NetScout Hardware Refresh
ID: 2025-R-032Type: 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 - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The United States Senate, through the Office of the Sergeant at Arms (SAA), is seeking qualified vendors to provide a hardware refresh for NetScout systems. This procurement aims to enhance the Senate's telecommunications capabilities by acquiring necessary hardware and support services, ensuring compliance with federal regulations, particularly Section 208 of the Legislative Branch Appropriations Act, 2020. The selected contractor will be responsible for delivering products and services that meet the Senate's operational requirements, with a focus on maintaining cybersecurity standards and confidentiality. Interested vendors must submit their quotations, including a signed pricing table and compliance documentation, by the specified deadline, and can contact Charles Blalock at charles_blalock@saa.senate.gov or 202-841-3876 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the instructions for responding to Request for Quotation (RFQ) 2025-R-032, focusing on the procurement of NetScout Hardware Refresh. Offerors must submit a signed PRICING TABLE in Excel format, along with any applicable End User License Agreements (EULAs) and other contract terms. If the offeror is a reseller, they must include authorization from the Original Equipment Manufacturer (OEM) to sell the product to the Federal Government. Compliance with Section 208 of the Legislative Branch Appropriations Act, 2020, concerning telecommunications equipment, is also mandatory, requiring a signed OEM Statement of Compliance. The submission must detail fixed prices excluding shipping charges, and must adhere strictly to the specified format. The Senate Acquisition Authority (SAA) retains the right to reject any quotations that do not meet the outlined criteria, emphasizing that this is a competitive process aiming for the Lowest Price Technically Acceptable basis. The document underscores the importance of timely submission and accuracy in representations, reflecting the formalities typical of government procurement practices.
    The document is a Request for Quotation (RFQ) issued by the U.S. Senate Office of the Sergeant at Arms (SAA) for various products and services required for the period from June 1, 2025, to May 31, 2026. The pricing table outlines multiple items, including MasterCare support services and various types of network hardware components, with specific quantities and prices listed as $0.00. Vendors must provide their quotations on a Firm-Fixed-Price basis, indicating whether their quotations are Open Market or subject to government schedules, with shipping costs to be identified separately. The submission includes mandatory vendor information that must be completed. This RFQ is part of the standard procedure to solicit competitive bids from vendors in compliance with applicable government regulations, ensuring transparency and accountability in the procurement process. The overall purpose of this RFQ is to solicit offers from qualified suppliers for the necessary technological and support services to meet Senate operational requirements.
    This Addendum to Commercial Agreements outlines key modifications that govern contracts with the U.S. Senate's Office of the Sergeant at Arms (SAA). It emphasizes that any conflicting terms in a contractor's License Agreement are unenforceable. Key provisions include restrictions on unauthorized obligations that may create financial liabilities, limitations on the contractor's control over third-party claims, barring automatic renewal clauses, and prohibition of audit rights over the SAA’s software use. The Addendum also mandates that all transaction taxes and fees are included in the contract price, forbids unilateral changes to agreement terms by contractors, and clarifies confidentiality obligations. Importantly, it emphasizes that the SAA is not liable for indemnification except under certain conditions, retains the right to terminate agreements for default or convenience, and prohibits contractors from assigning contracts without prior approval. The overarching purpose of the Addendum is to safeguard the SAA’s interests, ensuring compliance with Federal laws and procurement regulations while clarifying the responsibilities and limitations placed on contractors.
    This document outlines the Purchase Order Clauses applicable to contractors engaged with the United States Senate's Sergeant at Arms (SAA). It establishes the authority of the SAA and delineates the order of precedence for the various documents involved in the contract. Key clauses address security compliance, inspection rights, price adjustments, and invoicing procedures. The contractor is required to notify the SAA of any conflicts of interest, maintain confidentiality, and adhere to cybersecurity standards. Additionally, it details stipulations regarding termination for cause or convenience, incident notification, and the handling of confidential and Senate data. The clauses also emphasize the rejection of certain contractor terms that conflict with Senate regulations or federal laws, particularly regarding indemnification and advertising. In essence, the document serves as a comprehensive framework governing contracts between the SAA and contractors, ensuring compliance with legal obligations and maintaining the integrity of Senate operations.
    The OEM Statement of Compliance on the Limitation on Telecommunications Equipment Procurement outlines the compliance of the Original Equipment Manufacturer (OEM) with Section 208 of the Legislative Branch Appropriations Act, 2020. This section prohibits the acquisition of certain telecommunications equipment as well as high-impact or moderate-impact information systems, as defined by NIST standards. The OEM asserts that, to the best of its knowledge, it adheres to these regulations that are crucial for maintaining the security of federal information systems. The document includes spaces for the certifying officer’s name, title, signature, and date, underscoring the importance of formal certification in the procurement process. This statement is significant within the context of federal requests for proposals (RFPs) and grants, as compliance with these telecommunications guidelines is essential for government contracting and ensuring national security.
    Lifecycle
    Title
    Type
    NetScout Hardware Refresh
    Currently viewing
    Solicitation
    Similar Opportunities
    U.S. Senate Information Technology Support Contract (ITSC) V
    Buyer not available
    The United States Senate, through the Office of the Sergeant at Arms, is seeking proposals for the Information Technology Support Contract (ITSC) V, aimed at providing comprehensive IT services to support Senate operations. The contract will encompass essential services such as workstation and server support, help desk services, software installations, and hardware procurement and maintenance across approximately 140 Senate entities nationwide. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract is structured with a two-year base period and options for four additional one-year renewals, contingent upon funding availability. Interested vendors can contact Nicole Barnes at nicolebarnes@saa.senate.gov or call 202-224-9321 for further details regarding the solicitation process.
    SailPoint Identity IQ Renewal
    Buyer not available
    The United States Senate, through the Office of the Sergeant at Arms, is seeking proposals for the renewal of SailPoint Identity IQ, a critical identity management software, for the period of April 1, 2025, to March 31, 2026. Offerors must submit a completed Pricing Table in Excel format, along with any applicable End User License Agreements and compliance certifications, ensuring adherence to federal procurement standards. This procurement is essential for maintaining secure and efficient identity governance and management within the Senate's operations. Interested vendors should direct their submissions to Charles Blalock at charlesblalock@saa.senate.gov by the specified deadline, with all proposals evaluated based on Lowest Price Technically Acceptable criteria.
    Perfect Binding Machine
    Buyer not available
    The United States Senate, through the Office of the Sergeant at Arms (SAA), is seeking qualified vendors to provide a Perfect Binding Machine, with services required from July 1, 2025, to June 30, 2026. The procurement aims to enhance the Senate's operational efficiency in document binding and processing, necessitating a machine capable of binding sizes from 5" X 5" to 12" X 12" with a minimum cycle output of 150 per hour. Interested offerors must comply with specific submission requirements, including registration in the System for Award Management (SAM), and submit their quotes by March 10, 2025, while ensuring adherence to federal regulations, including Section 208 of the Legislative Branch Appropriations Act. For further inquiries, vendors can contact Charles Blalock at charlesblalock@saa.senate.gov or by phone at 202-841-3876.
    Senate State Office AED & Fire Extinguisher Program
    Buyer not available
    The U.S. Senate, through the Office of the Sergeant at Arms, is seeking contractors for the Senate State Office AED & Fire Extinguisher Program, aimed at enhancing emergency preparedness across approximately 460 Senate offices nationwide. The procurement involves providing Automated External Defibrillators (AEDs), fire extinguishers, and associated CPR and fire extinguisher training, along with ongoing maintenance and logistical support for the equipment. This initiative is critical for ensuring the safety and readiness of Senate offices in emergency situations, adhering to established standards such as AHA guidelines for AEDs and NFPA standards for fire extinguishers. Interested contractors must submit their proposals by February 14, 2025, and can direct inquiries to Nicole Barnes at nicolebarnes@saa.senate.gov or by phone at 202-224-9321.
    549 CTS SVTC
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of a Cisco Board Pro 55 System and associated equipment to enhance secure video teleconferencing capabilities at Nellis Air Force Base in Nevada. The project involves the installation of a mobile SIPRNet Video Teleconference system in a briefing room, which includes specific Cisco products to ensure compatibility with existing communication infrastructure. This procurement is crucial for maintaining operational readiness and effective communication during military exercises and briefings. Proposals are due by February 25, 2024, with a required delivery within 90 days of order receipt. Interested vendors can contact Avery Irwin at avery.irwin@us.af.mil or SSgt Chase Brandt at chase.brandt@us.af.mil for further details.
    Communication/Octopus Cable Assemblies and Associated Connectors
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for the procurement of communication and octopus cable assemblies along with associated connectors under Request for Quotation (RFQ) N0016725Q0063. This procurement aims to secure a firm fixed price (FFP) purchase order for specific brand name products, although vendors may propose equivalent items, which may not be considered for competition. The goods are critical for maintaining reliable communication systems within naval operations, ensuring effective functionality in defense activities. Interested vendors must submit their quotes by March 3, 2025, and direct any inquiries to Tracy L. McDonough at tracy.l.mcdonough2.civ@us.navy.mil by February 24, 2025, as the evaluation will follow the lowest price technically acceptable (LPTA) method.
    Firewall hardware
    Buyer not available
    The Department of Homeland Security, specifically the US Coast Guard Base Seattle, is seeking qualified vendors to provide firewall hardware, specifically three Fortinet Fortigate 200F units. This procurement aims to enhance the cybersecurity infrastructure at the base, ensuring robust protection against potential threats. The solicitation is part of a re-solicitation process due to previous delivery issues, and interested vendors must comply with Trade Agreements Act (TAA) standards and complete Unique Entity Identification (UEI) documentation. For further inquiries, potential bidders can contact Michelle Myhra at michelle.m.myhra2@uscg.mil or Thomas Gomez at Thomas.C.Gomez2@uscg.mil, with proposals due by the specified deadline.
    Server Software and Supplies
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NIWC Atlantic, is seeking proposals for the procurement of server software and supplies. This solicitation aims to acquire essential software and hardware components that support the Navy's information technology and telecommunications needs, particularly within the semiconductor and related device manufacturing sector. The goods and services procured will play a critical role in enhancing the Navy's operational capabilities and maintaining its technological edge. Interested vendors can reach out to Contract Specialist Matthew R Gray at matthew.gray3@navy.mil or by phone at 757-580-2644 for further details regarding the solicitation process.
    Global Hardware
    Buyer not available
    The U.S. Department of State is seeking industry input through a Request for Information (RFI) for high availability server and storage hardware solutions intended for global deployment across various sites. The procurement aims to assess the market capabilities of proven commercial off-the-shelf (COTS) hardware that complies with federal security standards and cryptographic module certifications, ensuring the solutions can support rapid deployment and long-term operational needs. This initiative is critical for enhancing the Department's technological infrastructure and ensuring robust cybersecurity measures are in place. Vendors are encouraged to submit their responses by March 5, 2025, to Andrew Rothstein at RothsteinAT@state.gov, as the information gathered will inform future acquisition strategies without obligating the government to procure any goods or services.
    AVAYA GATEWAYS AND CISCO SWITCHES
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals for the procurement of Avaya Gateways and Cisco switches to upgrade its telecommunications infrastructure. This initiative aims to ensure compatibility with existing government systems and is exclusively set aside for small businesses under the NAICS code 238210, which has a size standard of $19 million. The selected hardware will play a crucial role in modernizing the Navy's telecommunications capabilities, enhancing operational efficiency and communication. Interested vendors must submit their quotes by February 25, 2025, ensuring compliance with all specified requirements, and must be registered with the System for Award Management (SAM) to be eligible for award. For further inquiries, contact John Paul McCauley at john-paul.mccauley.civ@us.navy.mil.