HD Video Cameras
ID: 030ADV25Q0174Type: Combined Synopsis/Solicitation
Overview

Buyer

LIBRARY OF CONGRESSLIBRARY OF CONGRESSCONTRACTS SERVICESWashington, DC, 20540, USA

NAICS

Audio and Video Equipment Manufacturing (33431)

PSC

CAMERAS, MOTION PICTURE (6710)
Timeline
    Description

    The Library of Congress is seeking proposals for a firm fixed-price contract to replace its fleet of High Definition (HD) video cameras, specifically transitioning to Sony FX6 and Sony Burano models. The procurement aims to ensure compatibility with existing equipment and enhance the Library's multimedia production capabilities, as the current HD cameras have reached the end of their lifecycle. This initiative is critical for maintaining high-quality audiovisual resources, with the contractor required to provide camera kits, lenses, tripods, and accessories within 120 days of contract award. Interested vendors should direct inquiries to Brian D. Curl at bcurl@loc.gov or call 202-707-3090, with quotes due by June 17, 2025, at 5:00 PM Eastern Time.

    Point(s) of Contact
    Files
    Title
    Posted
    The Library of Congress is seeking proposals for a firm fixed-price contract to replace its current fleet of High Definition (HD) video cameras. The Office of the Librarian Multimedia Group requires new camera kits and accessories compatible with existing equipment to ensure seamless operation. The contract encompasses the provision of five Sony FX6 and one Sony Burano cameras, various lenses, tripods, batteries, and additional accessories, all to be delivered within 120 days after contract award. Key requirements include high-performance specifications for cameras and accessories to align with the Library's existing equipment, particularly focusing on compatibility with the Sony ecosystem. The solicitation outlines detailed specifications in sections concerning pricing, delivery schedules, invoicing, and special contract requirements. Offerors must demonstrate compliance with technical specifications to qualify for contract award, with the aim of the Library finding a technically acceptable proposal at the lowest price. The document follows standard federal procurement protocols, emphasizing requirements for small businesses, security clearances for deliveries, and invoicing processes through authorized platforms, ensuring adherence to government regulations throughout the project lifecycle.
    The document is an amendment to a solicitation (030ADV25Q0174) issued by the Contracts and Grants Directorate of the Library of Congress. Its primary purpose is to address offeror inquiries and extend the deadline for submitting quotes to June 17, 2025, at 5:00 PM Eastern Time. It emphasizes the importance of acknowledging the amendment prior to the adjusted deadline for offer submissions. The document includes a structured format with sections indicating modification details, including a list of attachments such as price schedules, brand name justifications, and an addendum for questions and answers. This amendment underscores procedural compliance and offers clarity for participants in the solicitation process, ensuring that all relevant modifications and inquiries are systematically addressed.
    The file outlines an amendment to a solicitation related to a contract managed by the Contracts and Grants Directorate at the Library of Congress. It primarily serves as a communication tool to inform all offerors and bidders about additional questions that have been answered, specifically within the updated Attachment J-3. The amendment does not change the due date for submissions, and the document includes specifications for how offers should acknowledge receipt of the amendment. Key components include the solicitation number, various item codes, and a list of attachments such as the Price Schedule and Brand Name Justification. This amendment exemplifies a typical governmental process to ensure clarity and transparency in federal procurement, fostering effective communication between the contracting authority and potential contractors while adhering to federal regulations.
    The document outlines the price schedule for an IGCE project, specifying various camera equipment and accessories to be procured. It details the item descriptions, quantities required, and space for proposed unit prices from offerors. Key items listed include camera bodies (Sony FX6 and Burano), multiple types of lenses, essential accessories, headphones, tripods, memory cards, and protective cases. Each category is quantified, reflecting a comprehensive strategy for acquiring equipment needed for a project, likely tied to film or video production. The document serves as a structured template for bidders to submit their pricing for these deliverables, ensuring transparency and competitive pricing in line with government procurement protocols. By collecting these specific pieces of equipment, the government aims to equip a project with high-quality filming capabilities, adhering to industry standards. This initiative highlights the ongoing commitment to enhance audiovisual production resources within federal projects.
    This document serves as a Justification and Approval (J&A) for contracting without full and open competition, specifically under Requisition Number 2025-LBN-0072. It outlines the authority to proceed with a contract exceeding $250,000, citing that only one responsible source meets the Library’s unique requirements, as defined under the Federal Acquisition Regulation (FAR) and U.S. Code. The justification includes conditions where competition is limited due to urgency, necessity for a specialized product, or brand-name specifications essential for fulfilling the government’s requirements. For procurements up to $250,000, simplified acquisition procedures apply, reiterating the reasons for contracting without competition. The document emphasizes the need to solicit interest from potential sources through SAM.gov and addresses circumstances where advance notice is not required. It includes determinations regarding the fairness and reasonableness of pricing, confirming compliance with various evaluation criteria. Ultimately, the contracting officer certifies that the justification is accurate and complete, indicating a structured approach to ensuring compliance with government procurement regulations while addressing the Library's specific needs efficiently.
    The document serves as a response to questions regarding a request for proposals (RFP) related to camera and equipment specifications for government use, particularly concerning the FX6 camera kits. Key queries address the desired tripod specifications, camera lens requirements, and support equipment such as cases and microphones. The existing equipment preferences include Vinten tripods, Porta-Brace soft cases, and an array of lenses, primarily Sigma Cine Lenses and Sony microphones, indicating a focus on high-quality, reliable gear. Specific operational needs, such as the inclusion of external servo motors for certain lenses and AC power options, were clarified. The responses confirm existing inventory sufficiency for items like extra batteries and media card readers, suggesting that the agency seeks to optimize procurement without redundancy. Overall, this document highlights the agency's commitment to maintaining equipment quality while ensuring solutions align with established operational standards and equipment compatibility.
    The document is a Q&A attachment regarding a request for proposals (RFP) for camera equipment, specifically for FX6 camera kits. The primary focus is on identifying and specifying the types of tripods, camera cases, lenses, and additional accessories required for the project. Key specifications include a preference for the Vinten System Vision blue3 Head with Flowtech 75 Carbon Fiber Tripod, and a Porta-Brace soft case for the cameras, along with Pelican hard cases for the lenses. The RFP emphasizes the need for compatibility with existing inventory, particularly regarding lenses and servo motors for remote control. Additionally, the document addresses inquiries about battery needs, microphone models, and load capacities of tripods. Overall, it establishes the essential equipment requirements and clarifies misconceptions among potential offerors while ensuring compatibility with current assets. This document serves to guide suppliers in providing accurate quotes aligned with the agency's needs, reflecting the intentionality behind government procurement processes.
    Lifecycle
    Title
    Type
    HD Video Cameras
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Film Preservation Lab Equipment Maintenance - Library of Congress
    Library Of Congress
    The Library of Congress is seeking contractor support for the maintenance and repair of film preservation equipment at the National Audiovisual Conservation Center (NAVCC) in Culpeper, Virginia. The procurement involves an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract that encompasses annual preventative maintenance, ad hoc repairs, emergency services, remote support, and spare parts for both historical and contemporary film equipment. This contract is crucial for ensuring the operational integrity of the Library's film preservation efforts, with a minimum obligation of $1,000 and a maximum of $150,000 over a base period of five years. Interested contractors must provide qualified technicians with at least five years of relevant experience and submit their responses by January 9, 2026, at 5:00 PM Eastern Time; questions regarding the solicitation are due by December 16, 2025.
    Intent to Sole Source - Cube-Tec System Replacement
    Library Of Congress
    The Library of Congress is seeking to replace its existing Cube-Tec systems at the Culpeper facility, specifically the CubeWorkFlow, Dobbin, and Quadriga Systems, while also acquiring an additional Cube-Tec CD-Inspector appliance to enhance functionality for the NAVCC/Recorded Sound collection. This procurement is intended to be fulfilled through a sole source contract awarded to Cube-Tec, Inc., as they are the original equipment manufacturer and possess the necessary expertise to meet the Library's requirements. The services and equipment are critical for maintaining and preserving audio-visual materials, which are vital to the Library's mission. Interested vendors must submit a capability statement, not exceeding five double-spaced pages, detailing their qualifications by the specified deadline, with inquiries directed to Brian D. Curl at bcurl@loc.gov or James Robinson at jarobinson@loc.gov.
    Enterprise-Wide Managed Print Services
    Library Of Congress
    The Library of Congress is seeking proposals for an Enterprise-Wide Managed Print Services solution to support its Print Management Program. This procurement includes the lease and maintenance of production equipment, administrative copiers, and reading room solutions, with a focus on establishing a centralized, secure print management system and providing on-site help desk services. The contract will cover a base period of nine months, starting February 1, 2026, followed by four one-year option periods, and emphasizes efficiency, cost reduction, and enhanced user experience for Library staff and researchers. Interested parties can contact Carrie Fairbanks at cfairbanks@loc.gov or Julia Davis at juhan@loc.gov for further details.
    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.
    CAMERA,TELEVISION
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of television cameras under the solicitation titled "CAMERA, TELEVISION." The contract will require compliance with various quality standards, including ISO 9001 or higher, and will involve the delivery of 20 units within a specified timeframe of 365 days. These cameras are critical for airborne radio and television communication, supporting military operations and enhancing situational awareness. Interested vendors can reach out to Sean Geiger at 215-737-6825 or via email at SEAN.GEIGER@DLA.MIL for further details and to submit proposals.
    PICS2 Support
    Library Of Congress
    The Library of Congress is seeking to modify contract LCCIO21P0037 to enhance support for the National Library Service for the Blind and Print Disabled (NLS) Production Inventory and Control System (PICS2). This modification will include twelve months of dedicated solutions consulting services aimed at maintaining and supporting the Xytech MediaPulse application, as well as facilitating integration with the overall PICS2 system. The services are critical for ensuring the continued functionality and security of the MediaPulse licenses and related support services. Interested parties can contact Ke'Shae Perry at keperry@loc.gov for further details regarding this opportunity.
    Universal Streak Camera System, No Equivalents or Substitutions. Must be a Franchised/Licensed Distributor
    Energy, Department Of
    The Department of Energy, through Brookhaven National Laboratory, is soliciting proposals for the procurement of a Universal Streak Camera System, specifically the C16910-01-131-KIT model, with no equivalents or substitutions allowed. This firm fixed-price contract requires that all offers come from franchised or licensed distributors, emphasizing the importance of quality assurance and compliance with various standards, including ISO 9001. The selected system will play a crucial role in supporting research and development operations at the laboratory. Proposals are due by December 29, 2025, with questions accepted until December 22, 2025, and the anticipated delivery date set for January 26, 2026. Interested vendors should contact Malen Valencia at mvalencia@bnl.gov for further information.
    REPLACE SURVEILLANCE CAMERAS AT VARIOUS LOCATIONS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to replace surveillance cameras at various locations within Shenandoah National Park in Virginia. The project entails removing existing cameras and wiring, and installing 40 NDAA-compliant security cameras, mounts, weatherproof housings, and associated network equipment, with optional installations at two visitor centers. This procurement is a small business set-aside with an estimated contract value between $100,000 and $250,000, and the performance period is expected to last 90 calendar days from the notice to proceed. Interested parties should contact Deborah Coles at DebbieColes@nps.gov or 540-677-0325, and a site visit is scheduled for December 18, 2025.
    Sources Sought Notice for two (2) CMOS Cameras
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking potential sources for two scientific CMOS cameras through a sources sought notice (NIST-SS26-CHIPS-24). These cameras are integral to the Digital Twins for Atomic Layer Deposition Processes Project, aimed at developing and validating digital twin models for atomic layer deposition processes by enabling high-sensitivity and high-speed absorption tomographic measurements. Key technical specifications include a back-illuminated scientific CMOS sensor, high quantum efficiency, global shutter capability, and a minimum frame readout rate of 100 frames per second. Interested vendors should submit their responses, including company information and product details, by December 15, 2025, to Elizabeth Timberlake at elizabeth.timberlake@nist.gov or Donald Collie at donald.collie@nist.gov, with submissions not exceeding 20 pages.
    67--PROJECTOR LASER HD, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure repair services for the Projector Laser HD, with a focus on the modification of this equipment. The procurement involves a quantity of 13 units of the National Stock Number (NSN) 7H-6730-017245132, and the government has determined that it is uneconomical to purchase the data or rights necessary for contracting repair from additional sources. This equipment is critical for photographic projection applications within military operations. Interested parties are encouraged to contact Julie Smith at NAVSUP Weapon Systems Support for further details, with proposals due within 45 days of the notice publication. The procurement will be conducted under the authority of FAR 6.302-1, and all responsible sources may submit their interest and capability statements.