Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2012 FBO #3826
SPECIAL NOTICE

A -- Request for Information - H.264 Fidelity Range Extensions (FRExt) Software

Notice Date
5/14/2012
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK-12-ARTIS-02-FREXT
 
Archive Date
8/12/2012
 
Point of Contact
Angela Karten, (407) 384-5377
 
E-Mail Address
PEO STRI Acquisition Center
(angela.l.karten@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SEEKING INDUSTRY INFORMATION ON CAPABILITIES, PRODUCTS AND TECHNOLOGIES The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager for Instrumentation, Targets and Threat Simulators (PM ITTS) in partnership with White Sands Missile Range (WSMR) is conducting Market Research to seek industry information on available capabilities, products and technologies for developing and fielding an H.264 Fidelity Range Extensions software library and codec. The intent of this effort is to be able to field a real-time, low latency high bit depth (14-bit) compression codec to support live streaming requirements at Department of Defense (DoD) Test Ranges. This capability is also of significant interest to other areas within the DoD. DESCRIPTION This capability will be used to support real-time and post-test operations for DoD weapons testing at the nation's Test and Evaluation (T&E) Ranges. Responses shall address available capabilities to efficiently generate an optimized H.264 FRExt software library and codec that will be leveraged as a Government Open Source product. 1. Background: The overall objective of this task is to generate a cross platform compatible software library that is capable of compressing and decompressing Test Range 14-bit motion imagery in real-time with a full system (glass-to-glass) latency of less than 200 milliseconds. The compression modes shall support both lossy and lossless modes of operation and support both monochrome and color imagery. Upon completion of the project, the software (source code, project files, binaries, compiled codecs, etc.) and documentation are to be posted to an open source repository site that is acceptable to the DoD, to support open source sharing with other T&E and DoD efforts and users. As part of this effort, special attention will be made to ensure that the resulting software capability is compliant with applicable Motion Imagery Standards Board (MISB) standards, recommended practices and engineering guidelines. As a deliverable, the codec shall have the ability to encode and decode imagery in the formats requested. 2. Desired Capabilities: The desire to implement high bit depth image compression is derived from the benefits that can be achieved with high dynamic range imaging in the weapons testing environment. For instance, science grade infrared cameras commonly used at the Test Ranges provide raw 14-bit monochrome dynamic range. Currently, this imagery is required to be scaled to 8-bits before it can be used with live streaming systems and for delivery to customers in standard compressed file formats. 14-bit visible color cameras are also currently in use that are handicapped with this same issue. The desire is to be able to support bit depths ranging from 8 bits to 14 bits in both monochrome and color modes, including 4:4:4, 4:2:2, 4:2:0 and 4:0:0. The H.264 High 4:4:4 Predictive and Intra Profiles define the specific details. Reference Figure 1: Example of high dynamic range imaging, included as Attachment 1. 3. H.264 FRExt Software Library and Codec Performance Requirements: Key characteristics for the H.264 FRExt software library and codec performance are contained in Table 2.1, included as Attachment 2. Major activities that will be carried out under the effort include: --- a. Requirements definition. The main objective of this task is to create a capability for compressing and decompressing T&E community motion imagery with a dynamic range of up to 14-bits. Specifically, a key goal is the low latency (<200 msec) real-time (30 Hz) high definition compression of Range infrared and high bit depth visible motion imagery. Performance requirements are required with Intra (I frame only) and an Intra Predictive Predictive (IPP) Group of Pictures (GOP) structure with up to eight P frames for every I frame. --- b. Build software codec configuration files. --- c. Optimize the configuration files for quality and speed performance. --- d. Optimize for both monochrome and color high dynamic range imagery. --- e. Optimize the H.264 codec for both software only encoding and decoding. --- f. Provide documentation on the capability. --- g. Post as open source project on a DoD approved site. 4. Government Furnished Equipment (GFE)/MISB Standard: The following Government resources and standard will be made available to support this requirement if/when the Government decides to pursue this effort. --- a. Existing stored samples of 14-bit 4:0:0 monochrome infrared imagery. --- b. Existing stored samples of 14-bit 4:4:4 color visible imagery. --- c. MISB Standard 0404: Compression for Infrared Motion Imagery. 5. Testing and Result Comparisons: Where possible, imagery in the near, mid-wave and long wave infrared will be tested in this effort. Images that have been previously captured with WSMR Range infrared and high speed, high bit depth color cameras will be made available for testing, optimizing and measuring the H.264 software. Specific image sets with high dynamic range scene content will be tested to provide evidence of the value of the software capability over existing systems. These image sets will be scaled to 8-bit images and compressed with H.264 baseline software to validate the quality improvement. Both qualitative and quantitative measures are to be provided. Standard peak signal to noise ratio (PSNR) and structural similarity (SSIM) metrics are to be measured on each data set to illuminate the quantitative enhancement. ACQUISITION APPROACH The purpose of this Request for Information (RFI) is to improve the Government's understanding of the requirements and industry capabilities in order to establish the best acquisition approach. Industry feedback is vitally important and the Government will be receptive to any and all ideas received from industry. PM ITTS is looking for suppliers who can provide or develop a timely solution. RESPONSES REQUESTED Submissions: Respondents are asked to submit replies no later than 15:30 PM Eastern Time, Orlando, FL, on Wednesday, 30 May 2012 by email to angela.l.karten@us.army.mil with a courtesy copy to nicole.bui@us.army.mil, or alternatively by mail to: U.S. Army PEO STRI - Acquisition Center, ATTN: SFAE-STRI-KOT/Angela Karten, 12350 Research Parkway, Orlando, FL 32826. Electronic submissions are strongly encouraged. Acknowledgements of receipt will not be made. Format: Do not exceed ten (10) pages, including the cover page. In addition, up to five attachments may be included that consist of pre-printed commercial brochures or sales literature. Font shall not be smaller than industry standard word processor 12-point Times New Roman. Electronic submissions shall be in MS Word or Adobe PDF format. Proprietary information is not being solicited; however, if submitted, it should be appropriately marked. Cover Page: Include on the cover page the company name, address, Commercial and Government Entity (CAGE) code, and point of contact with name, title, phone number, and email address. Also indicate the RFI title and number. Size of Business: Provide a statement indicating if your firm is a large or small business. If small please indicate any applicable socio-economic status such as Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a), HUB Zone, etc. NAICS Code: The Government is considering NAICS code: 541511 - Custom Computer Programming Services, for this effort. Feedback from industry on suggestions for possible NAICS codes that best fit this requirement is requested. Respondents are asked to provide the following information: 1. A technical description of the potential solution or complete capability. The description should answer the following: --- a. Describe your solution and approach. --- b. How does the expected performance of your solution compare to the threshold and objective requirements? --- c. What are the recommended system requirements for your solution in terms of CPU configuration, memory, GPU, etc.? --- d. How effectively has your solution been used in similar applications? --- e. What evidence exists that your solution is applicable if it has not been used in similar systems? --- f. How mature is your system? Is it a new development? Does a prototype exist? Is it similar to previous successful developments? Is it an extension or evolution of an existing product? Is it already in production? 2. A schedule estimate from contract award to operational capability. 3. A Cost Rough Order of Magnitude (ROM) estimate. 4. Recommendations where performance can be traded for reduced costs or where performance can be added for little or no cost. 5. Comments, recommendations or limitations on following an open source model for this activity. NOTICE In accordance with FAR 15.201(e), responses to this notice/RFI are not offers and cannot be accepted by the Government to form a binding contract. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME. DISCLAIMER This RFI action does not constitute a solicitation or Request for Proposals (RFPs) and is not a commitment by the U.S. Government to procure the subject products, services or information. The submission of this information is for PLANNING PURPOSES ONLY and is not to be construed as a commitment by the Government to procure any supplies or services, or for the Government to pay for the information received. Respondents are solely responsible for all expenses associated with responding to this RFI. GOVERNMENT CONTACTS Direct submission inquiries to the Contract Specialist, Angela Karten, and technical inquiries to the Project Director, Nikki Bui. Contracts POC: Angela Karten, (407) 384-5377, angela.l.karten@us.army.mil Technical POC: Nikki Bui, (407) 384-5245, Nicole.Bui@us.army.mil ATTACHMENTS Figure 1: Example of High Dynamic Range Imaging Table 2.1: H.264 FRExt Software Library and Codec Requirements
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-12-ARTIS-02-FREXT/listing.html)
 
Record
SN02746836-W 20120516/120514235452-69cdbc7ae1ad02338c984b15519d8bc0 (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.