Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2012 FBO #3710
MODIFICATION

70 -- Request for Information (RFI)

Notice Date
1/19/2012
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
ACC-APG (C4ISR)-TAO, ATTN: SFAE-PS-TAO-C, 1671 Nelson Street, Fort Detrick, MD 21702-5044
 
ZIP Code
21702-5044
 
Solicitation Number
W904TE12TVID
 
Response Due
2/2/2012
 
Archive Date
4/2/2012
 
Point of Contact
Timothy Moffatt, 301-619-1716
 
E-Mail Address
ACC-APG (C4ISR)-TAO
(timothy.moffatt@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: This request for information (RFI) is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. The information provided may be used by PEO, EIS, Technology Applications Office in developing its acquisition strategy, statement of work/statement of objectives, and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this request for information or to otherwise pay for the information submitted in response to this RFI. PEO, EIS, Technology Applications Office is requesting industry comment on its ability to provide non-developmental, multi-functional devices with the maximum number of attributes as described below. Those not able to provide all preferred features are still encouraged to submit information on the features currently available in their products and propose an applicable schedule, for those features that are planned for the future. The intent of this RFI is to understand what products are or will be available in the High Definition (HD) video encoder market in a small form factor suitable for installation in space limited or mobile locations. As video source systems become more complex and user needs and capabilities become more disparate, there is a need to develop network centric and convenient means to meet different objectives. An HD video encoder offers a partial solution to the problem. In the example below, a typical encoder scenario is described. An HD video encoder ingests an HD-SDI raw video stream from an HD video sensor. The HD-SDI video stream carries a 1280x720p, 30fps video signal with MISB STD 0601-compliant KLV metadata embedded in the VANC. No audio is present. The encoder produces two UDP multicast MPEG-2 TS streams each comprising an H.264 and KLV elementary stream. One MPEG-2 TS stream contains 720x480p, 30fps video at 1.3 Mbps and the other contains 1280x720p, 30fps video at 6 Mbps. Each stream contains the same KLV metadata elementary stream, and other MPEG-2 TS control signals. Latency due to the encode process is less than 250ms. Loss of video interpretability or intelligence is no greater than one V-NIIRS level at the lower rate encoded stream. The video content will include scenarios such as areas of interest loitering, dismounts, and vehicle tracking. Interested parties shall respond, and describe existing or near-term mature (next 30 days) capabilities, estimated costs, features or products that meet or exceed those in the aforementioned scenario. Respondents are encouraged to describe additional features and capabilities supported by their solutions. A written response shall address which of the following list of capabilities are supported and describe the vendor's approach, support, and limitations for these capabilities and any unique or special variations or extensions to these capabilities. 1) Interfaces a) Video: i) Composite (NSTC/PAL) (Threshold) ii) SD-SDI (SMPTE 259M) (T) iii) HD-SDI (SMPTE 292M) (T) iv) 3G-SDI (SMPTE 424M) (T) v) HDMI (O) vi) ASI (O) vii) 1 Input (T)/2 Inputs (Objective) b) Serial Data i) RJ-45 RS-232 Serial for Cursor on Target (CoT) or KLV metadata ii) RJ-45 RS-232 Serial for Management iii) Number of Interfaces: 1 (T)/2 (O) c) Ethernet i) RJ-45 10/100/1000 Mbps Base-T for streaming ii) RJ-45 10/100/1000 Mbps Base-T for management iii) Autodect/Half/Full Duplex d) Power i) With locking interface 2) Video Encoding a) H.264 (ISO/IEC 14496-10 AVC MPEG-4 part 10) i) Baseline Profile ii) Main Profile b) GOP: 1 - 300, infinite c) Frame Rate: 10 - 60 fps (T)/1 - 60 fps (O) d) Video Resolutions i) Input (1) 720x480i 59.94Hz/60Hz (2) 720x576i 50Hz (3) 720x480p 24Hz/23.98Hz/30Hz/29.97Hz (4) 720x576p 25Hz/50Hz (5) 1280x720p 29.97Hz/30Hz/50Hz/59.94Hz/60Hz (6) 1920x1080i 50Hz/59.94Hz/60Hz (7) 1920x1080p 24Hz/23.98Hz/30Hz/29.97Hz/50Hz/59.94Hz/60Hz ii) Output (1) 352x240p 24Hz/23.98Hz/30Hz/29.97Hz (2) 360x262p 24Hz/23.98Hz/30Hz/29.97Hz (3) 360x480p 24Hz/23.98Hz/30Hz/29.97Hz (4) 360x576p 25Hz (5) 720x480i/ 59.94Hz/60Hz (6) 720x576i 50Hz (7) 720x480p 24Hz/23.98Hz/30Hz/29.97Hz (8) 720x576p 25Hz (9) 1280x720p 29.97Hz/30Hz/50Hz/59.94Hz/60Hz (10) 1920x1080i 50Hz/59.94Hz/60Hz (11) 1920x1080p 24 Hz/23.98Hz/30Hz/29.97Hz/50Hz/59.94Hz/60Hz iii) Conversion (1) 720p 260x262p (2) 720p 360x480p (3) 720p 720x480p (4) 1080p 720x 480p (5) 1080p 720p e) Bit Rate: 100 kbps - 20 Mbps f) Bit Rate Regulation: ABR (T)/CBR, VBR (O) g) Quantization Floor Adjustment: 6 - 52 h) Input/Output i) 1 input to 2 independent output streams (T) ii) 2 inputs each to 2 independent output streams (O) i) Latency: i) < 250 ms @ 24 - 30 fps ii) <150 ms @ 50 - 60 fps 3) Metadata Input a) Encoding: CoT, KLV (MISB Compliant) b) Transport Protocols: i) CoT: Serial (RS-232), IP ii) KLV: Serial (RS-232), IP, VANC c) CoT to KLV conversion (O) 4) Network Protocols a) Streaming i) MPEG-2 Transport Stream (SPTS) ISO\IEC 13818 (1) 1 - 7 TS packets/IP packet (2) Adjustable MTU size ii) UDP, RTP, Multicast, Unicast iii) Channel announcement via SAP b) Access: UDP, RTP, IGMP, SNMP, HTTP 5) Management a) Command/Telnet (T) b) Web Browser GUI (O) c) Logging d) Status Indicators 6) Physical a) Size: < One quarter of standard 1 RU 19" Rack space b) Power: 100-240 VAC, < 20W c) Weight: < 5 lbs 7) Environmental a) Operating Temperature: 0 - 70 C b) Relative Humidity: 5% - 95% c) EMC: FCC part 15 class B and CE 8) Security: AES 256/128 bit encryption (O) This announcement is a request for information/comment only and does not constitute a Request for Proposals (RFP). An RFP may be posted on Fed Biz Ops at some future time. However, the Government does not guarantee any action beyond this RFI. The Capability package must be clear, concise, complete and shall also include (in additional to the technical aspects above), at a minimum; 1) Identify their organization's name, address, telephone number, and point of contact (also with title, phone, fax, and email) on packaging and title pages (The organization name should appear clearly on every page of your submittal and proprietary information must also be clearly marked.); 2) Organization Size/ownership of business, i.e. large, small, small disadvantaged, 8(a), Disabled-Veteran, Veteran, Women-owned Business, and Hub-zone; 3) Number of years in business; 4) Cage Code, DUNS# and Tax ID# (TIN#); 5) Company profile: number of employees, annual sales history, locations and if CCR registered.; 6) Identify if you are a GSA Schedule holders; 7) Affiliate contractor (if potential sub) or subcontractors (if potential prime); 8) Experience and familiarity with providing the requested equipment; and 9) Contract references in the past three (3) years relevant to the requirement to include: contract number, agency supported, whether or not you were the prime or subcontractor, period of performance, original contract value, final or current contract value, technical monitor and phone/fax number. In addition, all responses should be unclassified and marked appropriately. The information received WILL NOT obligate the Government in any manner nor will the Government reimburse companies for any costs associated with submittal of this RFI. This RFI does not constitute an Invitation for Bid or a Request for Proposals, nor should it be considered as a commitment on the part of the Government. Any information obtained as a result of this RFI is intended to be used by the Government on a non-attribution basis for XCOTM program planning and acquisition strategy development. By submitting information in response to this RFI, respondents consent to the release and dissemination of submitted information to any Government or non-Government entity to which PEO-EIS TAO releases and/or disseminates the information for review. As such, to the extent that any information submitted in response to this RFI is marked as, or construed to be proprietary or business-sensitive, respondents are hereby notified (a) about the potential that such information may be disclosed to third parties and (b) that submission of information in response to this RFI constitutes consent to such handling and disclosure of submitted information. NO phone calls and/or request for a Solicitation will be accepted or acknowledged. Company Brochures are NOT desired. The North American Industries Classification System (NAICS) code for this project is 334310. Technical questions regarding this RFI should be directed to Mr. Timothy Moffatt, 301-619-1716, or timothy.moffatt@us.army.mil, The Government requests responses to this RFI submitted NO LATER THAN 2 February 2012. Please limit responses to no more than 15 pages, single spaced. Marketing material are not a sufficient response to the RFI. The responses should be in Adobe Acrobat Portable Document Format (PDF) or compatible with Microsoft Office 2007. Please submit your responses via email to: Mr. Timothy Moffatt at timothy.moffatt@us.army.mil Contracting Office Address: ACC-APG (C4ISR)-TAO, ATTN: SFAE-PS-TAO-C, 1671 Nelson Street, Fort Detrick, MD 21702-5044 Point of Contact(s): Timothy Moffatt, 301-619-1716
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6486aaa0c8d956aca0f53a7f433926a2)
 
Place of Performance
Address: ACC-APG (C4ISR)-TAO ATTN: SFAE-PS-TAO-C, 1671 Nelson Street Fort Detrick MD
Zip Code: 21702-5044
 
Record
SN02657777-W 20120121/120119235039-6486aaa0c8d956aca0f53a7f433926a2 (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.