FMCS-Microsoft volume License Components
ID: 93310024Q0026Type: Combined Synopsis/Solicitation
Overview

Buyer

FEDERAL MEDIATION AND CONCILIATION SERVICEFEDERAL MEDIATION AND CONCILIATION SERVICEFMCSWASHINGTON, DC, 20427, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Federal Mediation and Conciliation Service (FMCS) is seeking qualified small businesses to provide renewal of Microsoft MVLS licenses through a firm fixed-price purchase order. Vendors must demonstrate their eligibility by being part of the Microsoft Partner Network and authorized to purchase and resell Microsoft products. This procurement is critical for ensuring that government agencies have access to essential software solutions, including M365, Azure services, D365 applications, and Microsoft Teams, under federally regulated pricing structures. Interested vendors should submit their quotes electronically by the specified deadlines and can contact Bronson E Madero at bmadero@fmcs.gov for further information.

    Point(s) of Contact
    Bronson E Madero
    bmadero@fmcs.gov
    Files
    Title
    Posted
    This document outlines a proposal for software licensing and subscription services, detailing various Microsoft products available for federal government use in the upcoming contract years. It specifies three key pricing periods: Base Year (9/30/24 - 9/29/25), Option Year 1 (9/30/25 - 9/29/26), and Option Year 2 (9/30/26 - 9/29/27), with listings for numerous products such as O365, EMS, M365, and various Dynamics 365 applications, complete with part numbers (SKUs) and licensing quantities. The document's structure focuses on comprehensive product descriptions, unit pricing, and usage details, with contracts primarily directed at the U.S. government sector. Notably, it includes components like Defender services, Exchange Online, and Teams subscriptions, essential for modern government operations. The overall aim is to facilitate an efficient bidding process for software solutions to optimize government operations while ensuring compliance with federal regulations. The value of these offerings is anchored in enhancing productivity and security across government entities.
    The Microsoft MVLS – Solicitation #933100 outlines licensing and software assurance offerings under a federal RFP for various Microsoft products intended for government use. The document details a base year spanning from September 30, 2024, to September 29, 2025, and includes extended option years (up to two additional years) for comprehensive licensing of products such as M365, Azure services, D365 applications, and Microsoft Teams solutions. Each product is associated with a specific part number (SKU) for identification. In total, the solicitation provides information regarding pricing and usage for enterprise and additional subscription products required by the government. This includes tiered licensing options based on user and device needs, highlighting different features designed for specific governmental applications. Such licensing agreements are crucial to ensuring that government entities have access to essential software solutions under federally regulated pricing structures. The document emphasizes the importance of Microsoft offerings in enhancing operational capabilities within government agencies while adhering to federal compliance guidelines.
    The document titled "Current EA# 4770935" references an ongoing initiative within the scope of federal government RFPs (Requests for Proposals) and grants, focusing on proposals related to environmental assessments (EAs). The primary goal of the initiative is to evaluate and mitigate environmental impacts through a structured proposal process. The RFP outlines the requirements for submitting proposals to conduct environmental assessments, highlighting the need for compliance with federal regulations. Key components include assessment methodologies, timeline expectations, and proposal evaluation criteria. Additionally, the document emphasizes inter-agency collaboration and stakeholder engagement to ensure a comprehensive understanding of environmental factors. The initiative showcases the government's commitment to environmental stewardship, promoting thorough assessments that inform decision-making processes across various projects. This RFP serves as a crucial instrument in guiding practices for sustainable development while adhering to legal and environmental standards.
    The document, RFQ 93310024Q0026, outlines the federal government's solicitation for the renewal of Microsoft MVLS licenses, classified as a combined synopsis/solicitation under FAR Subpart 12.6. This solicitation is set aside for 100% small business participation and is posted on SAM.gov. The FMCS intends to award a firm fixed-price purchase order, with specific clauses and provisions included, which bidders must review. Key provisions address telecommunications equipment regulations mandated by the John S. McCain National Defense Authorization Act, requiring contractors to confirm non-provision and non-use of covered telecommunication equipment or services. The evaluation will prioritize the lowest price, technically acceptable bid, and responses must be submitted electronically by specified deadlines. The document emphasizes compliance with several FAR clauses regarding transparency, ethical practices, and equal opportunity. Overall, it serves as a formal invitation for businesses to participate in providing essential software licensing services to the federal government while maintaining adherence to regulatory standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FMS Navigational Database
    Active
    Justice, Department Of
    The U.S. Marshals Service (USMS) is seeking to negotiate and award a contract for a worldwide subscription to electronic navigational database services, specifically to support the functionality of aircraft flight management computers (FMC). This procurement aims to provide current and accurate navigational flight data in electronic format, which is essential for pre-flight planning and airborne operations. The contract period is set from October 1, 2024, to September 30, 2025, with Boeing Digital Solutions, Inc. identified as the intended sole source provider. Interested parties may submit information in response to this notice by emailing Victor J. Stamps at victor.j.stamps@usdoj.gov by 12:00 pm CST on September 24, 2024; however, no unsolicited proposals will be considered.
    PORT PERFORMANCE SUBSCRIPTION
    Active
    Federal Maritime Commission
    The Federal Maritime Commission intends to sole source a subscription for Port Performance services from S&P Global, a leading provider in the industry. This procurement aims to secure essential subscription services that will support the Commission's operational needs in monitoring and analyzing port performance metrics. The anticipated period of performance for this contract is from September 29, 2024, to September 28, 2029, encompassing a base year and four one-year option periods. Interested parties can direct inquiries to Michelle Calhoun at mcalhoun@fmc.gov or by phone at 202-523-2901, as this opportunity is being pursued under the Federal Acquisition Regulations Subpart 13.5 for simplified procedures.
    Subscription to Seaweb, Movements and Ports Modules
    Active
    Federal Maritime Commission
    The Federal Maritime Commission intends to sole source a subscription to the Seaweb, Movements and Ports Modules from IHS Global Inc., located in Englewood, Colorado. The procurement aims to increase the annual subscription from a single user to a range of 2-5 users under an existing Purchase Order, with an estimated increase in cost of $76,414. This subscription is crucial for accessing vital maritime data and analytics, which support the Commission's regulatory and oversight functions. A solicitation will not be issued for this opportunity, and interested parties may direct inquiries to the Federal Maritime Commission for further information.
    Infoblox Software Licensing
    Active
    International Trade Commission, United States (duns # 02-1877998)
    The United States International Trade Commission (USITC) is seeking quotations for Infoblox software licensing to manage DNS and DHCP services through a centralized virtual host. The procurement aims to enhance operational efficiency and security while ensuring compliance with federal mandates, specifically targeting certified Infoblox resellers as part of a 100% Small Business Set-aside initiative. This software is crucial for modernizing the IT infrastructure of the USITC, with a delivery period set from October 18, 2024, to October 17, 2025. Interested offerors must submit their quotations by September 25, 2024, and can direct inquiries to Meaghann Peak at meaghann.peak@usitc.gov.
    SUBSCRIPTION PIERS (IMPORT/EXPORT)
    Active
    Federal Maritime Commission
    The Federal Maritime Commission intends to sole source subscription services for the Port Import Export Reporting Service (PIERS) data from IHS Global Inc. This procurement is aimed at acquiring essential data services that support the Commission's regulatory and oversight functions in maritime trade. The anticipated period of performance for this contract is from September 29, 2024, to September 28, 2029, encompassing a base year and four one-year option periods. Interested parties can direct inquiries to Michelle M. Calhoun at mcalhoun@fmc.gov or by phone at 202-523-2901 for further details.
    COMSUL SUBSCRIPTION RENEWAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory (NRL), is seeking quotations for the renewal of COMSUL software licenses, which are critical for engineering and scientific research. The procurement involves renewing two existing licenses—a Floating Network License and a Named Single User License—along with providing necessary electronic download files for the software package. This renewal is essential for maintaining access to specialized simulation tools that support NRL's research and development missions. Interested vendors must submit their technical and price quotes via email to Andrea Graves by the specified deadline, ensuring they are registered in the System for Award Management (SAM) and comply with all outlined requirements.
    OUSD (Comptroller) Mission Support Blanket Purchase Agreement (OUSDC CMS BPA)
    Active
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is issuing a Request for Quote (RFQ) for a Mission Support Blanket Purchase Agreement (BPA) under full and open competition. This procurement aims to secure a range of professional services, including administrative management, general management consulting, and various accounting and computer-related services, as outlined in the applicable NAICS codes. The services are critical for supporting the operational needs of the OUSD (Comptroller) and will be procured in accordance with the General Services Administration's Federal Supply Schedule program. Interested vendors can reach out to Brandiss Smith at brandiss.r.smith.civ@mail.mil or call 313-815-5343 for further details.
    A leased license with one (1) instance of the optimization engine with a bundle of ten (10) special optimization FLOW-3D HYDRO solver tokens, for the CFD software program, FLOW-3D(x), for a period of 12 months.
    Active
    Energy, Department Of
    The Federal Energy Regulatory Commission (FERC) is seeking offers for a leased license of the FLOW-3D(x) computational fluid dynamics (CFD) software, which includes one instance of the optimization engine and a bundle of ten special optimization FLOW-3D HYDRO solver tokens. This procurement aims to enhance FERC's simulation capabilities by acquiring a product that uniquely meets their operational needs, as FLOW-3D(x) is the only available add-on module for the existing FLOW-3D software, addressing limitations of single-seat licensing. Proposals must be submitted via email to Contract Specialist Trey Hair by September 26, 2024, with any questions directed to him by September 24, 2024. The evaluation will focus on technical merit and cost, ensuring compliance with federal contracting standards.
    Blast Containment Management System (BCMS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the maintenance and upgrade of the Blast Containment Management System (BCMS) at Kirtland Underground Munitions Maintenance and Storage Complex (KUMMSC) in New Mexico. The contract aims to ensure the BCMS effectively responds to unintended blasts by maintaining and enhancing its operational capabilities, which includes software and hardware upgrades, testing of components, and emergency maintenance services. This procurement is critical for maintaining safety protocols and operational effectiveness at the facility, emphasizing the importance of compliance with federal regulations and the need for qualified small businesses to participate. Interested vendors must submit their proposals by September 19, 2024, and are required to register in the System for Award Management (SAM) to qualify for the contract. For further inquiries, potential bidders can contact My Cole Robinson at mycole.robinson.1@us.af.mil or Andrew Wiseman at andrew.wiseman.2@us.af.mil.
    MABSM Implementation and Sustainment for the Oklahoma City (OC-ALC) and Warner Robins (WR-ALC) Aircraft Groups
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the implementation and sustainment of the Maintenance Business System Modernization (MABSM) program for the Oklahoma City (OC-ALC) and Warner Robins (WR-ALC) Aircraft Groups. This procurement aims to support the Maintenance, Repair, and Overhaul (MRO) applications, which are critical for managing the entire Depot process from asset induction to sale, ensuring compliance with evolving Air Force requirements. Interested parties, particularly small businesses including 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned concerns, are encouraged to respond to this Sources Sought notice by providing their company information, size status, and relevant experience by September 24, 2024, at 4:00 PM MST, to Jason Neering at jason.neering@us.af.mil.