight releases from cognizant aeronautical engineering design authority (e.g. Department of Defense (DoD), Federal Aviation Administration (FAA), European Aviation Safety Agency (EASA)). 3.1.8 - Test reports from executed flight test efforts. 3.1.9 - Artifacts providing evidence of environmental and electromagnetic compatibility MIL-STD qualification. 3.1.10 - Have you sold these products to any Government agencies, or non-government, commercial sources? If so, please provide names of agencies, POCs and contract numbers. 3.1.11 - Recommended criteria towards technical capability assessment. 3.2 - Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that submissions will not be returned. 3.3 - The Government intends to utilize personnel from Cruz Associates, Inc., Yorktown, Virginia, and Yahwehs Computers, Inc., Williamsburg, Virginia to provide technical advice and support in review of submitted information. By submitting a response to this RFI, the Contractor consents to the Government disclosing Contractor proprietary information to the aforementioned contractors to develop the acquisition approach. Each of these support contracts have the Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.227-7025, Limitations on the Use or Disclosure of Government-Furnished Information Marked with Restrictive Legends, in the contracts with the Government and employees of these companies have individual non-disclosure statements on file with the company. 4.0 - INFORMATION EXCHANGE MEETINGS: 4.1 - The Government does not intend to host an information exchange meeting to discuss this RFI with interested potential respondents. 5.0 - CONTACT: 5.1 - This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. 5.2 - All interested, capable, and responsible sources that wish to respond to this RFI are asked to provide input to Ms. Carrie Bryant, Contract Specialist via email at carrie.e.bryant.civ@mail.mil no later than 08 November 2013 at 2:00 PM EST. Questions may be forwarded to the Contract Specialist by e-mail.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortEustisVA/RFI-H92241VIDEO/listing.html)
- Record
- SN03213281-W 20131010/131008234150-8fac050cf0b04992e80f31065006577a (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 |