Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2014 FBO #4464
SOURCES SOUGHT

67 -- DAY AND ZERO LIGHT CAMERAS

Notice Date
2/11/2014
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
RFI-N960
 
Archive Date
3/6/2014
 
Point of Contact
Courtney Greco, Phone: 7578629471
 
E-Mail Address
courtney.greco@vb.socom.mil
(courtney.greco@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT NOTICE AND REQUEST FOR INFORMATION. THIS IS A REQUEST FOR INFORMATON (RFI) ONLY. This RFI is released pursuant to FAR 15.201(e), Exchanges with Industry. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI, including any subsequent requests for proposal (RFP) or requests for quote (RFQ). This is not a combined solicitation/synopsis announcement. This sources sought synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. The Government is issuing this sources sought announcement with the description as shown below as part of a market survey. The Government is seeking vendors that are able to provide the following: Day and Zero Light Cameras Statement of Objectives SOO PART A - GENERAL INFORMATION A.1 INTRODUCTION A.1.1 The Government is interested in product information on cameras that provide a day time and zero light video recording capability. A.2 BACKGROUND A.2.1 The Government operates an indoor training facility. The training facility contains reconfigurable walls that are on an overhead track system. The reconfigurable walls allow the floor plans to be modified. There is a video monitoring system in the training facility that records training evolutions. The cameras utilized for recording training evolutions are mounted to fixed attachment points in the ceiling. The fixed attachment points provide connections for power inputs and video outputs. Video is routed back to the training facility control room for display on monitors and storage onto hard drives. The cameras are often moved to different locations when the floor plan is changed. The cameras utilized in the training facility provide a color daylight recording capability and a no-light (complete darkness) recording capability. The no-light recording capability does not interfere with the use of MIL-SPEC night vision devices. The camera assemblies contain two cameras which switch from a color camera to a no-light (monochrome) camera when the light sensor senses the illumination has reached a pre-determined level. The laser illuminator is turned on when the no-light camera engages to allow the no light camera to capture evolutions. When the light level increases, the system will transition back to color camera with no illuminator. The illuminator does not interfere with image intensified or unaided viewing. The cameras are analog in nature with coax output and low voltage input. The existing cameras have been in place since 2005 and the failure rate has increased to a level that affects the readiness of the facility. The Government intends to upgrade the video infrastructure in the facility to support digital and high definition technology. A.3 OBJECTIVES A.3.1 The Government is collecting information on camera assemblies that provide the following capabilities: • Day-time color camera • No-light monochrome camera, full frame rate (30 fps) is required over high resolution • Laser illuminator, or other eye-safe device, for the no-light camera. The illuminator or other device may be part of the system or operate in a stand-alone mode. Illuminators shall be a wavelength of 1064 nm or higher. Other devices shall provide a no-light recording capability without interfering with MIL SPEC night vision devices. • The system shall have one video output for both day/night video (can be one or two cameras) • Shall be high definition at least in day mode • LWIR (thermal) is not acceptable • Ethernet compatible to plug into a Cisco switch. Any conversions, i.e. USB to Ethernet, are the responsibility of the vendor. • Power Source - Currently use an Altronix ALTV243232600CB power source. Power supplies can be upgraded based on the manufactures camera input as long as it is available off-the shelf and is similar in design to the Altronix (multiple outputs per box). Power-over-Ethernet is acceptable as long as it meets the distance limitation as noted below. • Frame rate - At least 30 frames per second for full video motion Additional amplifying data • Maintenance Concept - limited to focusing, swapping failed components, cleaning lenses • Longest distance from power supply to camera - Approximately 150 feet • Current room partitions are 3'6" x 4'2" to 9'6" x 12'6". The basement is 22' x 13' and the stairs have a distance of approximately 26' for coverage. Each camera should cover approximately 10'x10' mounted 8' above the floor; however, more than one camera may be covering a room. • In order to accommodate various mounting schemes, the cameras must be able to be mounted from the top or bottom. If housed in a protective enclosure, the enclosure must be able to be rotated 180o. • Focus - Manual focus is acceptable; automatic or software controlled focus from a central computer is preferred. • Day/Night Switchover - The transition point from Day Camera to Night Camera & Illuminator shall be adjustable and less than 1 second • Operating Temperature - 40oF - 120oF for sustained period of times • Shock resistant to withstand an environment of diversionary devices, small arms fire, and explosive charges with a net explosive weight up to 4 oz. • Repairs and Returns - one week evaluation time • Single CAT5 run to each camera • Horizontal Field of View shall be at least 90 degrees • A separate illumination source must be controlled from an Allen-Bradley PLC. When the lights dim to a specific intensity, the AB PLC will see the input and turn on the power to the illuminator. Integration into the current system is the responsibility of this Command. • The camera system must interface with the following Pelco Endura components: • NSM5200 with H.264/MPEG-4 encoding for storage capability • VCD5202 Decoder capable of up to XVGA 2560 x 1600 display resolution • NET5402R-HD Decoder capable of up to XVGA 2560 x 1600 display resolution This RFI is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 333314 with a standard business size of 500 employees. The Defense Priority and Allocation System (DPAS) rating for this procurement is DO-C9. Delivery date to be determined Deliver to Virginia Beach, VA, 23461-2299 FOB Point is Destination Please submit all questions concerning this sources sought request in writing to Courtney Greco, Contract Specialist; email address: courtney.greco@vb.socom.mil. Please reference "RFI-N960" when responding to this notice. Interested vendors may provide the requested information regarding this announcement no later than 11:00 AM (EST) on 19 February 2014. All responding sources shall provide a summary of their vendor's capabilities with respect to the description, including vendor's name, address, point of contact, phone number, fax number, email address, business size, taxpayer identification number, DUNS number, and CAGE code. Comments and questions on the documents received by vendors may be used to help in the preparation of the Request for Quote. Vendor responses will be treated as confidential. However, vendors should not provide proprietary business information at this time. This sources sought synopsis does not constitute a Request for Quote, and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract in connection with this announcement. Any costs incurred by interested vendors in response to this announcement will not be reimbursed. Your interest in this announcement is greatly appreciated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/RFI-N960/listing.html)
 
Place of Performance
Address: Virginia Beach, Virginia, 23461-2299, United States
Zip Code: 23461-2299
 
Record
SN03286822-W 20140213/140211235123-41321b4a6dc80ff9aa0ebb6e0455dce2 (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.