Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2013 FBO #4088
SOURCES SOUGHT

67 -- Sources Sought: Global Shutter HD Video Camera Capability

Notice Date
1/31/2013
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R-HDVIDCAM
 
Response Due
2/21/2013
 
Archive Date
4/1/2013
 
Point of Contact
Erik Nelson, 928-328-2506
 
E-Mail Address
MICC Center - Yuma Proving Ground
(erik.s.nelson2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought: Global Shutter HD Video Camera Capability Solicitation Number: W9124R-HDVIDCAM The Mission and Installation Contracting Command (MICC) - Yuma Proving Ground (YPG) is seeking to identify contractors interested in providing an air delivery video camera replacement. This Request for Information (RFI) is for market research and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government. The information requested herein will be used by the Army to facilitate decision making and will not be disclosed outside the agency. The MICC-YPG is seeking a technical demonstration of a Full HD video camera in effort to replace analog NTSC cameras. The dynamic testing at YPG demands a camera sensor that incorporates a global shutter in place of a rolling shutter. Experience with HD cameras utilizing a rolling shutter has proven to cause distortion in the image which is not suitable for documentary video that is often used for photogrammetric analysis. 1.General Requirements: a.The system shall be based on open standards: i.SMPTE 292 ii.SMPTE 170M b.The system shall possess the following characteristics and features: i.1080p/30, 29.97, 25, 24, 23.976 Frame Rates ii.HD-SDI Video Output iii.NTSC Video Output iv.BNC Connectors v.C-Mount Lens Mount vi.Adjustable Backfocus vii.Ruggedized: Operate in Temperatures up to 50o C viii.Power: 12-24 VDC ix.Compatible with ITS Video Time Inserter x.Automatic IRIS xi.Adjustable White Balance xii.Independent Global Shutter c.Other Considerations i.1080p/60 Frame Rate ii.Genlock Synchronization iii.IP Configurable iv.IP Video Output v.Other features or Enhancements not annotated. vi.Capable of viewing live streams on client workstation as well as broken out onto display monitors. d.Other: i.A tracking platform will be onsite where each vendor will attach their camera to YPG Optics and demonstrate their product. ii.Provide capabilities brief to include workflow/Dataflow diagrams of system. iii.Conceptual Diagram- Figure 1 posted on the MICC website: http://www.yuma.army.mil/site_contracting.asp Interested vendors shall provide a capabilities statement based on the above requirements to include workflow/Dataflow diagrams of systems. In addition, the capabilities statement shall address the following: (1) Identify all socio-economic categories that apply to your company (i.e. small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business). (2) Does your company have a GSA schedule or any other Government contract vehicle? If so, is the proposed equipment offered on your GSA schedule or within the other contract vehicle? (3) Is the equipment required for this solution commercially available or would it be developed exclusively for government purposes? (4) Has your company provided this type of equipment in the past to any other Government agency? If so, please provide contract number, name of government agency, amount of award and date award was made. (5) Has your company provided this type of equipment in the past to any other company other than the Government? If so, please identify and provide details. (6) What is the typical delivery schedule for this type of equipment? (7) Identify if your company manufactures the equipment being supplied and the place that it is manufactured (i.e. manufactured in the United States or outside of the United States). (8) Identify if subcontracting opportunities exist for this requirement. If applicable, what specific portion of the requirement would you elect to subcontract? What percent of the total contract effort does your organization normally subcontract? (9) What North American Industry Classification System (NAICS) code would your company recommend for this equipment? (10) What type(s) of warranties exist or may be offered for this type of system? Will any maintenance of the equipment be allowed by government personnel (please specify if any maintenance would violate warranties)? (11) Are schematics for the cameras provided? The MICC-YPG does not intend to award a contract on the basis of the responses, or pay for the preparation of any information submitted, nor will respondents be notified of the MICC-YPG's review of the information received. Interested sources shall provide requested capabilities statements no later than 21 February 2013. In addition, the MICC-YPG is allowing interested companies to provide an on-site demonstration beginning 04 March 2013. A tracking platform will be onsite where each vendor can attach their camera to demonstrate their product. If interested in providing an on-site demonstration, please submit request in writing by the closing date of 21 February 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d87dfdb2250b443561788ba972ace873)
 
Place of Performance
Address: MICC Center - Yuma Proving Ground KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02976840-W 20130202/130131234523-d87dfdb2250b443561788ba972ace873 (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.