Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2006 FBO #1656
MODIFICATION

R -- Digital Video Laboratory

Notice Date
6/7/2006
 
Notice Type
Modification
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
FA9200-06-R-0262
 
Response Due
6/12/2006
 
Description
NOTE:A sources sought synopsis was submitted on 26 April 2006 for the purpose of conducting market research for the Digital Video Laboratory (DVL). Note 22 (Sole Source) was incorrectly added to the end of the synopsis. If a timely response was submitted, please disregard this amendment. If you planned to submit a response and did not because of Note 22, please notify Ouida Winters, Contracting Officer, at 850-882-0166 or email me at ouida.winters@eglin.af.mil NLT 12 June 2006. The following is the information that was published on 26 Apr 2006 for the Digital Video Laboratory (DVL): The Air Armament Center (AAC), 46th Test Wing/TSS (Investment Programs Office), is contemplating awarding a five year Cost-Plus-Fixed-Fee (CPFF) follow-on effort for the Digital Video Laboratory (DVL). The joint aircraft/stores certification community has a need to implement digital video technology for end-to-end test processes, as well as apply video software tools to Satellite, Unmanned Aerial Vehicle (UAV) and Range Test and Evaluation (T&E) imagery. The capabilities are being provided using a Spiral Development approach, which defines requirements based on feedback from previous deliveries. Prospective offerors may submit Statement of Capabilities (SOC) that will provide substantiated evidence that they possess the detailed knowledge and capabilities to perform the required effort. All responses to this synopsis will be evaluated in the following areas: 1) Ability to provide enhancements to the DVL delivered Digital Multimedia Management System (DMMS) and Video Analysis tools. Enhancements include as a minimum: a) sharing of data between customer databases and the DMMS, b) advance search techniques, and c) integration to quantitative analysis tools. 2) Organic knowledge of the full spectrum of technologies associated with development and applications of digital video systems, including sensors, compression, transmission, processing, exploitation, storage, retrieval, and presentation. This includes, but is not limited to: a) digital video imaging sensors and systems; b) digital video compression in multiple formats, frame rates, and with techniques that utilize full resolution of all components at dynamic ranges equal to, or exceeding, that of MPEG-2; c) perceptual quality measurement techniques for video quality metering; d) digital video stabilization algorithms that can be implemented in both real-time and non real-time scenarios; e) digital video archive and retrieval systems; f) digital studio procedures that allow users to access data in a variety of formats from a variety of sources; g) video compositing and mosaicing methods that provide extended resolution and expanded context beyond a traditional field of view; h) moving target indication algorithms to locate and track the paths of several objects within a field of view; i) compressed domain-processing techniques, which allow for some analysis of video without the need to decompress; j) visualization techniques that provide novel and innovative ways to display a range of data within video; and k) real-time Video Database Ingestion. 3) Firm connections and understanding of the commercial digital video market including commercial research and development laboratories; and 4) Demonstrated knowledge and experience with process oriented integration of digital video into military and other government agency applications. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for the information solicited. Responders to this synopsis will not be provided the results of the government evaluation of their SOC. The NAICs code for this effort is 541710 with a size standard of 500 employees. The total estimated value of this effort is $49M. In responding, reference RFP FA9200-06-R-0262. An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When required, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman but rather to the Contracting Officer, Contract Specialist, or Program Manager identified above. For any other concerns, interested parties may call the AAC Ombudsman, Colonel Joseph Lannie, and AAC/CV at (850) 882-0662. Numbered notes 25 and 26 applies.
 
Place of Performance
Address: EGLIN AFB, FL
Zip Code: 32542-6864
Country: U.S.A.
 
Record
SN01064078-W 20060609/060607221122 (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  © 1994-2020, Loren Data Corp.