Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2016 FBO #5375
SOURCES SOUGHT

67 -- Sources Sought for 2 Fastcam Mini

Notice Date
8/9/2016
 
Notice Type
Sources Sought
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-16-T-0333
 
Archive Date
8/31/2016
 
Point of Contact
Christine Chase, Phone: 3013944012, Fatimata Diallo, Phone: 3013945501
 
E-Mail Address
christine.m.chase10.civ@mail.mil, fatimata.diallo.civ@mail.mil
(christine.m.chase10.civ@mail.mil, fatimata.diallo.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
(1) Action Code :SOURCES SOUGHT This is a Sources Sought Notice only. This is not a request for proposal, but a survey to locate potential sources. This Sources Sought does not constitute an Invitation for Bids, Request for Proposals, or a Request for Quotations, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited, nor is it a guarantee of a forthcoming solicitation or contract. It is for market research purposes only. Respondents will not be notified of the results of the evaluation. The purpose of this Sources Sought Notice is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB, & EDWOSB businesses are highly encouraged to participate. (2) Date : 05 August 2016 (3) Classification Code : 67 (4) NAICS Code: 423410 (5) NAICS Size Standard: 200 Employees (6) Contracting Office Address:2800 Powder Mill Road Bldg. 601 Adelphi, Maryland 20783 (7) Subject: Sources Sought for 2 Fastcam Mini (8) Proposed Solicitation Number: W911QX-16-T-0333 (9) Sources Sought Closing Response Date: 16 August 2016 (10) Contact Point: Christine Chase, Contract Specialist, Christine.m.chase10.civ@mail.mil (11) A. Objective: To find sources that are qualified to meet the supplies/services as listed in section 11B. Note that the specific requirements in section C are subject to change prior to the release of any solicitation. B. Technical Specifications 1.System Components: 1.1.Camera Body. 1.1.1.Must be no larger than 120 mm H x 120 mm W x 94 mm D. 1.1.2.Must not exceed 1.6 Kg weight. 1.1.3.Gigabit Ethernet provides optional computer control. 1.2.Sensor's light sensitive area must be at minimum: 1.2.1.1.1,024x 1,024 pixel resolution. 1.2.1.2.20 m pixels. 1.2.1.3.True 12-bit pixels with all 12 bits being available simultaneously (subject to image format and host system). 1.2.2.C-mount and F-mount lens mounting shall both be provided at no extra cost. (Note: F-mount shall support both "F" and "G" type lenses.) 1.3.Supplied Software: 1.3.1.Software must be capable of (but not essential for): camera control, image replay, ‘feature programming,' and downloading via SDI and RS170 video outputs. 1.3.2.It must facilitate direct conversion and downloading (without requiring an additional conversion stage) from the camera in recognized industry standard image formats (see 1.3.8 below) directly to a computer. 1.3.3.It must be provided at no charge. 1.3.4.This software will have the following capabilities: 1.3.4.1.Operation at true Gigabit Ethernet capacity. 1.3.4.2.Full camera control capability, including simultaneous control and continuously live image display of multiple cameras during recording. 1.3.4.3.Software shall enable full camera control through nine sectors that are overlaid in the computer's image display to facilitate easier camera operation. 1.3.4.4.Full playback control, including: 1.3.4.4.1.multiple camera/image synchronization, 1.3.4.4.2.image sequence loop, 1.3.4.4.3.Define T0. 1.3.4.4.4.color adjustment, 1.3.4.4.5.contrast and brightness adjustment, 1.3.4.4.6.image zoom, 1.3.4.4.7.Image pan. 1.3.5.It must also be possible to select a section, or block, of the recoded image sequence for download or replay. 1.3.6.It must have the ability to provide software Binning to increase sensitivity. Binning must be enabled in square, vertical, or horizontal formats such as: 1.3.6.1.2x2 Pixels 1.3.6.2.4x4 Pixels 1.3.6.3.1x2 Pixels 1.3.6.4.1x4 Pixels 1.3.6.5.2x4 Pixels 1.3.7.Area of interest save, where the user outlines an area within the recorded displayed image which is then cropped and saved to disk accordingly. 1.3.8.Images can be saved, uncompressed, or with user selectable compression types (software shall survey host PC and use available Codecs) and compression ratios/degrees, where applicable, in the following image formats: 1.3.8.1.AVI. 1.3.8.2.JPEG. 1.3.8.3.TIFF. 1.3.8.4.BMP. 1.3.8.5.PNG. 1.3.8.6.MOV 1.3.8.7.RAW (8 bit Bayer format). 1.3.8.8.RAWW (12 bit Bayer format). 1.3.8.9.MRAW (12 bit Bayer format) 1.3.9.Auto download: Software shall be capable of automatically downloading and saving a variable length image sequence to a user selected networked destination upon receipt of a suitable trigger signal. Once the image download is completed, the software will rearm the camera and await the next trigger. 1.3.10.Software shall provide the user the choice to save camera parameters and comments with the saved image sequences. 1.3.10.1.The user should be able to determine if this data is superimposed outside or inside the image area. 1.3.11.User shall be able to load and display suitably configured logo graphics on computer screen and print outs. 1.3.12.Software shall allow synchronization of video playback from multiple cameras by either frame number or frame time. Salient Operating Characteristics: 1.4.Recording Rates -Must be capable of recording from 60 to 900,000 frames per second, including operation at the following minimum resolutions and speeds: 1.4.1.1.1.Full resolution (1,024 x 1,024 pixels) recording to 6,400 frames per second. 1.4.1.1.2.896x768 pixels recording at 10,000 frames per second. 1.4.1.1.3.768x512 pixels recording at 15,000 frames per second. 1.4.1.1.4.512x 512 pixels recording at 20,000 frames per second. 1.4.1.1.5.384 x256 pixels recording at 50,000 frames per second. 1.4.1.1.6. 256x 160 pixels recording at 100,000 frames per second. 1.5.System must be able to save twenty (20) unique resolution/speed configurations defined by the user and saved in an easily accessed resolution/speed table. 1.6.Shutter Speed - Must be capable of global electronic shutter operation as fast as to 260ns 1.7.System must include onboard memory of 32GB. 1.8.Playback Modes - playback from 1 fps to 1,000 fps, forward and reverse, plus single step mode, forward and reverse. Must be capable of changing play rate and direction without stopping playback. 1.9.Must have the ability to partition full available memory into a minimum of sixty-four (64) autonomous segments for multiple recordings without requiring download. 1.9.1.System should be selectable as to automatic or manual increment of recording partitions. 1.10.Dual Speed Recording: The camera must have the ability to change camera recording speed, up or down (by a selectable factor from one to eight), while the camera is recording. 1.11.Internal video trigger: System should have ability to trigger recording based upon a user-definable threshold of changes in subsequent images. 1.12.Camera must be capable of synchronizing with IRIG or GPS time codes with no external recording hardware required. 1.12.1.IRIG and GPS recording accuracy must be better than one frame. 1.12.2.A visual indicator will be used to show if camera is synchronized to IRIG/GPS or not. 1.13.Camera will include built-in programmable delay generators for timing and trigger signals. 1.14.Must be able to phase-lock multiple cameras to assure frame "0" is synchronized on all systems. 1.15.Must include automatic exposure where the shutter is adjusted to prevent pixel over exposure in the event of increased light within a scene. 1.15.1.This feature must include the ability for the user to define a maximum shutter exposure so as to prevent motion blur occurring within the recording. 1.16.Camera must provide some sort of user programmable Dual Slope Shutter whereby individual pixels can be reset when a user defined intensity threshold is achieved. 1.16.1.This feature will be selectable in degrees from 0% to 90%. 1.17.Must include different trigger modes, including: 1.17.1.Start trigger. 1.17.2.End trigger. 1.17.3.Center trigger. 1.17.4.Manual (variable in frame/percent increments) 1.18.Trigger signal must be switch closure, open collector or TTL and input via a BNC connector on the processor. 1.19.Camera operating voltage shall be between 18 and 36 VDC. 1.19.1.The camera must be supplied with separate (remote) AC to DC power converter unit. 1.20.Must be compatible with commercially available National Instruments data acquisition hardware. Camera software package will control and synchronize via phase lock both the camera and NI hardware. This enables analog data streams to be recorded and displayed synchronously with recorded image sequences. 1.21.Event markers must be easily inserted via a single coaxial cable. These event markers can be either positive or negative going. 1.22.Camera must be capable of operating reliably at temperatures 32 (0C) to 104F (40C) without any external cooling devices being required. 1.23.Sensitivity: ISO 12232 Sat standard - ISO 40,000 monochrome C. Responses: All interested parties should notify this office in e-mail within the posted date. Responses shall include: (I)To what extent each of the specifications can be met. Include your type of business (i.e. commercial, academia), whether your organization is classified as a large or small business based on the 200 Employee standard that accompanies NAICS code 423410. If a small business, you must also list any small disadvantaged status you hold [HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), etc.]. (II)Past experience/ performance through the description of completed projects. (12) Responses to this sources sought synopsis are due no later than 11:59 AM eastern standard time, 16 August 2016. Submissions should be emailed to Christine Chase, Christine.m.chase10.civ@mail.mil. Questions concerning this sources sought synopsis may be directed to Christine Chase, Christine.m.chase10.civ@mail.mil. Please be advised that.zip and.exe files cannot be accepted. (13) Place of Contract Performance: Aberdeen Proving Ground, MD 21005 (14) Estimated Delivery Timeframe or Period of Performance: No later than 3 months after award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/024a3d52a0ed82ca460d3d7e7c3ef1d7)
 
Place of Performance
Address: Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04215485-W 20160811/160809235250-024a3d52a0ed82ca460d3d7e7c3ef1d7 (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.