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
  1. 1
    Posted Jan 16, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 16, 2025, 12:00 AM UTC
  3. 3
    Due Jan 31, 2025, 9:00 PM UTC
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
Jan 16, 2025, 7:05 PM UTC
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.
Jan 16, 2025, 7:05 PM UTC
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.
Jan 16, 2025, 7:05 PM UTC
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.
Jan 16, 2025, 7:05 PM UTC
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.
Jan 16, 2025, 7:05 PM UTC
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
Google Cloud Services Renewal
Buyer not available
The United States Senate, through the Office of the Sergeant at Arms (SAA), is seeking proposals for the renewal of Google Cloud Services under Request for Quotation (RFQ) 2025-R-033. Offerors are required to submit a signed pricing table in Excel format, including vendor information and compliance with Section 208 of the Legislative Branch Appropriations Act, 2020, which mandates adherence to security standards regarding telecommunications equipment. This procurement is crucial for maintaining the Senate's technological infrastructure and ensuring secure operations, with the contract period set from June 20, 2025, to June 19, 2026. Interested vendors must submit their quotes via email to acquisitions@saa.senate.gov by 12:00 PM EST on April 30, 2025, with early submissions encouraged, and must reference the RFQ number in the subject line to ensure acceptance.
Hardware/Software Maintenance Agreement for Sony Switcher Equipment
Buyer not available
Sources Sought Department of Miscellaneous is seeking a Hardware/Software Maintenance Agreement for Sony Switcher Equipment. This agreement is intended for the maintenance and support of Sony Switcher Equipment. The place of performance is 330 Independence Avenue, Washington, DC, 20237, USA. The primary contact for this procurement is Amber L. Gray, Contract Specialist, who can be reached at agray@bbg.gov or 2023827812. The secondary contact is Jacob Acosta, Contracting Officer, who can be reached at jacobacosta@usagm.gov. The solicitation notice is not a request for competitive quotes, but all responsible sources may submit a quote. The deadline for quotes is November 2, 2018, 3:00 pm ET. The Government will determine whether to further compete this requirement based on the responses received. The United States Agency for Global Media (USAGM) intends to negotiate and award a firm fixed price purchase order to Strategic Communications, a small business and authorized reseller of the Sony Support Retrieval Switchers. The proposed contract action is for a service maintenance agreement.
Television Receivers
Buyer not available
The Department of Defense, through the Defense Media Activity (DMA), is soliciting quotes for the procurement of television receivers and related commercial products and services under solicitation number HQ0516-25-Q-E024. This opportunity is specifically set aside for Women-Owned Small Businesses (WOSBs) and includes detailed specifications for various types of video decoders, licenses for video standards, and service agreements, all of which must comply with Section 508 accessibility standards. The acquisition aims to enhance the capabilities of the Defense Media Activity, with quotes due by 4:00 PM EDT on April 25, 2025, and questions accepted until April 17, 2025. Interested vendors should submit their quotes via email to the designated contacts, Anthony Leander and Stephen Dimitriou.
U.S. Senate Information Technology Support Contract (ITSC) V
Buyer not available
The United States Senate, through the Office of the Sergeant at Arms (SAA), is soliciting proposals for the Information Technology Support Contract (ITSC) V, aimed at outsourcing essential IT services across Senate operations in Washington, D.C., and all fifty states. The contract encompasses a comprehensive range of services, including hardware and software support, help desk operations, and maintenance for approximately 140 Senate entities, ensuring efficient and secure IT infrastructure management. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract features a two-year base period with options for four additional one-year renewals, contingent on funding availability. Interested contractors should direct inquiries to Nicole Barnes at nicolebarnes@saa.senate.gov, with proposal submissions due by April 25, 2025.
Media Monitoring Services
Buyer not available
The United States International Trade Commission (USITC) is seeking qualified firms to provide media monitoring services through a Request for Quotations (RFQ) under Solicitation 34300025Q0022. The objective is to obtain comprehensive media monitoring capabilities that encompass both traditional and social media, enabling the USITC to track coverage relevant to its functions and enhance its reputation management. These services are critical for the agency's mission in international trade investigations and relations, ensuring effective communication and awareness of media coverage related to the USITC. Interested contractors must submit their quotations by May 6, 2025, and can direct inquiries to Meaghann Peak at meaghann.peak@usitc.gov. The anticipated contract includes a base year and four optional extension years, with evaluations focusing on technical ability, past performance, and price.
7A21 - Parts and Logistics Management System
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Norfolk, is seeking quotes for a Parts and Logistics Management System to support the Center for Security Forces (CENSECFOR). This procurement aims to establish a firm-fixed-price purchase order for a commercial software solution, with an anticipated coverage period of three 12-month base units and four options, plus a potential six-month extension. The selected system will play a crucial role in enhancing logistics and parts management capabilities within the Navy. Interested vendors must submit their quotes via email to the designated contacts by the specified deadline, with the required delivery date set for June 16, 2025. For further inquiries, Abbey Taylor and Jacob Gephart can be reached at their respective email addresses.
OAM25056S RFI SECURITY EQUIPMENT & MONITORING
Buyer not available
The House of Representatives is seeking information regarding security equipment and monitoring services through a Request for Information (RFI) designated as OAM25056S. This procurement aims to identify potential vendors capable of providing security systems services, excluding locksmith services, to enhance the safety and monitoring capabilities within the House. The importance of these services lies in their role in maintaining a secure environment for legislative operations. Interested parties can find more details and submit their responses by visiting the House's business website under "Current Solicitations," and they may contact Kevin Morris at 202-226-2303 or via email at Kevin.Morris@mail.house.gov for further inquiries.
7B21 - 2023 Apple MAC Pro M2 Ultra/Accessories and Technical Support
Buyer not available
The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking proposals for the procurement of 2023 Apple MAC Pro M2 Ultra systems and associated accessories, along with technical support services. This combined synopsis and solicitation aims to support the Naval Medical Leader and Professional Development Command's Visual Information Directorate by providing essential computing equipment and expertise. The goods and services are critical for enhancing the operational capabilities of the command, ensuring efficient visual information management. Interested vendors should contact Roslyn Spruill at 267-994-3401 or via email at roslyn.m.spruill.civ@us.navy.mil for further details regarding submission requirements and deadlines.
Sole Source, Combined Synopsis: Audio-Visual System at the United States Merchant Marine Academy
Buyer not available
The Department of Transportation, through the Maritime Administration, is seeking proposals for a sole source contract to design and install an Audio-Visual (A/V) System at the United States Merchant Marine Academy (USMMA) in Kings Point, New York. The procurement involves a two-phase approach, with Phase 1 focusing on the development of a detailed Audio/Visual System Implementation Plan (A/V SIP) that adheres to historical preservation standards, followed by Phase 2, which encompasses the execution of the approved plan, including procurement, installation, and testing of the A/V System. This project is critical for enhancing the functionality of the Samuels Hall Building Complex, which is undergoing extensive renovations, and requires coordination with multiple contractors to ensure timely completion. Interested parties can contact Theodore Nigro at the provided email for further details, and proposals must be submitted in accordance with the guidelines outlined in the solicitation documents.
CCTV Camera and System Repairs, USNS JOHN LEWIS
Buyer not available
Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY The Military Sealift Command (MSC) Ship Support San Diego intends to award a Firm-Fixed Price (FFP) contract for Sidus Solutions CCTV Camera and System Repairs aboard the USNS JOHN LEWIS. This contract is scheduled to be performed from 25 June 2025 to 31 July 2024. The purpose of this procurement is to repair the CCTV camera and system on the USNS JOHN LEWIS, a military vessel operated by the MSC. The CCTV camera and system are essential for surveillance and monitoring purposes, ensuring the safety and security of the ship and its crew. Interested parties are invited to express their interest and outline their capabilities and qualifications to perform the repairs. Respondents must provide level of effort and dollar estimates to demonstrate their understanding of the equipment's design. Written responses are required, and oral communications will not be accepted. To express interest and provide qualifications, interested parties should contact James Davenport, the primary point of contact at the MSC, via email at james.r.davenport60.civ@us.navy.mil no later than 11:00 AM PST on June 24, 2024. For further information and to submit a response, please refer to the contact details below: Point of Contact: James Davenport Military Sealift Command- SSU SD N104D, Contracts 140 Sylvester Road, Bldg 570 San Diego, California 92106 Office: (619) 524-9688 This procurement notice is not a request for competitive proposals, but interested parties with the capability to meet the requirements are encouraged to respond. The Government will evaluate the capabilities and qualifications of the respondents to determine whether to conduct the procurement on a competitive basis. The final decision to compete or not will be at the discretion of the Government.