Ross - Media Asset Management (MAM)
ID: 2025-R-012Type: Solicitation
Overview

Buyer

SENATE, THETHE UNITED STATES SENATE SERGEANT AT ARMSSENATE SERGEANT AT ARMSWashington, DC, 20510, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    The United States Senate, through the Senate Sergeant at Arms, is soliciting quotations for a Media Asset Management (MAM) system to support the United States Democratic Media Center. This procurement requires offerors to be authorized resellers of Ross MAM and to provide a comprehensive solution that includes software licenses, server hardware, and professional services, all adhering to specific technical requirements and compliance with federal regulations. The MAM system is crucial for enhancing video production capabilities for Senate Democratic Committee Members, ensuring efficient communication and media management. Interested parties must submit their quotes and required documentation by January 31, 2025, with questions due by January 23, 2025. For further inquiries, contact Tonia Courtney at zemirah_courtney@saa.senate.gov or (202) 909-9017.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Senate Office of the Sergeant at Arms (SAA) is soliciting quotations for specific products and services related to media asset management. This Request for Quotation (RFQ) includes a detailed pricing table listing various items such as software licenses, server hardware, and professional services, quantified by units and prices (both Firm Fixed Price and Labor Hour). Additionally, bidders must provide mandatory company information and state whether their quotation falls under Open Market or specific government contracts. The SAA reserves the right to reject non-compliant offers, and all quotes must be valid until April 31, 2025. Shipping is to be included separately based on a F.O.B. Destination basis. This RFQ emphasizes transparency and compliance, outlining clear guidelines for submissions to facilitate the acquisition of necessary media technologies and services effectively.
    This document outlines the Purchase Order Clauses applicable to contracts issued by the Sergeant at Arms (SAA) for the U.S. Senate. It details the authority of the Contracting Officer, the order of precedence among contractual documents, compliance with Senate security regulations, and the procedures for contract acceptance, modifications, and payment. Key provisions include contractor obligations regarding taxes, changes to contracts, invoice requirements, advertising restrictions, and conflict of interest assurances. Specific clauses address confidentiality and protection of Senate data, cybersecurity measures, the handling of artificial intelligence training, and protocols for data return and incident reporting. Notably, non-applicability of certain federal laws and conflict resolution procedures are stated to align with Senate guidelines. The document emphasizes strict confidentiality and security commitments, underscoring the government's emphasis on safeguarding sensitive information. Overall, this file serves as a comprehensive framework for contractors engaged with the Senate, ensuring compliance and clear communication between parties involved.
    The Addendum to Commercial Agreements outlines stipulations for contractors entering into agreements with the U.S. Senate Office of the Sergeant at Arms (SAA). It emphasizes that federal law and Senate procurement regulations take precedence over any commercial terms presented by contractors. Key provisions include the unenforceability of unauthorized obligations, the prohibition of third-party claims control by contractors, and restrictions on automatic renewals and auditing rights. Additionally, it addresses liabilities pertaining to taxes, confidentiality, data protection, and the termination rights of both parties. The SAA retains the right to void any clauses that conflict with federal statutes, including unapproved arbitration or changes to agreement terms. The document reinforces the necessity for mutual consent on any contractual modifications and stipulates that all advertising references to the contract must not suggest SAA endorsement. Through these terms, the SAA aims to ensure compliance, accountability, and the safeguarding of its interests in engagements with commercial contractors within the framework of federal law.
    The OEM Statement of Compliance outlines adherence to Section 208 of the Legislative Branch Appropriations Act, 2020, which restricts the procurement of certain telecommunications equipment and high-impact/moderate-impact information systems. The document asserts that the Original Equipment Manufacturer (OEM) certifies compliance to ensure that all acquired telecommunications equipment meets federal security standards set by the National Institute of Standards and Technology (NIST). The statement requires the signature of a certifying officer, ensuring accountability and integrity in the procurement process. This compliance statement is essential for government RFPs and grants, supporting efforts to maintain secure and reliable telecommunications infrastructure while adhering to legislative mandates.
    The United States Senate, through the Senate Democratic Media Center (SDMC), is seeking feedback via a Past Performance Questionnaire (PPQ) as part of its source selection for a Media Asset Management (MAM) environment contract. This document outlines the procedure for providing a past performance reference related to the contractor or subcontractor's previous work. It includes sections for contract details, reference information, performance evaluation criteria, and overall performance assessments. Evaluators are required to rate the contractor's performance on aspects such as fulfilling contract requirements, timely delivery of services, problem-solving capabilities, personnel expertise, program management, and cost management, using a scale from "Exceptional" to "Unsatisfactory." The questionnaire also seeks input on the likelihood of re-contracting with the contractor and invites additional comments regarding their performance. Overall, this PQP emphasizes the importance of previous performance as a criterion for selection in government procurement processes, aiming to ensure effective and efficient service delivery in future engagements.
    The document outlines the Request for Quotation (RFQ) instructions for the procurement of a Ross Media Asset Management (MAM) system for the United States Senate's Democratic Media Center. Offerors must have an active registration in the System for Award Management (SAM), be authorized resellers of Ross MAM, and supply products directly from the original equipment manufacturer (OEM) or authorized distributors in the USA. The submission must include firm-fixed pricing, relevant licenses, and compliance statements related to federal telecommunications regulations. The MAM system must meet specific technical requirements, including support for various video formats, remote editing capabilities, and integration with existing systems. Significant hardware and licensing specifications are also detailed, including necessary storage and user licenses. Offers will be evaluated based on technical specifications, price reasonableness, and past performance in similar contracts. Submissions should include a pricing table and relevant documentation, with a deadline for quotes set for January 31, 2024. This procurement adheres to Senate regulations and aims to enhance communication for Senate Democratic Committee Members through efficient video production capabilities.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Cohesity Backup Storage
    Senate, The
    The U.S. Senate Sergeant at Arms (SAA) is seeking an authorized reseller of Cohesity for backup storage solutions to manage SAA data effectively. The procurement involves a Request for Quotation (RFQ) for Cohesity 4-Node Blocks, which will be utilized in both production and lab environments, along with related subscriptions and support services. This initiative is crucial for ensuring reliable data storage and protection within the Senate's IT infrastructure. Interested vendors must submit their quotations, including a signed pricing table and compliance documentation, by December 19, 2025, with questions due by December 11, 2025. For further inquiries, contact Tonia Courtney at zemirahcourtney@saa.senate.gov or call 202-909-9017.
    Cohesity Backup Storage
    Senate, The
    The U.S. Senate Sergeant at Arms (SAA) is seeking an authorized reseller of Cohesity for backup storage solutions to manage SAA data effectively. The procurement aims to secure Cohesity 4-Node Blocks with varying storage capacities, along with associated subscriptions for DataPlatform, Helios, and DataProtect, which are critical for data management and protection within the Senate's IT infrastructure. Interested vendors must comply with specific requirements, including providing an OEM statement of compliance with federal regulations and submitting their quotes by December 19, 2025, at 5 p.m. ET, with questions due by December 11, 2025. For further inquiries, vendors can contact Tonia Courtney at zemirahcourtney@saa.senate.gov or by phone at 202-909-9017.
    USAC RFQ: EMC All-Inclusive Unity Hardware Support
    Federal Communications Commission
    The Universal Service Administrative Company (USAC), under the direction of the Federal Communications Commission (FCC), is seeking quotes for the purchase or renewal of EMC All-Inclusive Unity Hardware Support. This Request for Quotes (RFQ) aims to secure essential hardware support services that are critical for the administration of the Universal Service Fund and its associated support mechanisms. The RFQ is part of USAC's ongoing efforts to maintain and enhance its operational capabilities, ensuring effective management of the funds allocated for various telecommunications support programs. Interested vendors must submit their quotes by December 29, 2025, at 11:00 AM ET, and can find further details and submission instructions on the USAC procurement website. For inquiries, contact Dania Powers at Dania.Powers@usac.org or Noor Jalal at noor.jalal@usac.org.
    Remote Control Systems for ADCP's IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking bids for the procurement of Remote Control Systems for Acoustic Doppler Current Profilers (ADCPs) as part of a total small business set-aside initiative. The requirement includes the delivery of three Stork, SRS-RP/RR Remote Control Kits designed for Teledyne RDI RiverPro/RiverRay Trimaran Boats, with a delivery timeline of 30 days from the issuance of the purchase order. These systems are crucial for enhancing the functionality of ADCPs, allowing them to operate as unmanned surface vehicles with specific performance characteristics, including a maximum speed of 9.5 ft/sec and a communication range of at least 300 ft. Interested vendors must submit their quotes by December 15, 2025, at 11:00 AM EST, and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov. The anticipated award date for the contract is December 30, 2025, and all bidders must be registered with the System for Award Management (SAM) to be eligible for contract award.
    FDVS CAMERA SYSTEM
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide overhaul and repair services for the FDVS Camera System, identified by Stock Number 5855-01-615-8016 and Part Number WM-0300. The procurement involves opening, inspecting, reporting, and overhauling two units of this specialized electronic equipment, which is critical for operational readiness on Coast Guard vessels. The selected contractor will be responsible for ensuring compliance with stringent packaging and preservation requirements, with a total estimated repair cost not to exceed $11,200, and must deliver the units to the Coast Guard's facility in Baltimore, MD. Interested parties should submit their quotes by 9 AM Eastern Daylight Savings Time on November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil.
    Mission Video Distribution System (MVDS) Services
    Dept Of Defense
    The Department of Defense, specifically the Air Combat Command (ACC), is seeking industry sources for the Mission Video Distribution System (MVDS) Services, with a focus on providing engineering and technical support for the HQ 9th Air Force (Air Forces Central). The procurement aims to ensure the availability and operational support of the MVDS, which is critical for military operations within the United States Central Command (USCENTCOM) Area of Responsibility, including on-site support at Shaw Air Force Base in South Carolina and Al Udeid Air Base in Qatar. Interested parties must demonstrate their capability to meet the requirements, including software development, system engineering, and compliance with security standards, while adhering to government regulations. Responses are due by January 6, 2026, at 2:00 PM EST, and inquiries should be directed to Scott D. Bedford or Nicholas Bachman via email.
    Remote Control Systems for ADCP's IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide Remote Control Systems for Acoustic Doppler Current Profilers (ADCPs) as outlined in solicitation RFQ 140G0126Q0011. The procurement requires "Brand Name or Equal" remote control kits for Teledyne RDI River Pro/River Ray and StreamPro ADCPs, which must be delivered to the USGS Caribbean-Florida Water Science Center in Tampa, FL, within 30 days of order receipt. These systems are crucial for converting ADCPs into unmanned surface vehicles, enhancing data collection capabilities in aquatic environments. Interested vendors must submit their quotes by December 15, 2025, at 11:00 AM EST, and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov. All bidders must be registered at SAM.gov to be eligible for contract award.
    MMAR 6.302-2 Public Exigency Congressional Mandate
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a contractor, CoreSphere, to provide essential development, sustainment, and operations and maintenance services in response to a recent congressional mandate. This urgent requirement is driven by a public exigency as outlined in MMAR 6.302-2, necessitating immediate action to meet critical deadlines. The contract period is set from May 1, 2023, to April 30, 2024, with plans for a competitive follow-on requirement in the future. Interested parties can reach out to Dyeshia Sampson at dsampson@gpo.gov or call 202-320-0089 for further details.
    Acoustic Doppler System IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide an Acoustic Doppler System in accordance with specified salients, to be delivered to West Sacramento, CA. The procurement requires a geophysical instrument, specifically a Nortek Aquadopp Profiler and HR Mode, which must meet detailed technical specifications including a three-beam configuration, operational acoustic frequency of 2 MHz, and various internal sensors. This acquisition is crucial for the USGS's water resource management and monitoring efforts, with the Request for Quote (RFQ) scheduled to be issued on December 11, 2025, and quotes due by December 17, 2025, at 11:00 AM ES. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov before the question deadline.
    Ship Self-Defense System (SSDS) Sustainment / Production Hardware
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of Ship Self-Defense System (SSDS) Sustainment and Production Hardware. This initiative aims to address Diminishing Manufacturing Sources and Material Shortages (DMSMS), obsolescence solutions, and the sustainment of critical hardware components such as Maintenance Assist Modules (MAMs) and Portable Maintenance Aid (PMA) Laptops for U.S. Navy vessels. The SSDS program is vital for ensuring the operational readiness and environmental compliance of Navy surface ships, particularly amphibious ships and aircraft carriers. Interested contractors must submit their responses by January 19, 2026, and are encouraged to contact Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil for further details, while adhering to the requirements outlined in the draft Statement of Work and associated documents.