SOURCES SOUGHT
70 -- Video Processing and Analytics Industry Day - Survey
- Notice Date
- 10/30/2013
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
- ZIP Code
- 20535
- Solicitation Number
- 20131211
- Archive Date
- 11/28/2013
- Point of Contact
- Dawn Morgan,
- E-Mail Address
-
dawn.morgan@ic.fbi.gov
(dawn.morgan@ic.fbi.gov)
- Small Business Set-Aside
- N/A
- Description
- Survey Terminology RFI Survey Federal Bureau of Investigation (FBI) Video Processing and Analytics Industry Day RFI-20131211 Request for Information This Request for Information (RFI) is being issued on behalf of the Federal Bureau of Investigation (FBI) and is for the purpose of market research associated with the below description. Description The FBI is currently undertaking a major issue study of video and digital image processing and video/digital image analytic capabilities to identify current capabilities, assess gaps, and develop a roadmap for the FBI's future video analytics architecture. As part of the study, the FBI is investigating commercial technologies and capabilities across the video processing and video analytics spectrum. In support of this effort, the FBI will be hosting a Video Processing and Analytics Industry Day on Wednesday, 11 December, 2013 at the J. Edgar Hoover Building, Washington, D.C. The audience will be senior officials from the FBI, FBI technical experts in the video analytics field, and senior officials from other US Government agencies with an interest in advanced video/image processing and analytics. The FBI is seeking information from All Interested Parties in industry pertaining to the demonstrated capabilities in the following disciplines: 1. Media Ingestion and Storage a. Large scale ingest and management of video and still image data b. Automatic identification and processing of media type and format c. Automated transcoding of video using various codecs d. Metadata extraction and flagging e. Source validation techniques or algorithms f. Cataloging and indexing for chain of evidence support g. Tracking and reporting to a workflow manager and analysis coordination function h. An improved process for manual metadata entry, if automated metadata is missing 2. Process status and coordination functions a. Workflow status reporting on media operations b. Analyst activity monitoring c. Media source reporting d. Workflow status and tracking e. Workflow interaction between analysts 3. Annotation and detection functions a. Annotation (manual and automated) and indexing synchronization b. Cataloging for chain of evidence and analysis reviews c. Automated detection using c.i. Pre-defined classifiers (e.g., face, person, vehicle, activity, scene) c.ii. Analyst defined ad-hoc classifiers 4. Visualization and exploration of data functions a. Capability to browse media using selectable parameter controls b. Capability to organize/manage/cluster data based on pre-defined or analyst defined parameters c. Capability for manual and automated cross-referencing, for example associating images/videos to relational graphs, maps, etc... d. Automated methods for inferring time and location information for videos and images with missing calendar and location data 5. Pre-processing/filtering functions for automated triage purposes a. Automated filtering of data using metadata (operator selectable parameters) such as time segments, capture location, capture source, and image quality b. Video summarization such as key-framing, scene change detection, shot boundary detection, consolidation c. Automated high level video/image enhancement 6. Integration of recognition tools a. Measure and present similarity information relating to face recognition, facial attributes, pedestrian recognition, vehicle recognition, license plate recognition, or general image similarity b. Re-identification of individuals, vehicles, and/or objects c. Detection of human behavior characteristics Security In accordance with Section 24, Personnel Security of Department of Justice (DOJ) Order # DOJ 2640-2, entitled "Information Technology Security, Foreign Nationals" foreign nationals will not be authorized to access or assist in the development, operation, management or maintenance of Department IT systems. Contracts will not be awarded to Foreign Nationals. The FBI intends to secure software and/or services from companies which are not under foreign ownership, control, or influence (FOCI) or where any FOCI, in the opinion of the government adversely impacts on security requirements. Therefore, provide a statement regarding the status of your company's foreign ownership, control, and influence. General In order to be considered for attendance, interested vendors must complete the attached survey. All submissions should be e-mailed no later than 4:00 PM, November 13, 2013 to the Contract Specialist, Dawn A. Morgan at Dawn.Morgan@ic.fbi.gov. This RFI is for planning purposes only and shall not be considered as a request for proposal or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. Responses to this RFI will not be returned. All questions regarding this RFI shall be in writing. No phone calls will be accepted. The cost of responding to the RFI shall be exclusively borne by the contractor and no costs will be reimbursed by the government. The FBI makes no implied or in fact contract by issuing this RFI. Due to the limited space available, a maximum of 30 vendors will be selected to attend. Each vendor will be allowed two attendees; one of which must be able to address the technical capabilities of the vendor. Vendors will be evaluated for participation based on the criteria below. In the event that multiple vendors meet all criteria equally, and that the FBI has to limit the overall number of participants due to space restrictions, preference will be given to vendors that can demonstrate multiple capabilities that fill FBI capability gaps. Criteria: 1. Maturity of the vendor's solution; 2. Degree to which the vendor's solution fills an identified critical gap for the FBI; 3. Uniqueness of the vendor's solution; 4. Degree to which the vendor's solution is interoperable with both FBI Video Analytics (VA) capabilities and other existing VA capabilities. All vendors will be notified of their selection/non-selection no later than November 22, 2013. Vendors selected to participate will receive additional information about access to the J. Edgar Hoover Building, set up and demonstration times.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/20131211/listing.html)
- Place of Performance
- Address: J. Edgar Hoover Building, Washington, District of Columbia, United States
- Record
- SN03224630-W 20131101/131030234006-2865c9ec8b68e7c7714223263dba4fbe (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 |