U.S. Senate Kodak Maintenance and Support Services
ID: 2026-R-008Type: Solicitation
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The United States Senate, through the Office of the Sergeant at Arms (SAA), is seeking proposals for Kodak maintenance and support services as outlined in Request for Quotation (RFQ) 2026-R-008. The procurement includes services for Kodak Software Assurance - Technical Support and extended service agreements for specific Kodak scanners, with a contract duration starting from January 1, 2026, through December 31, 2029. Interested vendors must submit their quotes, including a completed pricing table and compliance documentation, via email by December 26, 2025, at 12:00 PM EST, with all submissions adhering to federal regulations and Senate procurement guidelines. For further inquiries, vendors can contact Charles Blalock at charles_blalock@saa.senate.gov or call 202-841-3876.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Senate Office of the Sergeant at Arms (SAA) has issued Request for Quotation (RFQ) 2026-R-008, a pricing table for products and services to be provided on a Firm-Fixed-Price basis. The RFQ includes a base year from January 1, 2026, to December 31, 2026, and three option years extending through December 31, 2029. The services requested are for Kodak Software Assurance - Technical Support (renewal) for Capture Pro Group G and Kodak Care Kit Post Warranty Extended Service Agreements for i5850 and i5850 FADGI scanners. All prices must be in USD, and shipping will be F.O.B. Destination, United States Senate, Washington, DC 20510. Offerors must identify any separate shipping/handling charges and state if their quotation is Open Market, GSA Schedule, NASA SEWP, or other GWAC. Price quotes must remain valid until January 31, 2026. The SAA reserves the right to reject non-compliant quotations.
    This addendum outlines critical terms for contracts between contractors and the U.S. Senate, Office of the Sergeant at Arms (SAA), ensuring compliance with federal law and Senate Procurement Regulations. Key provisions void any contractor terms that conflict with federal law or SAA needs, giving precedence to the addendum and Senate Purchase Order clauses. Unacceptable terms include those creating Anti-Deficiency Act violations (e.g., future fees, indemnification), automatic renewals, and clauses granting contractors control over third-party claims. The addendum also restricts contractor audits of the SAA, disclaims SAA responsibility for taxes, and limits the incorporation of external license terms. Dispute resolution must follow federal law, prohibiting mandatory arbitration and unilateral termination by the contractor. Additionally, contractors cannot make unauthorized advertisements, must maintain confidentiality, ensure data protection post-termination, and cannot assign licenses without SAA approval. These terms ensure the SAA's legal and operational integrity in contractual agreements.
    This document outlines the instructions and requirements for submitting quotes in response to Request for Quotation (RFQ) 2026-R-008 for Kodak Maintenance and Support Services. Key requirements include signing and returning the PRICING TABLE (Excel Worksheet) with mandatory vendor information, and providing applicable End User License Agreements (EULA) or Contract Terms and Conditions. If EULAs or terms are provided, the Offeror must sign and return the ADDENDUM TO COMMERCIAL AGREEMENTS (PDF). Resellers must provide a current OEM authorization statement. Offerors providing telecommunications equipment or high/moderate-impact information systems must submit an OEM Statement of Compliance with Section 208 of the Legislative Branch Appropriations Act, 2020. Submissions are due via email by December 26, 2025, at 12:00 Noon EST. Offerors must have an active SAM registration, supply products from OEM authorized channels in the USA only, and provide Firm-Fixed-Prices on a F.O.B. Destination basis. The Sergeant at Arms (SAA) reserves the right to reject incomplete or non-compliant quotations and will make one award, if any, on a Lowest Price Technically Acceptable basis.
    This document outlines the comprehensive Purchase Order Clauses for federal government contracts administered by the Sergeant at Arms (SAA) Contracting Officer, effective December 2025. It details the authority of the Contracting Officer, the strict order of precedence for contractual documents, and essential requirements such as compliance with Senate security regulations, acceptance criteria for goods and services, and pricing conditions. The clauses also cover invoicing and payment procedures, emphasizing the SAA's tax-exempt status and non-applicability of certain federal laws like the Prompt Payment Act. Critical sections address advertising restrictions, gratuities, conflict of interest, and conditions for termination (for cause or convenience). Significant emphasis is placed on data protection, privacy, confidentiality, cybersecurity, and limitations on artificial intelligence training using Senate data. Personnel security requirements, including background checks for access to Senate facilities and networks, are detailed, along with stipulations regarding assignment, change in control, government indemnification, and automatic renewals. The document underscores the Senate's unique legal standing and the paramount importance of safeguarding Senate information and operations.
    The OEM Statement of Compliance on Limitation on Telecommunications Equipment Procurement V3, issued February 2022, serves as a formal declaration from Original Equipment Manufacturers (OEMs) regarding their adherence to specific federal regulations. This document confirms that the OEM, to the best of its knowledge and belief, complies with Section 208 of the Legislative Branch Appropriations Act, 2020 (P.L. 116-94). This section prohibits the acquisition of certain telecommunications equipment and information systems categorized as high or moderate impact, as defined by the National Institute of Standards and Technology's (NIST) Federal Information Processing Standard Publication 199. The statement requires the name, title, date, and signature of a certifying officer, making it a critical document for government RFPs, federal grants, and state/local RFPs to ensure compliance with federal telecommunications and information system security standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Request for Quotation Secure Sockets Layer (SSL) Certificates
    Senate, The
    The United States Senate, through the Office of the Sergeant at Arms, is seeking quotations for Secure Sockets Layer (SSL) Certificates under Request for Quotation (RFQ) 2026-R-019. The procurement aims to acquire SSL Certificates Subscription Tier services, which are crucial for ensuring secure communications and data protection within the Senate's digital infrastructure. The selected vendor will provide a range of services, including automated renewal alerts, same-day issuance, and 24/7 support, with the contract period spanning from January 1, 2026, to December 31, 2026. Interested offerors must submit their quotations via email to Acquisitions@saa.senate.gov by 12:00 Noon on December 23, 2025, ensuring compliance with all specified requirements, including active SAM registration and adherence to Section 208 of the Legislative Branch Appropriations Act, 2020.
    Pure Storage
    Senate, The
    The U.S. Senate Sergeant at Arms (SAA) is seeking authorized resellers of Pure Storage to provide data storage solutions as outlined in Request for Quotation (RFQ) 2025-R-072. The procurement includes various configurations of Pure Storage //X70 Series systems for both production and lab environments, supporting multiple operating systems and virtualization platforms. This initiative is critical for the SAA to effectively manage and store its data, ensuring compliance with federal regulations and operational efficiency. Interested vendors must submit their firm-fixed-price quotations by January 12, 2026, with all submissions sent via email to acquisitions@saa.senate.gov. For further inquiries, contact Tonia Courtney at 202-909-9017 or via email at zemirahcourtney@saa.senate.gov.
    Cohesity Backup Storage
    Senate, The
    The U.S. Senate Sergeant at Arms (SAA) is seeking proposals from authorized resellers of Cohesity for backup storage solutions to manage SAA data. The procurement aims to secure Cohesity 4-Node Blocks for both production and lab environments, along with necessary subscriptions and support, emphasizing compliance with federal regulations, including an OEM Statement of Compliance with Section 208 of the Legislative Branch Appropriations Act, 2020. This initiative is critical for ensuring the integrity and security of data management within the Senate's IT infrastructure. Interested offerors must submit their signed pricing tables and any required documentation by January 12, 2026, at 5 p.m. ET, 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.
    Printer/Scanner/Copiers for the Albuquerque Area IHS & the Albuquerque Area Office
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Albuquerque Area Indian Health Service, is seeking quotations for the procurement of four Canon imageRUNNER ADVANCE DX C5860i Color Systems, which includes three units for the Albuquerque Area Office and one for the IHS Warehouse, along with preventive maintenance services. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and small business concerns, emphasizing the importance of these multifunctional printers in enhancing workflow efficiency and security within the healthcare environment. Interested vendors must submit their quotes via email to Stephanie Begay by 12:00 pm MST on January 7, 2026, with the contract structured as a firm-fixed-price order that includes a base year and four option years for maintenance services. For further details, vendors can contact Stephanie Begay at stephanie.begay3@ihs.gov or by phone at 505-256-6750.
    Purchase of 4 MFPs (Multi-Functional Printers) for Korea
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking quotations for the purchase of four Multi-Functional Printers (MFPs) to be delivered to South Korea. The procurement aims to acquire new, TAA-compliant printers that support various functions such as printing, scanning, and copying, with specific technical requirements including high-resolution capabilities and robust security features. This acquisition is critical for enhancing operational efficiency and ensuring compliance with federal standards in a military environment. Interested vendors must submit their proposals via email to Lauren Valentine by December 22, 2025, at 3:00 PM EST, and are encouraged to review the attached Statement of Work for detailed specifications and requirements.
    Enterprise-Wide Managed Print Services
    Library Of Congress
    The Library of Congress is seeking contractor support for its Enterprise-Wide Managed Print Services program, aimed at enhancing its Print Management capabilities. The procurement includes leasing and maintaining production equipment, administrative copiers, and reading room solutions, with a focus on implementing a centralized, secure, and cost-effective print management system. This initiative is critical for improving efficiency and cost recovery across various Library departments, including the Congressional Research Service. Interested vendors should note that questions regarding the solicitation are due by December 18, 2025, and can contact Carrie Fairbanks at cfairbanks@loc.gov or Julia Davis at juhan@loc.gov for further information.
    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.
    Radiology Blanket Purchase Agreement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Radiology Blanket Purchase Agreement (BPA) to provide diagnostic imaging services, particularly chest x-rays, at Fort Knox, Kentucky. The procurement is set aside for small businesses under NAICS code 621512, with an estimated requirement of 125 chest x-rays over the life of the BPA, averaging 25 per year for five years. This opportunity is crucial for maintaining the health readiness of military personnel, ensuring timely access to necessary medical imaging services. Interested parties must submit their proposals by 2:00 PM Eastern Daylight Time on December 23, 2025, following the recent amendment that extended the submission deadline, and should contact Kathryn Quinones or Jason Holck for further information.
    Photography, Photocopy & Microfilm Equipment
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for photography, photocopy, and microfilm equipment. This procurement aims to streamline the acquisition of commercial items necessary for supporting various naval operations, particularly in Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.