Digital Video Recorder

Agency: HOMELAND SECURITY, DEPARTMENT OF
State: North Carolina
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159976347529803
Posted Date: Mar 28, 2024
Due Date: Apr 4, 2024
Solicitation No: 70Z03824IE0000009
Source: Members Only
Follow
Digital Video Recorder
Active
Contract Opportunity
Notice ID
70Z03824IE0000009
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
AVIATION LOGISTICS CENTER (ALC)(00038)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 28, 2024 08:36 am EDT
  • Original Published Date: Mar 15, 2024 09:28 am EDT
  • Updated Response Date: Apr 04, 2024 04:30 pm EDT
  • Original Response Date: Apr 04, 2024 04:30 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Apr 19, 2024
  • Original Inactive Date: Apr 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5855 - NIGHT VISION EQUIPMENT, EMITTED AND REFLECTED RADIATION
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Elizabeth City , NC 27909
    USA
Description

Notice Type: Sources Sought



Solicitation Number: 70Z03824IE0000009



Posted Date: 03/15/2024



Archive Date: 04/04/2024



Classification Code: 5855



NAICS Code: 334511



Title: Digital Video Recorder





Contracting Office Address:



United States Coast Guard (USCG) Aviation Logistics Center (ALC)



Engineering Services Division (ESD) Procurement Building 78



1664 Weeksville Road



Elizabeth City, NC 27909





The United States Coast Guard (USCG) operates a fleet of over 100 rotary wing aircraft equipped with various intelligence gathering platforms. For the USCG to effectively execute many of our missions it is required that imagery is recorded onto a medium that is easily transferable to a Windows OS computer for review and data extraction. This is currently accomplished through an integrated recording system with a removable memory installed on both our MH60 and MH65 platforms.



The recording capabilities currently on board the USCG rotary wing platforms has reached obsolescence and is no longer supportable. The USCG is seeking information from various commercial vendors to compile market research to help determine a maintainable replacement for our current system.



This is a sources sought synopsis only, not a solicitation announcement. This is NOT a request for proposals or quotes and in no way obligates the Government to award any contract. USCG is seeking information on vendors that can provide Commercial Off The Shelf (COTS) systems that meet the minimum specifications listed in this document:



Item Description



The digital recorder shall provide the capability to record, store playback, and transfer video and audio provided by aircraft intelligence gathering platforms and integrated communications systems. The digital recorder shall store and support recall of data for event recreation and legal prosecution. System shall be capable of user selectable audio recording provided from the aircraft audio system and shall include internal and radio communications as required. User shall be capable of selecting or deselecting if audio is being recorded during specific missions. The digital recording system shall be mountable to a standard Dzus rail to ensure controls are accessible to the pilots and/or sensor operator.



The system shall be capable of simultaneous recording (time related data files) of a minimum of three (3) video channels, and two (2) audio channels synchronized with the video channels when audio record is selected.







Aircraft video sources include (channel order is not specific to requirement):



Ch1: FLIR Video input Max res 1920x1200 @ 60Hz



Ch2: Hoist Camera Input Max 720p



Ch3: Cabin Camera Input Max 720p





Audio Channel Sources Include:



Ch1: Pilot/Co-pilot audio



Ch2: Crew audio





Controls for all functions shall be located on the face of the controller for easy access within the cockpit or cabin area of the aircraft. All controls/display shall be clearly marked for functionality, and Night Vision Imaging System (NVIS) compatible back lighting.



The following commands at a minimum shall be available in flight: channel, record, mark, stop, rewind, playback, fast forward, Date/time initialize and erase all. The following commands are desired: scan reverse, scan forward.



The system shall support extraction of video via removable memory compatible with interface to windows 10 or higher computer. Extraction of video shall not require proprietary software and shall be in a format playable on VLC media player software. The removable memory shall be capable of holding a minimum eight (8) hours of 1080i video and audio without overwriting itself. It is also desired that the system supports secure erase of the removable memory. Controls for secure erase, if available, shall be clearly defined button/switch located on the face of the controller.



Below is a list of design specifications:



Specifications:



System shall be capable of mounting to existing aircraft Dzus rail:





Dimensions: Vendor provide



Mounting: Stand Dzus Rail



Weight: Not to exceed 10lbs





Power: 28VDC



Video : Min 3 inputs/2output



Audio: Min 2 audio inputs



Signal Types: NTSC, PAL, 720p, 1080i, audio



Data interface: Ethernet, RS-232, RS-422





Characteristics



Dimming: 5VDC, 28VDC, 5VAC



Max Draw: 0.5A @ 28VDC



NVIS: IAW MIL-STD-3009 Class A and Class B, Type I-, and II-Night Vision Imaging System (NVIS)







Operating Temp: -40°C to +55°C



Storage Temp: -50°C to +80°C



Removable Media SD, SATA, SSD



Internal Mem: Capable of recording @1080i for 8hours w/o overwriting





Qualifications: MIL-STD-810F or DO-160 and MIL-STD-3009 or commercial equivalent





It is requested that vendors provide any information available on the above design specifications to include dimensions of system components.







Responses



Responses to this notice should include company name, address, telephone number, and point of contact (POC). Please respond to the following questions:




  1. Describe your product’s specifications and how it is capable of performing the required tasks.





2. Indicate the weight and dimensions of the product.





3. Describe what changes you would need to make in your product to meet our desired needs as per attachment (1).





4. Please indicate an estimate of how long of a lead-time your company will need to facilitate the development of your submission to meet our needs.





5. Is your business a large or small business?





6. If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business?





7. If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act?





8. Is your firm a certified "hub zone" firm?





9. Is your firm a woman-owned or operated business?





10. Is your firm a certified Service-Disabled Veteran-Owned?





11. Is your product listed on a GSA schedule?





12. Do you have other government agencies using the product, and if so which agencies, POC's and contract numbers?





13. If possible, any POC's for civilian users for general usage of product questions.



After the review of the responses to this sources sought announcement, and if the USCG still plans to proceed with the acquisition, a solicitation announcement will be published on sam.gov. Responses to this sources sought synopsis are not adequate response to any future solicitation announcement. All interested offerors will have to respond to the solicitation in addition to responding to this sources sought synopsis. Responses to this sources sought synopsis are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation.





Closing date and time for receipt of response is 04/04/2024 at 4:40 Eastern Standard Time (EST). E-mail responses are preferred and may be sent to Jackson.S.Perry@uscg.mil. Please indicate 70Z03824IE0000009 in the subject line.










Attachments/Links
Contact Information
Contracting Office Address
  • 1664 Weeksville Road
  • Elizabeth City , NC 27909
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >