Netscout Maintenance and Support Renewal
ID: 2024-R-077Type: Solicitation
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR) (DG01)
Timeline
    Description

    The United States Senate, Office of the Sergeant at Arms (SAA), is seeking quotations for the renewal of maintenance and support services for NetScout, as outlined in Request for Quotation (RFQ) 2024-R-077. Offerors are required to submit a completed Pricing Table in Excel format, along with relevant End User License Agreements and a statement from the Original Equipment Manufacturer affirming their authorization to sell to the Federal Government. This procurement is crucial for ensuring the continued operation and support of essential telecommunications equipment within the Senate, adhering to compliance regulations under Section 208 of the Legislative Branch Appropriations Act, 2020. Interested vendors must submit their quotes via email to Acquisitions@saa.senate.gov by September 13, 2024, at 12:00 PM EST, and ensure they are registered in the System for Award Management (SAM) with a valid DUNS or Unique Entity Identifier.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the submission requirements and instructions for responding to Request for Quotation (RFQ) 2024-R-077 concerning the renewal of maintenance and support for NetScout. Offerors must submit a completed Pricing Table in Excel format along with any relevant End User License Agreements (EULA) and contract terms. Resellers must include a statement from the Original Equipment Manufacturer (OEM) affirming their authorization to sell products to the Federal Government. Compliance with Section 208 of the Legislative Branch Appropriations Act, 2020, is mandatory for information systems and telecommunications equipment, requiring a signed OEM Statement of Compliance. Submissions must be sent via email to specified personnel by 12 PM EST on September 13, 2024. The Offeror must be registered in the System for Award Management (SAM) and provide a valid DUNS or Unique Entity Identifier. The bid should reflect firm-fixed prices, and any accessorial terms must be submitted in specified formats. The Senate will evaluate the lowest price based on the technical acceptability. Additionally, submissions lacking required information may be rejected, and no cost reimbursements will be provided for the preparation of bids. This RFQ adheres to Senate Procurement Regulations and stipulates that one award may be given based on evaluation criteria.
    The U.S. Senate Office of the Sergeant at Arms (SAA) has issued a Request for Quotation (RFQ) for specific MasterCare support services for items listed from October 1, 2024, to September 30, 2025. The pricing table includes various support items with quantities specified, all priced at $0.00, indicating that the quotations may need to be determined by the bidders. Offerors must provide a firm-fixed-price quote, with shipping costs identified separately and shipped to the U.S. Senate in Washington, DC. Quotes are to remain valid until September 30, 2024. Vendors must supply mandatory information, such as company name and tax identification numbers, as part of their submission. The document emphasizes adherence to the instructions and submission requirements outlined in the RFQ, indicating the SAA reserves the right to reject non-compliant quotations. This RFQ illustrates the structured procurement process employed by the government to acquire necessary services, ensuring compliance and transparency.
    The document serves as an addendum to commercial agreements with the U.S. Senate's Office of the Sergeant at Arms (SAA), outlining specific terms and conditions that govern contractual arrangements. It asserts that any conflicting terms in a contractor's license agreement are null and void, emphasizing that the SAA is not liable for unauthorized fees or penalties due to provisions that could violate the Anti-Deficiency Act. Key points include the SAA’s rejection of automatic renewal clauses, audit rights, and taxes being passed onto the agency. Additionally, the SAA maintains control over dispute resolution, requiring matters to adhere strictly to federal law and regulations without the possibility of mandatory arbitration. Provisions regarding third-party claims assert that only the Department of Justice may undertake litigation on behalf of the SAA. Furthermore, conditions for termination by either party and the prohibition of unilateral modifications further delineate the SAA’s commitment to maintaining control over contract terms. Overall, this addendum underscores the SAA's adherence to federal guidelines while negotiating with contractors, aiming to ensure compliance, transparency, and the protection of government interests in contract negotiations.
    This document outlines the terms and conditions applicable to a Purchase Order issued by the Sergeant at Arms (SAA). It emphasizes the authority of the Contracting Officer in managing the Order, the order of precedence for conflicting terms, and the security obligations the contractor must adhere to during performance. Key points include specifications for acceptance of goods and services, pricing mechanisms—allowing for reductions but requiring agreement for increases—and detailed invoicing requirements. There are clauses addressing termination for cause or convenience, conflict of interest disclosures, and the importance of protecting Senate data and confidentiality, along with cybersecurity measures. Additional terms discuss the handling of incidents related to Senate data, disposal of data after contract termination, and restrictions on advertising related to the contractor’s work. The document is structured to ensure legal compliance with federal regulations while outlining the rights and responsibilities of both the SAA and the contractor, focusing on transparency, security, and fiscal accountability. Overall, the purpose is to establish clear guidelines for contract execution and data protection within federal procurement processes.
    The document is an OEM Statement of Compliance concerning the procurement limitations of telecommunications equipment, in accordance with Section 208 of the Legislative Branch Appropriations Act, 2020, as outlined in the Further Consolidated Appropriations Act, 2020. The OEM certifies that it adheres to the federal regulation that prohibits acquiring certain telecommunications equipment and specified information systems categorized under high-impact or moderate-impact classifications, per NIST standards. The certification requires the name, title, and signature of the certifying officer, affirming compliance to ensure that federal agencies procure secure and authorized equipment in alignment with statutory guidelines. This compliance statement is essential for responding to government RFPs, grants, and local requests for proposals, ensuring transparency and security in governmental procurement processes.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    RFeye Spectrum Maintenance Hardware and Software License Renewal and Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Dugway Proving Ground, is seeking quotes for the renewal and support of RFeye Spectrum Maintenance hardware and software licenses. This procurement aims to ensure the continued operation of the CRFS Monitoring System, which is critical for the West Desert Test Center's Data Sciences Division, by providing necessary maintenance, repair, and training services. The contract emphasizes the importance of maintaining compatibility with existing systems, as alternative equipment would lead to significant costs and delays. Interested vendors must submit their quotes by September 20, 2024, and can contact Nneka Okeke-Stubbs at nneka.okeke-stubbs.civ@army.mil or Paul E. Frailey at paul.e.frailey.civ@army.mil for further information.
    IT NETWORK MATERIALS AND SUPPLIES
    Active
    Dept Of Defense
    The Department of the Navy, specifically the Naval Computer and Telecommunications Area Master Station, Atlantic, is seeking quotes for IT network materials and supplies under the solicitation N7027224Q0024. The procurement includes a variety of telephone accessories and network infrastructure hardware necessary to meet specific mission requirements, emphasizing compliance with the Trade Agreements Act (TAA). This initiative aims to enhance communication and IT infrastructure within government operations, reflecting a priority on operational efficiency and adherence to security regulations. Interested vendors must submit their quotes, including pricing and technical descriptions, by September 20, 2024, and can direct inquiries to Rashel Hauber at rashel.i.hauber.civ@us.navy.mil or Kathryn L Santos at kathryn.l.santos.civ@us.navy.mil.
    ForeScout Counteract
    Active
    International Trade Commission, United States (duns # 02-1877998)
    The United States International Trade Commission (USITC) is seeking quotations for the procurement of ForeScout Counteract virtual security appliance software, specifically targeting small businesses under NAICS Code 423430. The procurement includes requirements for ActiveCare Advanced support for a two-device configuration over a one-year period and mandates that only certified ForeScout resellers may submit quotations. This software is crucial for maintaining the cybersecurity of the Commission's internal networks, ensuring continuity and protection against potential threats. Interested parties must submit their bids by 10:00 p.m. E.T. on September 19, 2024, with inquiries due by September 16, 2024; for further information, contact Meaghann Peak at meaghann.peak@usitc.gov.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A UNPROTECTED, TRANSPARENT LEASED OTU-2 BETWEEN BLDG 1000, ROOM 222, FL SL1, 900 SAC BLVD, OFFUT AFB, NE AND BLDG 110, ROOM 201, 1400 32ND AVENUE NORTH, FARGO, ND 58102.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of an unprotected, transparent leased OTU-2 telecommunications service between Offutt Air Force Base in Nebraska and Fargo, North Dakota. This procurement aims to fulfill the telecommunications needs as outlined in the combined synopsis/solicitation, which includes specific requirements for commercial items and adherence to various federal acquisition regulations. The selected contractor will be responsible for ensuring the service meets the outlined acceptance criteria and will be evaluated based on the submitted quotes, which are due by October 14, 2024, at 4:00 PM CST. Interested parties should direct inquiries to Maxwell Jones at maxwell.s.jones.civ@mail.mil or Dale Rupright at dale.l.rupright.civ@mail.mil for further information.
    *BRAND NAME MANDATORY* E3-0107 Fiber Optic
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking quotes for the procurement of brand name mandatory fiber optic materials as part of a combined synopsis/solicitation (RFQ N0017424R0167). The objective is to enhance the fiber optic network by replacing and upgrading outdated cables, ensuring a resilient communication infrastructure critical for operations related to energetics and explosive ordnance disposal technologies. Vendors are required to supply specific products from manufacturers such as Netceed, Corning, and Netsource, with a focus on quality acceptance and secure shipping practices. Quotes are due by September 18, 2024, at 10:00 AM EST, and interested parties should contact Laura Adams at laura.a.adams41.civ@us.navy.mil for further information.
    Provision of Technology and Internet support, and Maintenance Services at the American Center, U.S. Embassy in Namibia
    Active
    State, Department Of
    The U.S. Embassy in Windhoek, Namibia, is seeking qualified contractors to provide Technology and Internet Support, as well as Maintenance Services at the American Center, through a Request for Quotation (RFQ) numbered 19WA8024Q0065. The primary objective of this procurement is to secure Information Technology (IT) desktop/server and Local Area Network (LAN) support services, ensuring optimal performance and connectivity for various programs and trainings offered at the American Center, which focuses on capacity building and virtual engagements. This contract, expected to commence on October 1, 2024, will last for one year and includes a pre-proposal site visit on September 16, 2024, with all quotations due by September 20, 2024, at 5 PM local time. Interested parties must ensure registration in the System for Award Management (SAM) and submit required documentation, including pricing and certifications, to be considered for the award.
    100 CES Pavement Router
    Active
    Dept Of Defense
    The Department of Defense, specifically the 100th Civil Engineer Squadron (CES) at RAF Mildenhall in the United Kingdom, is soliciting quotes for a Self-Propelled Dust Control Pavement Router. This equipment is essential for repairing cracks and faults in the base's asphalt roads, thereby enhancing airfield maintenance efficiency and extending pavement life. The procurement is governed by Federal Acquisition Regulation (FAR) guidelines, with a focus on technical capabilities and pricing as outlined in the attached Statement of Work (SOW). Interested vendors must submit their quotes by September 17, 2024, at 14:00 GMT, and ensure they are registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact A1C Shannon Adkins at shannon.adkins@us.af.mil or MSgt Jaime Compean at jaime.compean@us.af.mil.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A UNPROTECTED, TRANSPARENT LEASED OTU-2 BETWEEN150 CANBERRA STREET, BATTLE CREEK AIR NATIONAL GUARD BASE, BATTLE CREEK, MI 49037 AND 5534 PRYOR DRIVE, SCOTT AFB, IL.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of an unprotected, transparent leased OTU-2 telecommunications service between Battle Creek Air National Guard Base in Michigan and Scott Air Force Base in Illinois. The procurement requires compliance with specific commercial item terms and conditions, including the submission of detailed pricing for both recurring and non-recurring charges, as outlined in the solicitation. This telecommunications service is crucial for maintaining effective communication capabilities within the military infrastructure. Quotes are due by October 14, 2024, at 4:00 PM CST, and interested vendors should direct inquiries to Maxwell Jones at maxwell.s.jones.civ@mail.mil or by phone at (618) 418-6946.
    RFQ- 36 CS AN PRC-117G UHF-VHF Radios 2024
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking quotes for the procurement of 36 CS AN PRC-117G UHF-VHF radios, under solicitation number FA524024QM117. This acquisition is exclusively set aside for small businesses and requires vendors to provide detailed quotations that meet specific technical and operational requirements, including encryption capabilities and compliance with military standards. The radios are essential for secure communication in military operations, reinforcing the Air Force's commitment to maintaining operational readiness. Interested vendors must submit their quotes by September 24, 2024, and ensure they are registered in the System for Award Management (SAM). For inquiries, contact A1C Klevon Spencer at klevon.spencer@us.af.mil or SSgt James Kwok at james.kwok@us.af.mil.
    L3Harris Radio Parts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking quotes for the procurement of L3Harris radio parts through a Request for Quote (RFQ) issued by the Washington Air National Guard at Fairchild AFB, Washington. The procurement includes various brand name items essential for secure military communications, such as power cables, chargers, power supplies, and antennas, which are critical for maintaining interoperability and operational reliability among Combat Communications Squadrons. This acquisition is particularly important as it ensures compliance with stringent encryption requirements necessary for secure communications, with a total estimated cost yet to be determined. Interested vendors must submit their quotes by September 19, 2024, at 4:00 PM PST, and are encouraged to direct any inquiries to the primary contact, Matthew J. Berube, at matthew.berube@us.af.mil or by phone at 509-247-7221.