Skip to content
United States Agency For Global Media

USAGM Remote Monitoring Services in cloud-based systems and RMS locations around the world.

Solicitation: 951700-26-SPN-0320
Notice ID: 1883a912e9984a4294746d501ea48f32
TypeSpecial NoticeNAICS 517410PSCR426DepartmentUnited States Agency For Global MediaPostedMar 20, 2026, 12:00 AM UTCDueMar 30, 2026, 08:00 PM UTCExpired

Special Notice from UNITED STATES AGENCY FOR GLOBAL MEDIA, BBG • UNITED STATES AGENCY FOR GLOBAL MEDIA, BBG. Place of performance: King George VI Street, 5 Kilo ADDIS ABABA 00000, Ādīs Ābeba • 00000 Ethiopia. Response deadline: Mar 30, 2026. Industry: NAICS 517410 • PSC R426.

Market snapshot

Awarded-market signal for NAICS 517410 (last 12 months), benchmarked to sector 51.

12-month awarded value
$1,276,836
Sector total $567,023,252 • Share 0.2%
Live
Median
$24,970
P10–P90
$21,180$28,759
Volatility
Stable30%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,276,836)
Deal sizing
$24,970 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
King George VI Street, 5 Kilo ADDIS ABABA 00000, Ādīs Ābeba • 00000 Ethiopia
Contracting office
Not listed

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Natalie Ellis
Email
nellis@usagm.gov
Phone
2029202305
Name
David Wallace
Email
DWallace@usagm.gov
Phone
2029202314

Agency & Office

Department
UNITED STATES AGENCY FOR GLOBAL MEDIA, BBG
Agency
UNITED STATES AGENCY FOR GLOBAL MEDIA, BBG
Subagency
Not available
Office
Not available
Contracting Office Address
Not available

More in NAICS 517410

Description

THIS IS A NOTICE OF INTENT TO SOLE SOURCE

This notice is issued in accordance with Federal Acquisition Regulation (FAR) section 5.201 to notify the public of a proposed contract action.

The North American Identification Classification System (NAICS) code is 517410, and the size standard is $32.5 M. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of 41 U.S.C. §3304(a)(1). 

The U.S Agency of Global Marketing (USAGM) intends to contract by means of other that full and open competition and enter into a sole source contract in accordance with

DBA: Negatu Abera Asefa
King George VI Street, 5 Kilo
ADDIS ABABA 00000

The statutory authority permitting other than full and open competition is 41 U.S.C. 3304(a)(1) as implemented by the Federal Acquisition Regulation (FAR) Subpart 6.302-1 entitled  “Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.”

Description of the Services:

Background

Most of USAGM's Remote Monitoring System is running in "emergency maintenance" mode.  As a result, we currently have a lot of processes sharing an old, slightly underpowered server. While everything mostly works for now (just barely), it is crtical that this situaion is resolved to mitigate risk of imminent system failure as the current method of monitoring is not  sustainable . Currently all RMS operations depend fully on one resource , with no backup plan or contingency to handle a void in required monitoring functions.

Purpose

USAGM’s solution is to move these services into the cloud and have shared system operations and administration support so that the platform and support are no longer single thread. 

Shortwave/Medium Wave Remote Monitoring System Support SOW

ARTICLE 1- OBJECTIVE

The contractor shall l assist in software development, conduct server maintenance, system administration and other administrative duties, provide technical support services, documentation, and obtain cloud services on a reimbursable basis to support USAGM Remote Monitoring Services in cloud-based systems and RMS locations around the world. The Contractor shall coordinate with the USAGM POC for delivery and return of USAGM provided equipment.

ARTICLE 2-TECHNICAL SET UP, OPERATION AND MAINTENANCE

The contractor shall  provide the following support to the USAGM Remote Monitoring Systems program.

A: Manage updates required to keep RMS operational on existing USAGM provided hardware (Mac Computers, SDR-IQ and Cloud-IQ receivers). The contractor is also required to monitor RMS usage and perform remote diagnostics to detect potential problems.

B: Administer the proprietary RMS data server (currently ibbmonitor.appspot.com) hosted on Google Cloud platform (GCP). Vendor will be required to sustain platform on Google Cloud and update server code as required to ensure future compatibility with GCP.

C: Provide technical support by email to all USAGM Technical Monitoring Offices (TMO) worldwide. This support may include writing small programs and/or setting up an auxiliary server to resolve issues with a specific Remote Monitoring System.

D: Provide technical support and maintenance for RMS scheduling and reporting database and websites (FMDS, Schedule Manager, Web Scheduler) currently hosted on ibbmonitor.his.com. The contractor will also assist TMOs with initializing the database for a new broadcasting season, which happens twice a year.

E: OPTIONAL CLINS:

Issued via modification - Perform evaluation, testing and assist with research and development to upgrade technologies and software associated with the RMS program when requested and approved by USAGM. The contractor shall  provide a detailed invoice for each USAGM approved evaluation testing and research and development request.

Issued via modification – procure IT services, for example Google Cloud, Internet, and basic level hardware needed to operate and maintain the USAMG Remote Monitoring Network. 

ARTICLE 3 - GOVERNMENT FURNISHED EQUIPMENT

USAGM will provide the IT, radio and antenna equipment needed to the contractor.  Annually, the contractor shall conduct an inventory and provides digital photos in a .jpg format of government furnished equipment used for monitoring and send them by email to the USAGM POC for accountability as well as historical documentation.

ARTICLE 4 - SERVICE INTERRUPTION

In the event of service interruption or GFE equipment failure, the contractor  will inform USAGM Technical Florian Buchner fb@speed.at within three business days of service interruption

The total estimated cost of the service is as follows:

Base Period :        $36,000.00

Option Period 1:   $36,000.00

Option Period 2:   $36,000.00

Option Period 3:   $36,000.00

Option Period 4:   $36,000.00

Total                     $180,000.00

The only acceptable vendor for this service is:

DBA: Negatu Abera Asefa
King George VI Street, 5 Kilo
ADDIS ABABA 00000

This notice of intent is not a request for capability statements or competitive proposals; however all capability statements received within fourteen (5) days of the issuance of this notice will be considered by the agency.  A determination by the Government not to compete this procurement based on responses to this notice is solely at the discretion of the Government.  For questions concerning this notice, please contact Natalie Y. Ellis; email: nellis@usagm.gov or David Wallace; email:  DWallace@usagm.gov

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.