Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2005 FBO #1350
SOURCES SOUGHT

N -- AIR FORCE MOTION IMAGERY VIDEO PROCESSING CAPABILITY (VPC) REQUEST FOR INFORMATION (RFI)

Notice Date
8/5/2005
 
Notice Type
Sources Sought
 
Contracting Office
ISR Integration System Program Office, 29 Randolph Road, Bldg. 1102C, Hanscom AFB, MA 01731-3010
 
ZIP Code
01731-3010
 
Solicitation Number
FA870705R0009
 
Response Due
9/2/2005
 
Archive Date
11/5/2005
 
Small Business Set-Aside
N/A
 
Description
Air Force Motion Imagery Video Processing Capability (VPC) Request For Information (RFI) THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This request is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in the RFI. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this RFI. The Distributed Common Ground System (DCGS) Program office of the Intelligence, Surveillance, Reconnaissance Systems Group (ISRSG) is requesting information to identify potential alternatives to the Air Force Motion Imagery Video Processing Capability. The current Video Processing Capability System provides the capability to receive 4 and process up to 3 simultaneous video feeds from a combination of analog (RS-170) and/or digital (MPEG-2) sources from tested encoders (i.e. Optibase, Amnis, Astria, Tectronics, Delta). To meet the minimum technical requirements, the proposed alternative shall: * Comply with DCID 6/3 and associated documentation. * Be protected by implementing JEDI security software. * Accept NTSC analog video feed via s-video or composite jack. * Encode the analog video stream into a Motion Imagery Standards Profile compliant MPEG-2 stream. * Convert the Predator ESD embedded in line 21 of the analog vertical blanking interval to KLV metadata as specified in SMPTE 336-M. * Be able to read/encode close captioned metadata from Predator and/or KEEN SAGE. * Catalog and index the video and metadata for off-line retrieval. * Provide a web browser for querying, retrieving, and displaying video from the archive. * Provide on-line RAID storage (level 5) of video data * Provide an archive of mission data using LT-02 tape technology, 250GB per tape. * Provide a minimum of 48 hrs of on-line RAID storage (level 5) for deployed operations. * Provide an off line storage for video clips. * Have the capability to write on line data to an off line device. * Write/store the associated metadata, when available, with the image when written to archive. * Write/store the associated metadata with the image products, either still or clip, when they are generated. * When metadata is available, provide for the automated population of video clips with metadata processed from the video stream. * Keep a metadata/video catalog of all on-line and off-line video/metadata on-line at all times for querying and exploitation support. * Provide shall track on-line and allow the recall of archived data from the archive system. * Allow simultaneous, multiple user query (up to 6) of RAID and the archive system. * Allow user to retrieve, view, and query data from the off-line device. * Allow for one (1) video streams to be directed to a workstation as well as, ingest video products from a server simultaneously. * Allow the video stream to be directed to a workstation of choice or to all workstations simultaneously. * Support at a minimum eighteen (18) exploitation workstations configured for video exploitation; * Provide the capability to review products prior to dissemination. * Capture synchronized metadata and video data to the workstation while streaming the video. * Provide the ability for follow-on image exploitation utilizing a standard ELT package. * Support production of MPEG-1 image products. * Support production of MPEG-2 image products. * Support production of (MPEG-2 with KLVPDS metadata) image products. * Support production of JPEG image products. * Support production of BMP image products. * Support production of NITF-2.0 image products. * Support production of NITF-2.1 image products. * Provide the capability to support product dissemination by CD. * Interface to an existing ATM, 100BaseT, Gigabit Ethernet network, depending on site location. * Allow UNIX interfaces (i.e., clients) as required. (Solaris 8 preferred.) * Be deliverable in a rack mount configuration, or a deployable transit case configuration depending on the con-ops and mission needs. In addition to the above requirements of the existing system it is desired that any new proposed system will include the following requirements: * Provide a web browser for querying, retrieving and displaying video from archive through the use of XML meta-data tagging. * Provide telemetry data to the Distributed Sensor Planner. * Be compatible with the Block 10.2 BAE workflow engines. * Be compatible with HP Open View. Companies are encouraged to respond if they have the ability to provide a cost effective alternative VPC solution and also the ability to: 1) Maintain and troubleshoot the VPC alternative system to include hardware, software and the documentation baseline as required. 2) Install systems (including hardware, software, network connections, etc.) at new customer sites. 3) Provide system training for System Administrators (SA), Information System Security Managers (ISSM), and Users at new customer sites. 4) Support VPC Security Accreditation Testing (SAT) at new customer sites. Respondents to this RFI should identify their company name, address, e-mail, telephone number, and a POC. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. Total pages are not to exceed ten (10) one-sided pages, not including graphical illustrations. Please provide the requested information no later than COB 2 September 2005. This is an RFI only and all information received will be for planning purposes only Interested respondents having questions with respect to the information requested in the RFI should direct them to Pat Forest, Contracting Officer, (781) 377-2883, e-mail pat.forest@hanscom.af.mil, Joseph Pianese, Contract Negotiator, (781) 377-4652, e-mail joseph.pianese@hanscom.af.mil, or 1stLt Brendan Maloney, VPC Program Manager, (781) 377-6051, e-mail Brendan.maloney@hanscom.af.mil Submit electronic responses to Pat Forest, Contracting Officer, (781) 377-2883, e-mail pat.forest@hanscom.af.mil and Joseph Pianese, Contract Negotiator, (781) 377-4652, e-mail joseph.pianese@hanscom.af.mil
 
Web Link
AIR FORCE MOTION IMAGERY VIDEO PROCESSING CAPABILITY (VPC) on HERBB
(http://www.herbb.hanscom.af.mil/esc_opps.asp?rfp=R1123)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00863454-W 20050807/050805212226 (fbodaily.com)
 
Source
FedBizOpps.gov 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.