Digital Video Recorder
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
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Jun 29, 2023 08:34 am EDT
- Original Response Date: Jul 28, 2023 08:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Aug 12, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 6710 - CAMERAS, MOTION PICTURE
- NAICS Code:
- 334310 - Audio and Video Equipment Manufacturing
- Place of Performance:
Description
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. The USCG is conducting market research to seek sources that can provide a Rotary Wing Digital Recorder Replacement.
The digital recorder shall provide the capability to record, store playback, 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 Internal Communications System (ICS) and shall include internal and radio communications. User shall be capable of selecting or deselecting if audio is being recorded during specific missions.
The system shall be capable of simultaneous recording (time related data files) of a minimum of four (4) 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
Ch4: Future capability
Audio Channel Sources Include:
Ch1: ICS
Ch2: Aircraft radio communications
Controls for all functions shall be via Military Standard (MIL-STD-1553), ethernet to the Common Avionics Architecture System (CAAS), as a standalone system with controls located on the face of the controller for easy access within the cockpit, or cabin area of the aircraft. For standalone systems, all controls/display shall be clearly marked for functionality and have 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, playback.
The system shall support extraction of video via removable memory compatible with interface to windows 10 or higher computer in a format playable on VLC. The removable memory shall be capable of holding a minimum of 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 shall be via MIL-STD-1553, ethernet, or clearly defined button/switch located on the face of the controller.
Below is a list of design specifications:
Specifications:
Standalone system shall be capable of mounting to existing aircraft Dzus rail:
Dimensions: Vendor provide
Mounting: Vendor provide details on component mounting (i.e. Dzus, vendor designed mounting, or customer designed mounting)
Weight: Not to exceed 10lbs
Power: 28VDC
Video: Min four (4) inputs/two (2) output
Audio: Min two (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: 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
Responses
Responses to this notice should include company name, address, telephone number, and point of contact (POC). Please respond to the following questions:
- It is requested that vendors provide any information available on the above design specifications to include dimensions of system components.
- Is your business a large or small business and how many employees?
- What North American Industry Classification System (NAICS) code does your company use for type of product?
- If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business?
- If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act?
- Is your firm a certified hub zone firm?
- Is your firm a woman-owned or operated business?
- Is your firm a certified Service-Disabled Veteran-Owned?
- Is your product listed on a General Services Administration (GSA) schedule?
- Do you have other Government agencies using the product, and if so which agencies, POCs and contract numbers?
- If possible, provide POCs for civilian users for general usage of product questions.
After the review of the responses to this source sought announcement, and if the USCG still plans to proceed with the acquisition, a solicitation announcement will be published on Contract Opportunities. Responses to this source 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 source sought synopsis. Responses to these 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 07/28/2023 @8:00pm EST. E-mail responses are preferred and may be sent to William.T.Swinson3@uscg.mil. Please indicate 70Z03823IE0000010 in the subject line.
Attachments/Links
Contact Information
Contracting Office Address
- 1664 Weeksville Road
- Elizabeth City , NC 27909
- USA
Primary Point of Contact
- William Swinson II
- William.T.Swinson3@uscg.mil
Secondary Point of Contact
History
- Aug 12, 2023 11:55 pm EDTSources Sought (Original)