Hardware/Software Maintenance Agreement for Sony Switcher Equipment
ID: 951700-19-Q-00007Type: Sources Sought
Overview

PSC

MISCELLANEOUS (99)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Point(s) of Contact
    Amber L. GrayContract Specialist
    (202) 382-7812
    agray@bbg.gov
    Jacob AcostaContracting Officer
    jacobacosta@usagm.gov
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Similar Opportunities
    TEGUC - Audiovisual Equipment Maintenance
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Tegucigalpa, Honduras, is seeking a contractor for the maintenance of audiovisual equipment at the embassy. The contractor will be responsible for providing preventive maintenance, live customer support, and on-demand service calls to ensure the functionality of the Consular AV System, which includes intercom, paging, and display systems, while excluding repairs and hardware replacements. This firm-fixed-price contract will span one base year with four optional one-year extensions, with quotations due by January 5, 2026, at 10:00 AM local time, and a pre-proposal site visit scheduled for December 15, 2025. Interested contractors must ensure they are registered in the SAM database and submit their offers electronically, adhering to specific submission requirements outlined in the solicitation document.
    SR-X Biomarker Detectio System Maintenance Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking maintenance services for the Quanterix SR-X Biomarker Detection System and Washer, with a presolicitation notice for a sole-source procurement. The contract aims to extend warranty services for the original equipment, ensuring that maintenance and repairs are conducted by the manufacturer to avoid warranty voidance and mitigate risks. This procurement is crucial for maintaining the functionality of laboratory equipment used in biomedical research, with services expected to be performed primarily at the Clinical Research Center in Bethesda, Maryland. Interested vendors must submit their quotations, including required documentation, by December 20, 2025, at 12:00 PM EST to Kelly Robinson at kelly.robinson@nih.gov.
    59--SWITCH,SOLID STATE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 60 units of a solid-state switch, identified by NSN 5930001539551. This solicitation is part of a combined synopsis/solicitation process, and the approved source for this item is 08748 8-060-08, indicating its critical role in electrical and electronic equipment components. Interested vendors are required to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received by the specified deadline of 740 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    Notice of Intent to Sole Source Meta Systems Maintenance
    Dept Of Defense
    The Uniformed Services University of the Health Sciences (USUHS), part of the Department of Defense, intends to award a sole-source contract to Meta Systems Group, Inc. for the annual service maintenance of its Meta Systems equipment. This procurement is essential as Meta Systems Group, Inc. is the original equipment manufacturer and the only authorized vendor capable of performing necessary service and maintenance, including software installations. The contract will follow FAR Part 13.106-1(b)(1)(i) procedures, and while this is not a request for quotes, other vendors may submit capability statements to demonstrate their ability to meet the government's needs. Interested parties should direct inquiries to Christopher White at christopher.white@usuhs.edu, with all submissions due by the specified closing date.
    Brand Name Requirement for GDP Best Source Selectors
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals for the procurement of two GDP Space Systems Model MD2267C-M16-G6-EN 16 Channel Diversity Combining / Correlating Best Source Selectors. These devices are critical for enhancing real-time data processing capabilities within new mission control rooms, improving the quality of mission data by reducing dropouts during telemetry signal processing. Interested vendors must submit their quotes, including completed provisions regarding telecommunications and video surveillance services, by the specified deadline, with all items required to be delivered within 120 days after receipt of the order. For further inquiries, interested parties can contact Shannon Canada at shannon.m.canada.civ@us.navy.mil.
    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.
    59--SWITCH ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a SWITCH ASSEMBLY, specifically NSN 5930017216671. The requirement includes a quantity of one unit to be delivered to DLA Distribution within 165 days after the order is placed, with the approved source being 04804 9272C47G11. This procurement is critical for maintaining operational readiness and ensuring the functionality of electrical and electronic equipment components. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Sources Sought (SS) Announcement for Tactical Communications Package (T2C2/Scout) hardware, Multiple NSNs: Power Supply, Waveguide Assembly, and Auto Interface Unit.
    Dept Of Defense
    The Defense Logistics Agency (DLA) at Aberdeen Proving Ground, Maryland, is seeking responses to a Sources Sought Announcement for the procurement of Original Equipment Manufacturer (OEM) quality replacement spare components for the Tactical Communications Package (T2C2) and SCOUT systems. The agency requires vendors to provide specific National Stock Numbers (NSNs) related to power supplies, waveguide assemblies, and auto interface units, among others, ensuring that all items meet military and industry standards for ruggedized tactical communications equipment. This procurement is critical for sustaining and replenishing the Suite of Terminals (SoT) used by the Army Integrated Logistics Supply Center. Interested vendors must submit their capability statements and relevant documentation by December 24, 2025, to the designated contacts, Kenneth Vereb and Seth Copeland, via the provided email addresses.
    59--SWITCH ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a SWITCH ASSEMBLY, specifically NSN 5930016892905. The requirement includes a quantity of three units to be delivered to DLA Distribution within 164 days after order placement. This procurement is critical for maintaining operational readiness and functionality of electrical systems within military applications. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    59--SWITCH ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a SWITCH ASSEMBLY, specifically NSN 5930017216650. The requirement includes a quantity of one unit to be delivered to DLA Distribution within 165 days after order placement, with the approved source being 04804 9272C47G03. This procurement is critical for maintaining operational readiness and functionality of electrical systems within defense operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.