Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
SOURCES SOUGHT

A -- Digital Video Laboratory III

Notice Date
2/8/2012
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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, Florida, 32542-6864, United States
 
ZIP Code
32542-6864
 
Solicitation Number
FA9201-12-R-0008
 
Archive Date
3/9/2012
 
Point of Contact
Captain Jamesina M. Stuppy, Phone: 8508820166, Lisa F. Younghanse, Phone: (850)882-0177
 
E-Mail Address
jamesina.stuppy@eglin.af.mil, lisa.younghanse@eglin.af.mil
(jamesina.stuppy@eglin.af.mil, lisa.younghanse@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS - DIGITAL VIDEO LABORATORY III (DVL III) - The Air Armament Center (AAC), 46th Test Wing/TSSQ/RNXT (Test Systems Squadron), is contemplating awarding a sole source, seven year, Cost-Plus-Fixed-Fee (CPFF) procurement to SRI International, 333 Ravenswood Avenue, Menlo Park, CA 94025-3453, (650) 859-4424. This acquisition will be pursued sole source because SRI (previously Sarnoff) was the developer of the initial Digital Video Laboratory. To insure maximum return on investment associated with introduction of the first digital video sensors, the joint aircraft/stores certification and motion imagery test and evaluation analysis communities have an urgent need to implement digital video technology for the end-to-end test processes. Application of video software tools to Satellite, Unmanned Aerial Vehicle (UAV), Range Surveillance and Range Test and Evaluation (T&E) imagery has also been identified. The capabilities are being provided using a Spiral Development approach, which defines requirements based on feedback from previous deliveries. The contractor shall provide enhancements to the DVL delivered Digital Multimedia Management System (DMMS), the TerraSightTM suite of Video Exploitation and Analysis tools. Enhancements include, as a minimum: sharing of data between customer databases and the DMMS, advance search techniques, motion imagery compression, image fusion from out of band imaging sensors, real-time motion image encryption phenomena formulation, motion image forensic analysis, algorithm and formulation of unexpected imaging phenomena, color breakdown and analysis, telemetry/metadata synchronization, three dimensional high speed imagery synchronization and post test/mission forensics, Global Positioning System (GPS) correction forensics for high detail weapon impact analysis, image fusion with disparate three dimensional imaging sensors (i.e. MRI, CAT Scan, 3D Flash Light Detection and Ranging (LIDAR), graphical user interface development, three dimensional virtual display of test events, low bandwidth motion imagery transmission schema and techniques, high speed point to point secure motion imagery transmission and integration to quantitative analysis tools. The following requirements must be met or exceeded: • Organic knowledge of the full spectrum of technologies associated with development and applications of digital video systems, including sensors, compression, transmission, processing, exploitation, encryption, compression, storage, retrieval, and presentation. This includes, but is not limited to: o Organic knowledge of the TerraSightTM Digital Video Lab suite of analysis/exploitation tools. o Digital video imaging sensors and systems. o Digital infrared, ultra violet, motion imaging sensors and systems o 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. o Perceptual quality measurement techniques for video quality metering. o Digital video stabilization algorithms that can be implemented in both real-time and non real-time scenarios. o Digital video archive and retrieval systems. o Internet Protocol based image collection, analysis, and distribution. o Digital studio procedures that allow users to access data in a variety of formats from a variety of sources. o Video compositing and mosaicing methods that provide extended resolution and expanded context beyond a traditional field of view. o Moving target indication algorithms to locate and track the paths of several objects within a field of view. o Compressed domain-processing techniques, which allow for some analysis of video without the need to decompress. o Visualization techniques that provide novel and innovative ways to display a range of data within video. o Real-time Video Database Ingestion. o Geo-location correction, display and detailed analysis, o High Speed Image Forensics o Three dimensional multi-stream motion image geo-location, stabilization, frame warping and location error location o Embedded motion imagery collection, fusion and display o Distributed and multi-aperture imaging systems o Near real time virtual image and telemetry/metadata display in a live environment o Cognitive image processing and analysis o LIDAR, SAR, UV image collection systems and geo-database generation o Real-time time space position information ingest and correlation with imaging frames o Video transfer to handheld devices • Firm connections and understanding of the commercial digital video market including commercial research and development laboratories. • 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. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. Interested sources who can meet the performance requirements outlined above are invited to submit a Statement of Capabilities (SOC). The SOC must include appropriate documentation to demonstrate the following: 1) Contract information and/or program information describing experience in the past three years relative to the objectives and tasks identified above; 2) Demonstrated capability, technical expertise/experience and support equipment to execute the DVL III Program in accordance with the objectives and tasks identified above; The SOC shall be limited to 25 pages including attachments. This acquisition will be limited to domestic sources. Firms responding to this synopsis should also state whether or not they are a small, small disadvantaged, 8(a), HUBZone certified, woman-owned, service-disabled veteran owned, veteran owned, or minority owned concern as defined in Federal Acquisition Regulation (FAR) 52.219-1. The appropriate North American Industry Classification System (NAICS) code for this proposed acquisition shall be 541712 with a size standard of 500 employees. A decision as to whether this acquisition shall be full and open competition, small business set-aside or sole source shall be based on responses to this synopsis and other market research. This synopsis is for information and planning purposes only and does not constitute an IFB or RFP, and is not to be construed as a commitment to contract by the Government. Interested companies must submit a statement of capability within 15 days of this announcement to Capt. Jamesina Stuppy at AAC/PKET, 205 West D Ave, Bldg 350 Rm 433, Eglin AFB, FL 32542 or to jamesina.stuppy@eglin.af.mil. An Ombudsman has been appointed to address concerns from offerors or potential offerors. The Ombudsman does not diminish the authority of the program manager or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to 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 a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the contracting POC identified above. The Ombudsman is Brigadier General David A. Harris, AAC/CV, located at 101 West D Ave., Suite 116, Eglin AFB, FL 32542. He may be contacted via phone at (850) 882-5422. POC for this effort are Jamesina Stuppy, Contract Specialist, phone (850) 882-0166, email jamesina.stuppy@eglin.af.mil or Lisa Younghanse, Contracting Officer, phone (850) 882-0177, email lisa.younghanse@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/FA9201-12-R-0008/listing.html)
 
Place of Performance
Address: Eglin AFB, FL, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02670250-W 20120210/120208234723-cc837be0ba30c6a32962ca602a565a37 (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.