Opportunity

SAM #04102026-001

Congressional Cable TV System Assessment and Improvement Plan for Architect of the Capitol

Buyer

Acquisition and Material Management Division

Posted

April 10, 2026

Respond By

April 24, 2026

Identifier

04102026-001

NAICS

517111, 541512

The Architect of the Capitol (AOC) is seeking a qualified vendor to assess and recommend improvements for the Congressional Cable TV System (CCCTS) at the Russell Senate Office Building and Capitol Power Plant Annex. - Government Buyer: - Architect of the Capitol (AOC), Acquisition & Material Management Division, Supplies, Services, and Material Management Division (SSMMD) - Scope of Work: - Comprehensive assessment of the existing Congressional Cable TV System (CCCTS) - Documentation of equipment specifications, connectivity layout, and data flow - Development of a detailed improvement plan for content delivery, including recommendations for upgrades, increased resiliency, security, and integration of new content delivery methods - Creation of a control room upgrade plan for the Russell Senate Office Building - Submission of a project management plan and biweekly status reports - Deliverables: - System assessment reports, improvement and upgrade plans, project management plan, and biweekly status updates - Notable Requirements: - Compliance with AOC safety and security policies - E-Verify for all contractor employees - Work to be performed at government facilities, with possible evening or weekend hours to avoid disruption to Congressional operations - No specific OEMs or hardware part numbers are named in the solicitation - Contract Type & Duration: - Firm-Fixed Price contract - Period of performance is 180 calendar days from Notice to Proceed

Description

The Architect of the Capitol (AOC) has a requirement for a contract for the Capitol Power Plant, with a period of performance of 180 Calendar Days.

1.1 CONGRESSIONAL Cable TV Systems Assessment   Background During the late 1970s, the first proposed 13-channel system was requested by both Senate Rules and House Administration. Starting with a single rack in the attic of the Russell Senate Office Building, then in the early 1980s, around 1981, a new design for the system was implemented, with a joint cable system located in the Russell Senate Office Building subway platform to the Capitol completed in 1983. Between 1986 and 1987, a new Senate headend was built to support a complete switcher to control all aspects of both systems, with the current system supporting 59 analog channels for the Senate and 54 analog channels for the House CATV systems. In 2002, the system was upgraded again with the deployment of digital transmission, including digital broadcasts of House and Senate floors on the CCTS system.

Scope of Work The scope of this requirement is to engage a professional vendor to conduct a detailed assessment of the existing Architect of the Capitol Congressional Cable TV System (CCCTS) located at the “head end” in the Russell Senate Office Building and the Capitol Power Plant Annex building. The vendor shall also propose improvements to enhance content delivery. The assessment will include detailed drawings of existing equipment specifications, connectivity layout, data flow, and types. A final report will detail findings, existing system overview, proposed improvements, costs, impacts, and durations. The objective is to ensure the CCTS meets the demanding operational environment of Congressional members and staff, operating 24/7.

Applicable Policies and Standards The contractor shall perform tasks in accordance with this contract, including: Technology Standards Drawings; As-Built Systems Drawings for CCTS Security specifications The contractor shall not deviate from these documents without express approval from the Contracting Officer’s Representative (COR).

Tasks Task 1 – Existing System Assessment The contractor shall assess the existing CCTS system(s), documenting equipment specifications, connectivity, data flow, and types. The assessment will cover the primary head end at Russell Senate Office Building and the secondary “Head End” at the Capitol Power Plant (CPP) Annex. The results will include a detailed report covering: Rack elevations Line diagrams of connections (all mediums) Network diagram Content source diagram Content delivery diagram (Fiber T/X) Equipment age / part availability Task 2 The contractor shall develop a comprehensive “improvement plan” for the CCTS, including detailed reports on proposed upgrades or replacements, configurations, delivery methods, estimated costs, and impacts. The plan should explore options such as: Enhanced resiliency and backup for 24/7 operation Increased security (Firewall) Improved efficiency via IP networks Content procurement methods (IP streaming, Direct Satellite, wireless, etc.) Secondary audio programming (SAP) capabilities Streaming content to clients via mobile apps, smart TVs, or other methods Recommendations for ingesting and converting Free Ad-Supported Streaming TV (FAST) channels into the CCTS along with LTN Content Improvements to CCTS delivery via clear QAM 256 to outlying buildings and facilities (delivery method only, assessment of outlying facilities not included). Enhancements to sourcing and modulating FM (radio) frequencies into QAM 256 signals Integration of “virtual channel” nomenclature for CCTS systems Improvements to SDI/ASI sourcing and encoding for integration Task 3 The vendor shall provide a control room “upgrade plan” for the Russell Senate Office Building, including detailed reports on equipment upgrades or replacements, configurations, delivery, costs, and impacts. Options should include: Full control of networked devices accessible from the control room perimeter System alerts for outages related to content, encoding, transcoding, or QAM loss Ability to modify on-screen content, resize, and manage multiple sources/destinations KVM capabilities for all equipment Visibility into network, multicast, QAM, fiber transmitters, and other CCTS equipment status A/V router capabilities within the control room Project Management Plan The contractor shall submit a Project Management Plan within 30 days of award, outlining project execution, control approach, roles, responsibilities, costs, schedule, and scope. This plan will facilitate decision-making, milestones, and communication among stakeholders. Biweekly Status Report The contractor will prepare and deliver biweekly status reports to the COTR and other designated individuals via email every other Friday by 5:00 PM. The audience includes CCP Electronics Technicians, Engineers, senior management, and government and contractor leadership. Reports will include: Goals for the reporting period Accomplishments Recommendations for next steps Risks to project success Open issues and risks summary Deliverables In accordance with Tasks 1, 2, and 3, reports shall be submitted in both native (Word) and PDF formats, along with 10 printed and bound copies. Table 1 - Deliverables and Delivery Schedule Deliverable/Description Type Delivery Method(s) Delivery Date/Frequency Kick-Off Meeting Briefing Virtual Meeting (Teams) 7 days after contract award Project Management Plan Document MS Word / Adobe 14 days after contract award Biweekly Status Report Briefing Virtual meeting and email Biweekly TBD Drafts of Tasks 1, 2, and 3 Document MS Word 6 months after contract award Review of Tasks 1, 2, and 3 Briefing Virtual meeting and email 14 days after initial request Final Submittals for Tasks 1, 2, and 3 Document MS Word 7 days prior to end of contract period Instructions for Delivery of Deliverables The contractor shall submit all deliverables electronically unless directed otherwise by the COR. Electronic copies should be compatible with Microsoft Office 2010 or other mutually agreed formats. Once submitted, work products become property of the Federal Government. Deliverables are considered final upon government approval, which will be communicated within two days of receipt. Rejected deliverables will include specific reasons for rejection. Acceptance requires approval by the CO and COR. Deliverables must meet quality standards, including accuracy, clarity, proper formatting, and timeliness. Government Furnished Equipment / Property (GFE/GFP) No GFE will be provided. Contract Type The anticipated contract type is Firm-Fixed Price (FFP). This contract is not subject to adjustment based on costs; the contractor bears all costs and profits or losses. Period of Performance The period of performance is 180 calendar days from the Notice to Proceed. Place of Performance / Hours of Operation Work will be performed at a government facility unless otherwise approved. Core working hours are 6:00 AM to 2:30 PM ET with a 30-minute lunch. Some activities may require evening or weekend work to avoid disrupting Congressional operations. Overtime requires prior authorization. Travel Travel is not authorized. Personal Services This is not a personal services contract. Security Contractors requiring access to AOC facilities must be escorted at all times. All employees must submit E-Verify and background check forms before work begins. Contractors must wear identification badges at all times. Use of E-Verify is mandatory to verify employment authorization. Work may be interrupted due to Congressional events or security requirements. Safety Contractors shall follow all safety guidelines, including wearing hard hats and eye protection in designated areas. Appropriate clothing is required; shorts and T-shirts are not permitted in certain areas. Contractors are responsible for their own safety and must take precautions to protect themselves at the Capitol Power Plant and Satellite Antenna Array. No open-toe shoes or sandals are allowed when lifting 5 lbs or more. Instructions for Responding to this RFI Please respond to the following questions by email to Donald Fuqua at donald.fuqua@aoc.gov by noon on April 24, 2026: Will your company be interested in submitting a quotation if a solicitation is issued? Can your company perform this scope of work under its GSA Schedule contract? If so, what is the GSA Schedule contract number? What SIN is this usually done under? Or is this a mix of SINs? What questions do you have for the Government? (You may list questions in your response or email them to Donald Fuqua at the address above.) What is the usual duration of a contract for this work? (i.e., typical period of performance) Please provide examples of past contracts within the last three years that are similar in scope, including contract amounts. Any other information of interest to the Government. Thank you, Donald Fuqua Contracting Officer Mobile: (202) 329-6763 Architect of the Capitol Supplies, Services, and Material Management Division (SSMMD) www.aoc.gov

View original listing