Digital Mirrorless Camera Accessories
ID: 2024-R-067Type: Solicitation
Overview

Buyer

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

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

VIDEO RECORDING AND REPRODUCING EQUIPMENT (5836)
Timeline
    Description

    The United States Senate, through the Office of the Sergeant at Arms (SAA), is seeking quotations for brand name digital mirrorless camera accessories as outlined in Request for Quotation (RFQ) 2024-R-067. The procurement aims to enhance the Senate's audiovisual capabilities by acquiring various equipment, including cameras, microphones, and related accessories, which are essential for effective media creation and communication. Interested vendors must submit firm-fixed-price quotes by 12:00 PM EST on September 23, 2024, with early submissions encouraged, and should direct inquiries to Charles Blalock at charles_blalock@saa.senate.gov or by phone at 202-841-3876.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Senate Office of the Sergeant at Arms (SAA) is requesting quotations for various audiovisual equipment and accessories through RFQ 2024-R-067. The RFQ consists of a detailed pricing table featuring numerous items, including camera bodies, audio equipment, stabilizers, lights, and accessories. Each listed item appears with a specified quantity and unit price, but all prices are currently marked as $0.00 pending vendor quotations. Offerors must provide firm-fixed-price quotes with a deadline for validity until September 30, 2024, and shipping charges separated from pricing. Mandatory vendor information such as the company name, tax id, and DUNS identifier is required. The document outlines that submission requirements must be adhered to, with the possibility of rejecting non-compliant quotations. This RFQ serves as part of the government’s procurement process, aiming to equip the Senate with professional-grade audiovisual gear while ensuring transparency and compliance with federal procurement regulations.
    The document outlines the instructions and requirements for submitting quotes in response to Request for Quotation 2024-R-067 for Digital Mirrorless Camera Accessories. Offerors must complete and submit a PRICING TABLE in Excel format along with required vendor information. Any relevant End User License Agreements (EULA) and contract terms must be included, with an ADDENDUM TO COMMERCIAL AGREEMENTS signed and returned. Resellers must provide proof of authorization from the Original Equipment Manufacturer (OEM) to sell to the Federal Government. Compliance with the Legislative Branch Appropriations Act, particularly concerning telecommunications and information systems, is mandatory. Offerors must ensure active registration in the System for Award Management (SAM) with accurate DUNS or Unique Entity Identifier information. Quotations must be firm-fixed prices on a F.O.B. Destination basis, avoiding foreign supply channels. All terms and conditions must be outlined in full text within the submission. The Senate will evaluate submissions on a Lowest Price Technically Acceptable basis, and the SAA reserves the right to reject incomplete quotations. This competitive selection process adheres to Senate Procurement Regulations and does not commit the SAA to any costs associated with the submissions. Early submissions are encouraged, with clear communication protocols for inquiries. Overall, the document emphasizes compliance, proper certification, and transparent bidding processes in government procurement.
    This document outlines a request for proposals (RFP) for Digital Mirrorless Camera Accessories intended for government use. It specifies a detailed list of required equipment, including cameras, microphones, cables, light stands, and other audio-visual accessories, along with their corresponding part numbers and quantities. The government will supply suggested part numbers to potential vendors, allowing flexibility in non-Sony and non-Sennheiser items. The extensive list aims to equip government personnel with advanced filming and audio capabilities, emphasizing quality brands and essential accessories for effective media creation. This initiative showcases the government's commitment to enhancing its audiovisual capabilities and ensures bidders understand the precise needs outlined in the RFP.
    The May 2023 Addendum to Commercial Agreements establishes binding terms for contractors with the U.S. Senate's Office of the Sergeant at Arms (SAA) upon proposal acceptance. It outlines restrictions on commercial terms conflicting with federal laws or the SAA's needs. Notably, unauthorized obligations, third-party claims, and automatic renewal clauses are limited or prohibited to safeguard the Senate's interests. Key agreements include the stringent control over indemnification, asserting that only the U.S. Department of Justice can manage legal claims against the SAA. Audit rights for contractors are restricted to self-audits, and the SAA disallows automatic renewal provisions due to concerns over budget constraints. Further, the addendum prohibits clauses pertaining to taxes making the SAA liable, unilateral modifications by contractors, and specifies confidentiality and data protection measures post-termination. It emphasizes the government's authority regarding contract changes and dispute resolution, directing all processes to comply with federal laws. The document is structured to delineate specific restrictions and obligations, ensuring that any commercial licenses agreed upon with contractors maintain compliance with federal regulations and protect the Senate's interests in procurement processes.
    The document outlines the Purchase Order Clauses applicable to contracts issued by the Sergeant at Arms (SAA) of the U.S. Senate. It establishes the authority of the SAA Contracting Officer, ensuring that the Purchase Order clauses take precedence over the Contractor Specific Terms when conflicts arise. Key clauses cover security compliance, acceptance of goods/services, and invoicing requirements. It specifies the payment process, including that the SAA is tax-exempt and will not honor late fees or additional charges. The document emphasizes the importance of confidentiality and data protection, mandating that contractors maintain the confidentiality of sensitive Senate information and report any data breaches promptly. Additionally, it rejects any terms that would violate U.S. law or Senate regulations, including clauses on advertising, conflicts of interest, and indemnities. With provisions for contract modification and termination, the document seeks to safeguard both parties' interests while setting clear expectations for performance and compliance in federal procurement contexts. This comprehensive structure highlights the critical legal framework governing federal contracts to ensure accountability, transparency, and adherence to regulations.
    The document is an OEM Statement of Compliance regarding the limitations on telecommunications equipment procurement as stipulated in the Legislative Branch Appropriations Act, 2020. It confirms the OEM's adherence to Section 208 of the Act, which restricts the acquisition of specific telecommunications equipment and certain information systems identified by the National Institute of Standards and Technology (NIST). The statement ensures that the OEM is compliant with these federal regulations aimed at safeguarding national security interests. The document requires certification by an authorized officer, who must provide their name, title, date, and signature, affirming the compliance. This statement plays a critical role in the context of government RFPs and federal grants, ensuring that awarded contractors meet security standards and regulations associated with telecommunications and information systems.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Canon Lenses
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking quotes for the procurement of BRAND NAME OR EQUAL Canon EOS R5 Mirrorless Imaging Components, Lenses, and Accessories. This acquisition aims to enhance high-resolution imaging capabilities for entomological research, facilitating the production of publication-quality images and 3D models of insects, which are critical for pest identification and management. The selected equipment must meet specific technical requirements, including compatibility with microscope objectives and various lighting methods, and must be delivered within two weeks in a self-contained carrying case. Interested vendors should submit their quotations by September 23, 2024, at 12:00 PM EST to Rebecca Lumpkin at rebecca.lumpkin@usda.gov, and must include their SAM Unique Entity ID and other required documentation.
    FY24 - LeMay Center SVTC Camera
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses for the procurement of an additional camera for the Secure Video Teleconference (SVTC) system at the LeMay Center in Montgomery, Alabama. The requirement includes the Vaddio ROBOSHOT 30E ONELINK HDMI SYS or an equivalent, featuring advanced PTZ capabilities, high-definition output, and multiple output connections, along with full installation and training for support personnel. This enhancement is crucial for facilitating interactive presentations during various educational courses and classified communications, ensuring effective engagement between speakers and audiences. Interested contractors must submit their quotes by September 20, 2024, at 2:30 PM CDT, and should contact Rachelle Allen at rachelle.allen.3@us.af.mil or Jeremy B. Kersey at jeremy.kersey.1@us.af.mil for further information.
    Camera, Housing and Mount
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of specialized camera housing and mounting solutions through a combined synopsis/solicitation. The requirement includes ten units of Spectrum explosion-proof fixed cameras and their corresponding wall mounts, which are essential for operations in hazardous locations and must comply with military standards. This procurement is set aside for small businesses, emphasizing the importance of maintaining a steady supply of compatible equipment for effective operations. Interested contractors must submit their bids via email to Andrea Jones at andrea.jones36.civ@army.mil by September 19, 2024, at 10:00 AM CDT, and ensure they are registered in the System for Award Management (SAM).
    Public Affairs X6 Nikon Camera Deployment Kits
    Active
    Dept Of Defense
    The Department of Defense, specifically the New Jersey Air National Guard's 177th Fighter Wing, is soliciting quotes for the procurement of Public Affairs X6 Nikon Camera Deployment Kits. This procurement aims to fulfill the Wing's requirements for camera equipment and accessories, ensuring standardized and efficient photographic capabilities for public affairs operations. The selected equipment will enhance operational readiness and training consistency, aligning with the Air Force's commitment to maintaining high-quality imaging standards. Interested small businesses must submit their quotes electronically by September 19, 2024, and can direct inquiries to Kirk E. Sherry at kirk.sherry@us.af.mil or Johanna Paz at johanna.paz.1@us.af.mil.
    Request For Quote - Deployable Automatic Number Plate Recognition (ANPR) Speed Camera
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is soliciting quotes for a Deployable Automatic Number Plate Recognition (ANPR) Speed Camera system under solicitation number F1S3AL4233AW01. The procurement is set aside for small businesses and requires key components such as a Bosch 7100IR Static Bullet Camera, a 512GB SD card, a deployable tripod, a solar power kit, and an enclosure, all designed to operate without cloud connectivity and powered by solar energy. This system is crucial for enhancing traffic enforcement capabilities by capturing clear images of speeding vehicles, with an estimated delivery timeline of 90 days after order receipt. Interested vendors must submit their quotes by September 19, 2024, and direct any inquiries to Jasmine Waterman at jasmine.waterman@us.af.mil or Rebecca Snyder at rebecca.snyder@us.af.mil.
    SHOP-PR-24-000018 Ametek PMA
    Active
    Justice, Department Of
    Special Notice: JUSTICE, DEPARTMENT OF, FEDERAL BUREAU OF INVESTIGATION (FBI-JEH) is seeking a service agreement for Ametek Phantom high-speed video camera equipment. The equipment is used for commercial and service industry machinery manufacturing in the field of photographic equipment and accessories. The procurement will be a total small business set-aside and will take place in Redstone Arsenal, AL (zip code: 35898), USA. Vision Research, a part of Ametek Materials Analysis Division, is the sole manufacturer and authorized repair service for the Ametek Phantom camera. Interested parties should contact Adelle Bolton at albolton@fbi.gov by 5:00 PM EST on 12/11/2024. Vendors must be registered in SAM.gov for government contract consideration.
    67--CAMERA SYSTEM
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking a Total Small Business Set-Aside for the procurement of a CAMERA. The CAMERA is typically used for photographic equipment purposes. The place of performance is PSNS 1400 Farragut Ave Bldg 514, Bremerton, WA 98314, US. For more information, contact JOHN IVERSEN at 360-476-3338 or JOHN.IVERSEN@DLA.MIL. The solicitation and any subsequent amendments will be posted on the NECO website. Electronic submission of quotes is available through the NECO website.
    Hardware/Software Maintenance Agreement for Sony Switcher Equipment
    Active
    None
    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.
    Thermal Sensor - Midwave Infrared (MWIR) Camera
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Natick, Massachusetts, is seeking quotations for a Firm-Fixed-Price contract to procure a Teledyne FLIR mid-wave infrared (MWIR) camera along with necessary accessories and software. The procurement includes a midwave camera sensor operating within a spectral range of 1-5 microns, two lens assemblies (50 mm and 100 mm), calibration services, and data analysis software, all of which are critical for advanced thermal imaging capabilities in military applications. The selected contractor must deliver all items within 90 days post-contract award, with shipping to the DEVCOM Soldier Center in Natick, MA. Interested vendors must submit their quotations electronically by October 18, 2024, and direct any inquiries to Martina Biro at alexandra.m.biro2.civ@army.mil or Alejandro Ayala at alejandro.ayala.civ@army.mil.
    Thermal/Acoustic Imaging Cameras
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force's 27th Special Operations Contracting Squadron, is seeking proposals for the procurement of two thermal and acoustic imaging cameras to be utilized at Cannon Air Force Base, New Mexico. The thermal imaging cameras will assist maintenance personnel in detecting heat signatures indicative of potential aircraft system issues, while the acoustic imaging cameras will facilitate the identification of air leaks through sound detection. This procurement is crucial for enhancing aircraft readiness and maintenance efficiency. Proposals are due by September 19, 2024, with a performance period of 90 days post-award. Interested vendors must be registered in the System for Award Management and adhere to the submission guidelines outlined in the attached documents. For further inquiries, contact SrA Bryce Lowe at bryce.lowe@us.af.mil or SrA Evan Halnon at evan.halnon@us.af.mil.