The RFP Database
New business relationships start here

Digital Video Lab (DVL) IV


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SYNOPSIS: The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC) at Eglin AFB is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), and Service Disabled Veteran Owned (SDVOSB) small businesses that are capable of the requirement listed below.

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 a pressing 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 an incremental Development approach, which defines requirements based on feedback from previous deliveries. The contractor shall provide enhancements to the Digital Video Laboratory 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 posttest/mission forensics, differential Global Positioning System (dGPS) 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, 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, and hyperspectral 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 H.264.
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 Capable of understanding and implementing adaptive optics algorithms to reduce/eliminate aberration effects.
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 with advanced imaging techniques.
o Three dimensional multi-stream motion image geo-location, stabilization, frame warping and location error.
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 networked environment.
o Cognitive image processing and analysis.
o Real-time time super-resolution and half-pixel resolution techniques to provide image detail and beyond traditional imaging.

• 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.

• Broad knowledge base of relevant US Government technology that is fielded or in development, and intimate knowledge of the process in which our acquisition strategy works.

All interested vendors shall submit a response demonstrating their capabilities to meet the requirements above and the attached questionnaire to the POC listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.

The NAICS Code assigned to this acquisition is 541712, Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology), with a size standard of 1000 persons. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. Foreign participation will not be permitted. Participation is to be restricted to U.S. contractors.

Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the questionnaire responses received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program.

CAPABILITIES STATEMENT: All interested U.S. vendors shall submit a questionnaire response that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The response should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed fifty (50) pages, 8.5" x 11" paper, 12 pitch, Times New Roman font, with a minimum of one (1) inch margins all around. Responses should include the company name, CAGE code, point of contact, address, and phone number. Small businesses with only partial capabilities of this requirement are encouraged to submit their response demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities.

Responses may be submitted electronically to the following e-mail address: craig.oneill@us.af.mil. All correspondence sent via email shall contain a subject line that reads "FA2487-17-R-0032, Digital Video Laboratory IV." If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email. All other attachments may be deleted. Package sizes greater than 5 megabytes shall be submitted via the Army's Safe Access File Exchange, located at https://safe.amrdec.army.mil/safe/.

All responsible sources may submit information that shall be considered by the agency. If late information is received, it may be considered, depending on agency time constraints. All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting. The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement. Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov separately. Responses to this sources sought will not be returned. The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought. No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time. In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought.

Only government employees will review submitted responses to this sources sought. Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor's proprietary information. These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished.

RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON 19 JANUARY 2017. Direct all questions concerning this requirement to the POC Craig O'Neill, Contract Specialist at craig.oneill@us.af.mil. ; Alternate POC is Mr. Erik J. Urban, Contracting Officer at erik.urban@us.af.mil.


Craig L. O'Neill, Contract Specialist, Phone 850-882-0173, Email craig.oneill@us.af.mil - Erik J. Urban, Contracting Officer , Phone 850-882-5261, Email erik.urban@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP