Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2007 FBO #1936
SOURCES SOUGHT

U -- Enviornmental Familiarization Laboratory

Notice Date
3/14/2007
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 92nd Contracting Squadron, 110 West ENT, Fairchild AFB, WA, 99011-8568, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4620-07-R-FI01
 
Response Due
3/27/2007
 
Archive Date
4/11/2007
 
Description
REQUEST FOR INFORMATION ENVIRONMENTAL FAMILIARIZATION LABORATORY This is not a Request for Proposal (RFP) and the Government will not pay for any information requested in this Request For Information (RFI). Responses will be done at no cost to the Government. The government is contemplating a firm fixed price type of contract to fulfill this requirement. Initial research indicates this service is commercial in nature and we are soliciting beneficial commercial practices, terms and conditions for consideration. It will be the contractor?s responsibility to be familiar with applicable clauses and provisions in any resultant Request for Proposal and awarded contract. The Air Education and Training Command (AETC) provides Survival, Evasion, Resistance and Escape (SERE) training year-round at Fairchild Air Force Base. The 336th Training Group is soliciting for support to conduct vector simulator training in its state-of-the-art environmental familiarization laboratory. Vendor will be required to build and maintain simulator training within the existing E&S Digistar 3 system (system overview listed below) that meets the following criteria: 1. Reproduce computer generated (CG) 3 dimensional models depicting a variety of military aircraft (helo, fighter). Models need to be detailed enough for extreme close ups when viewed at 1600 x 1200 resolution. 2. Create all audio necessary to create a realistic scenario consistent with visual data to include narration. 3. Program real time aircraft models in Digistar 3 system to allow control of position, rotation, pitch and roll. Actions must correspond with student and controller joystick input. 4. Control real time directional model referencing operator & student input from a magnetic compass. 5. Track and record model relative position in database 6. Create multiple 3 dimensional environments (arctic, temperate, desert, etc.). with changeable lighting conditions (day/night/dusk/dawn) for real time models to operate within. System Overview: E&S Digistar 3 system currently consists of nine Barco video projectors for imaging on the dome. Five projectors form a continuous horizon image, and the sixth projector forms a "cap" that fills in the zenith. Additionally, three more projectors form a skirt below the front horizon (unique to Fairchild AFB). Each projector is mounted underneath the spring line of the dome. The graphics processors (GPs) that feed the projectors have an initial on-line video playback capacity of approximately 2 hours and the native resolution for each frame of video is 1600 x 1200 pixels. Full Dome Production Standards: - Models and environments must be rendered out at 1200 x 1200, 30 frames per second (fps) using a five camera rig with each camera set to zero space. Recommended nominal camera tilt of 15? great circle. Cameras are oriented forward, backward, left, right and up. Each camera renders to its corresponding folder, front, left, etc. Files will be sequentially numbered lossless files: SGI RGB, TIFF or TARGAs with RLE compression, JPEG at highest-quality (i.e., near lossless). - Completed renders then must be converted to equidistant azimuthal ?fisheye? render representing up to full sphere with bottom of the frame representing the front bottom of the dome screen, and the right and left hand sides of the master correspond with the respective right and left sides of the dome to a viewer sitting at dome center within the theater. Top and sides of polar image are tangent to edges of image frame. Files will be sequentially numbered lossless files: SGI RGB, TIFF or TARGAs with RLE compression, JPEG at highest-quality (i.e., near lossless) - Dome Masters then encoded to movie files: MPEG-2, for assignment to 9 graphics processors each assigned to a Barco Projector. - 5.1 surround sound consistent with environment and objects in scene. 1) Surround Format ? Stereo, 5.1, 6.1, 7.1, 8.1, or stem tracks 2) File Format ? WAV, AIFF 3) Leader with test tones (-18dbv) 4) Sample Frequency (e.g., 48kHz) and bit depth (e.g., 16 bits) 5) Frame rate for video sync (29.97 vs. 30 fps) 6) Start frame of 01:00:00:00 7) Basic audio file naming convention: FILENAME CHANNEL filename_L.wav Front Left filename_R.wav Front Right filename_Ls.wav Rear Left filename_Rs.wav Rear Right filename_C.wav Center Mid filename_T.wav Center High (Top) filename_LFE.wav Low frequency channel (Sub-bass) filename_XXX.wav T.B.D. As part of Market Research, this Request for Information (RFI) will be used to determine if there are any sources capable of providing the services described below. Also, based on the responses to this RFI a determination of suitability for small business set aside will be made. A contract is contemplated for a basic period and 4 option periods. The North American Industry Classification System Code (NAICS) for this acquisition is 541511. Once Market Research has been completed, the Request for Proposal (RFP) will be placed on the Federal Business Opportunities website http://www.fedbizopps.gov. It will be the offeror?s responsibility to check this site regularly for any postings or changes. Prospective offerors must be registered in the DoD Central Contracting Registration (CCR) and must be qualified to perform in the correct NAICS code as aforementioned. Registration may be accomplished at http://www.ccr.gov. All responsible businesses, including small businesses, are encouraged to respond to this RFI. All prospective offerors shall indicate their size standard (large business, small business, 8a, HUBZone, SDB/8(a), SD-VOSB, VOSB, WOSB, etc.) when replying to this RFI. Provide a single point-of-contact to include an e-mail address, your Federal Cage Code, and your Data Universal Numbering System (DUNS) number. Requested Information: In your response briefly describe your company?s experience in the aforementioned description. Company product literature demonstrating company capability of performance and any questions about the requirement should be sent to the Point of Contact identified herein. . (Note: This is not a Request for Proposal). Responses are due NLT COB 27 Mar 07. Any response to this RFI submitted by a responder shall be submitted at no cost to the Government and the Government is in no way obligated by the information received. All submittals shall be directed to: robert.hough@fairchild.af.mil Phone: 509-247-4873 E-mail is the acceptable means for submittal or inquiries.
 
Place of Performance
Address: Fairchild AFB, WA
Zip Code: 99011
Country: UNITED STATES
 
Record
SN01250895-W 20070316/070314221135 (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.