Horizon and Workspace One Product Subscription Licenses and Software Support
ID: 25-004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B22)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Contracting Command – Rock Island, is seeking proposals from small businesses for the procurement of Horizon and Workspace One product subscription licenses and software support. The objective is to establish an Army Enterprise License Agreement (ELA) for a three-year period, which includes a one-year base and two one-year ordering periods, to enhance the Army's IT infrastructure through the acquisition of commercial off-the-shelf software solutions. This procurement is critical for ensuring secure and efficient remote access to work environments, aligning with the Army's operational needs and cybersecurity standards. Interested offerors must submit their proposals by January 24, 2025, and direct any inquiries to Maria Baskovic at maria.g.baskovic.civ@army.mil or Irene Kremer-Palmer at irene.m.kremer-palmer.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Justification and Approval for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to procure Horizon and Workspace ONE software subscription licenses and support services for the U.S. Army. The contracting authority, U.S. Army Contracting Command – Rock Island, aims to establish an Army Enterprise License Agreement for these Virtual Desktop Infrastructure (VDI) technologies that enable remote access to work environments while ensuring data security. The procurement is justified under strict competition regulations as Horizon is the only solution meeting the Army's unique needs after Broadcom's acquisition of VMware. Market research was conducted to explore alternatives, confirming Horizon's unparalleled capabilities in security, operational reliability, and performance, essential for the Army's secure environment. The estimated value is based on independent estimates by the Headquarters, Department of Army, and the procurement will be set up as a small business set-aside. The document ensures compliance with federal acquisition regulations and outlines the specific requirements and functionalities that make Horizon the preferred choice for the Army’s operations. Overall, the approval emphasizes efficiency, security, and adherence to the Army's IT standards in supporting its mission-critical tasks.
    The document outlines a federal Request for Proposal (RFP) for Horizon Virtual Desktop Infrastructure Technology services, as initiated by the Headquarters, Department of Army (HQDA), Office of the Chief Information Officer (OCIO). The proposal details the contract's structure, including pricing matrices for three ordering periods: Base Period (January 2025 - January 2026), Ordering Period 1 (January 2026 - January 2027), and Ordering Period 2 (January 2027 - January 2028). Each Contract Line Item Number (CLIN) specifies various licenses for Horizon 7 and Horizon 8 products, with associated quantities and unit prices. The total evaluated price across all periods is $186,388.50. The document emphasizes the federal government's need for cutting-edge virtual desktop infrastructure services to enhance operational efficiency. The proposal includes a requirement for a surge capacity during each period, reflecting the department's demand for flexibility in service provision. Through this RFP, the government seeks to secure modern IT solutions that align with overarching strategic objectives aimed at improving the Department's technological landscape.
    The document outlines the provisions and clauses relevant to federal contracts for commercial products and services, primarily concerning compliance with the Federal Acquisition Regulation (FAR) and the Defense Federal Acquisition Regulation Supplement (DFARS). It includes a comprehensive list of clauses incorporated by reference and full text regarding ethical conduct, security requirements, and specific prohibitions against contracting with entities using covered telecommunications equipment under various U.S. laws. Key clauses address areas like contractor responsibilities, payment terms, conflicts of interest, and promotion of small business utilization. Notably, protections are established for service-disabled veteran-owned small businesses and restrictions against certain foreign business operations, particularly involving state sponsors of terrorism. The document emphasizes ethical standards, the necessity for full transparency regarding telecommunications equipment, and maintaining equitable practices within federal contracts. These regulations aim to ensure compliance with legal requirements and promote ethical business practices within government contracting, reinforcing the government's commitment to integrity and security in its procurement processes.
    The document outlines the Horizon Provisions and Clauses integrated into Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) for government contracts related to commercial products and services. It includes a detailed list of provisions and clauses that contractors must adhere to when bidding, covering various topics such as definitions, contractor obligations, security requirements, payment terms, and prohibitions concerning telecommunications services and equipment. Notably, it highlights the importance of compliance with ethics and labor standards, along with specific conditions regarding small businesses and subcontracting practices. The inclusion of provisions like FAR 52.204-24 and FAR 52.212-5 emphasizes the obligation to disclose certain operational details, adhere to procurement laws, and maintain business conduct standards. This document is crucial for guiding contractors on the requirements and statutes involved in federal contracting, ensuring transparency, accountability, and legal compliance in the procurement process. It ultimately supports the government's commitment to fair business practices and operational integrity across its contracts.
    The document outlines an Addendum to a License Agreement for government solicitations, detailing the terms that must be agreed upon by the offeror in relation to federal contracting. It establishes that any conflicting terms in the License Agreement will be superseded by the Addendum. Key provisions include the government's refusal to indemnify the contractor due to conflict with federal law, restrictions on automatic renewals, and limitations on the contractor's rights regarding audits and attorney fees. Clauses regarding unilateral termination by the contractor, assignment of contracts, confidentiality requests, and obligations under GDPR are explicitly rejected. The document emphasizes that the contractor cannot control litigation involving the government and that disputes must adhere to federal statutes. In essence, the Addendum ensures that the License Agreement aligns with federal regulations and the government's needs, providing clear limitations on the obligations and rights of both parties in the contracting process. The offeror confirms understanding and acceptance of these terms for any resultant contract.
    The document outlines a Request for Proposal (RFP) by the Army Contracting Command for Horizon and Workspace One product subscription licenses and software support, designated as RFP number W519TC-25-R-0018. It provides comprehensive instructions and evaluation criteria for the proposal submission process, emphasizing that only responsible small business offerors can submit proposals to be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Key proposal details include the requirement for the submission of three volumes focused on Documentation, Technical Capability and Management Approach, and Price. Offerors must ensure clarity, completeness, and adherence to the formatting guidelines detailed in the document, including page limits and file types. The evaluation process will assess technical capability through an Acceptable/Unacceptable rating, while pricing will focus on competitiveness and reasonableness without requiring certified cost or pricing data unless necessary. The document concludes by reiterating the government's discretion to reject any or all proposals while stipulating that accepted proposals must be valid for at least 90 days following submission. Overall, this RFP serves as a framework for soliciting proposals for specific software products while adhering to federal procurement regulations.
    The document outlines the Request for Proposal (RFP) W519TC-25-R-0018 issued by the Army Contracting Command – Rock Island for Horizon and Workspace One product subscription licenses and software support. The proposal process includes three evaluation volumes: Volume 1 covers documentation (with no page limit), Volume 2 assesses technical capability (limited to 5 pages), and Volume 3 details pricing, which must be submitted in an Excel format. The evaluation focuses on providing a technically acceptable proposal at the lowest price, with specific requirements including documentation of reseller authorization and compliance with Federal Acquisition Regulations. Key submission instructions include email-only submissions, deadlines for questions, and organization of proposal volumes. Proposals are to be evaluated as either acceptable or unacceptable based on technical capability, while pricing will be analyzed for reasonableness. An acceptable proposal requires documentation confirming compliance with the RFP’s stipulations. The Government reinforces the importance of clarity and completeness in proposals, underscoring that incomplete submissions may lead to disqualification. This RFP reflects the federal government's structured approach to contracting for software services, ensuring transparency, competition, and adherence to regulatory guidelines for procurements.
    The document outlines a Request for Proposal (RFP) related to the procurement of Horizon product subscription licenses and software support. It serves as a governmental solicitation for vendors to provide specified software services. Key points indicate the necessity for comprehensive support in using Horizon products, which is likely to enhance operational efficiency for governmental entities. The document is structured to invite inquiries regarding specific sections or paragraphs, encouraging potential bidders to clarify any uncertainties related to the proposal. The RFP aims to ensure that the selected vendor can meet technical requirements and support needs while adhering to federal and state contracting regulations. Ultimately, this initiative seeks to improve technological frameworks within government operations through reliable software solutions and ongoing maintenance.
    This document serves as Amendment 01 to the Request for Proposal (RFP) Notice ID 25-004 concerning the subscription licenses and software support for Horizon and Workspace One. Issued by the U.S. Army Contracting Command – Rock Island, the amendment primarily extends the submission deadline for proposals to January 6, 2025, at 10:00 AM Central Time. Offerors must submit a digitally signed acknowledgment of the amendment alongside their proposals. For further inquiries, the document provides contact information for the Contract Specialist and the Contracting Officer. This clarification ensures potential bidders are informed of the timeline change and reaffirms the government's commitment to facilitate participation in the procurement process related to the Computer Hardware Enterprise Software and Solutions (CHESS) program office aligned with the Department of the Army's information technology objectives. Overall, the amendment emphasizes clarity in procurement procedures and readiness for vendor engagement.
    This document is an amendment to the U.S. Army’s RFP Notice ID 25-004 for Horizon and Workspace One Product Subscription Licenses and Software Support. Issued by the Army Contracting Command in Rock Island, the amendment extends the proposal submission deadline to January 2025. Offerors are required to submit a digitally signed acknowledgment of the amendment with their proposals. For further inquiries, the document provides contact information for the Contract Specialist and Contracting Officer. This amendment reflects ongoing efforts to support IT solutions under the Computer Hardware Enterprise Software and Solutions (CHESS) program, aligning with the needs of the Department of the Army's Chief Information Officer's office. The intent is to support efficient procurement processes and ensure timely acquisition of necessary software licenses and support services.
    This document is a formal Amendment 03 concerning Request for Proposal (RFP) Notice ID 25-004 for the U.S. Army Contracting Command - Rock Island. Its primary purpose is to extend the submission deadline for proposals related to Horizon and Workspace One Product Subscription Licenses and Software Support to January 10, 2025, at 1:30 PM Central Time. Offerors are required to submit a digitally signed acknowledgment of this amendment with their proposals. The communication is directed to potential contractors and includes contact information for the contract specialist and contracting officer for any necessary clarifications. The amendment underscores the ongoing effort to procure software solutions to support the Computer Hardware Enterprise Software and Solutions (CHESS) program initiated by the Department of the Army. This serves to ensure compliance with the standards set by the headquarters and the Chief Information Officer's office, reflecting organizational commitment to maintaining a robust software support system.
    The document outlines Amendment 04 to the Request for Proposal (RFP) Notice ID 25-004, related to the United States Government's Horizon and Workspace One product subscription licenses and software support. Key changes include the removal of the total small business set-aside, updates to various attachments, and the addition of the FAR clause 52.219-4 regarding HUBZone small business preferences. The deadline for proposal submissions has been extended to 24 January 2025, at 10:00 AM Central Time (11:00 AM Eastern Time). All other terms and conditions remain unchanged. Offerors must submit a digitally signed acknowledgment of this amendment with their proposals. For further inquiries, contact the designated contract specialists. This document reflects standard procedural adjustments in federal RFP processes, ensuring clarity and opportunity for potential bidders.
    The Department of the Army is issuing a Request for Proposal (RFP) to procure Horizon and Workspace One product subscription licenses and software support, aimed at establishing an Army Enterprise License Agreement (ELA) over three years. This contract, which is set aside for small businesses under NAICS code 513210, involves a firm-fixed-price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract for at least 66,776 licenses in the first year, with potential renewals. The contract includes rigorous security and training requirements for contractor employees, including anti-terrorism training and access control protocols. The first ordering period starts on January 23, 2025, running through January 22, 2026, with additional periods extending through January 2028. Contractors must adhere to federal guidelines regarding telecommunications and cybersecurity, ensuring compliance with national defense regulations. The RFP emphasizes the selection of proposals based on cost-effectiveness and technical acceptability. All responses are due by December 31, 2024, with follow-up queries acceptable until December 24, 2024. This initiative reflects the Army's commitment to maintaining robust IT infrastructure through collaboration with the private sector.
    Lifecycle
    Title
    Type
    Similar Opportunities
    RFQ - VG Studio Max Software Renewal and additional module
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Natick, is seeking quotations for the renewal of VG Studio Max software licenses and the addition of specific modules. This procurement includes a Firm-Fixed-Price contract for the delivery of updated software licenses, which are essential for government instruments and testing requirements. The contract is set aside for small businesses, with a total estimated value not disclosed, and proposals are due by July 18, 2025, at 1600 EST. Interested vendors should direct their inquiries and submissions to Kevin Morris at kevin.m.morris24.civ@army.mil.
    Notice of Intent: HCL Software DoD ESI BPA Contract Holders
    Buyer not available
    The Department of Defense, specifically the United States Marine Corps (USMC), intends to issue a limited-source procurement for the renewal of software subscription and support for HCL BigFix Patch under the DoD Enterprise Software Initiative (ESI) Blanket Purchase Agreement (BPA). This procurement is exclusively available to HCL contract holders and their authorized dealers, ensuring compliance with federal procurement standards for software and IT services. The USMC Regional Contracting Office plans to award this requirement under FAR 8.405-6(c), with responses due by July 18, 2025, at 08:00 a.m. Eastern Time. Interested parties may submit capability statements or quotations to Ana Rosa Manavi at anarosa.manavi@usmc.mil for consideration.
    Engagement Skills Trainer II (EST II) Instructor/Operator Support Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army's Mission and Installation Contracting Command at Fort Jackson, South Carolina, is seeking proposals for Engagement Skills Trainer II (EST II) Instructor/Operator Support Services. This procurement involves providing all necessary labor, materials, and equipment to support training management related to rifle marksmanship and tactical decision-making, with a focus on operating training systems and ensuring compliance with safety regulations. The contract is anticipated to be awarded as a Firm Fixed-Price (FFP) arrangement, with a total estimated value of $19.5 million, covering a base period from August 17, 2025, to May 16, 2028, including two optional years. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should submit their proposals by 1:00 PM on July 30, 2025, and may contact Tequlia D. Holmes at tequlia.d.holmes.civ@army.mil for further information.
    ACC-APG Natick Division FY25 Upcoming Aquisitions
    Buyer not available
    The Department of Defense, specifically the ACC-APG Natick Division, is preparing to release a Request for Proposal (RFP) for the maintenance of Storyline 360, a software tool critical for enhancing combat readiness. This procurement, valued at approximately $21,000, is currently in the pre-award/package development stage, with an estimated solicitation release planned for May 2025, and will be awarded on a competitive basis under a Firm-Fixed-Price (FFP) contract for a one-year period. The initiative underscores the government's commitment to utilizing updated software solutions to support military operations effectively. Interested vendors can reach out to the Natick Division at usarmy.natick.acc-micc.mbx.ncd-internal-tasker@army.mil for further information.
    Cataloging and Interlibrary Loan Subscription
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a contract to provide cataloging and interlibrary loan subscriptions for 14 TRADOC libraries and one program office under the Army University Library System (AULS). The primary objective of this procurement is to enhance the accessibility and management of library resources, thereby supporting Professional Military Education through improved cataloging accuracy and interlibrary loan capabilities. This initiative is crucial for streamlining resource access and ensuring efficient library services within the Army educational framework. Interested vendors must submit their proposals by July 25, 2025, at 11:00 AM CT, and can direct inquiries to Carmen Flynn at carmen.s.flynn.civ@army.mil or Sheldon Gresham at sheldon.w.gresham.civ@army.mil.
    Altium Software Renewal
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking proposals for the renewal of Altium software licenses under a firm fixed-price contract. This procurement aims to migrate to a term-based commercial license for the Altium Designer Software, which is essential for various engineering and design applications within the Navy. The total award amount for this contract is estimated at $47,000,000, with the performance period spanning from September 1, 2025, to August 31, 2026. Interested small businesses must submit their quotes by July 29, 2025, to Katy Gates at katy.m.gates.civ@us.navy.mil, ensuring compliance with all specified requirements and including necessary company information.
    Orthopedic Templating Software
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the procurement of Orthopedic Templating Software to enhance its medical capabilities. The contract aims to implement a centralized software solution that supports at least 125 concurrent users and integrates with existing Picture Archiving and Communication Systems (PACS) across twelve military medical facilities. This initiative is crucial for improving orthopedic imaging processes while ensuring compliance with stringent cybersecurity standards and Risk Management Framework (RMF) requirements. Interested vendors must submit their proposals by July 21, 2025, and can direct inquiries to Nathan Anderson at nathan.p.anderson19.civ@health.mil or by phone at 301-619-9075.
    U.S. ARMY CID Banking Software
    Buyer not available
    The Department of Defense, through the Army Contracting Command – New Jersey, is soliciting quotes for banking software licenses on behalf of the U.S. Army Criminal Investigation Division (USACID) Fraud Field Office (FRFO). The procurement involves an annual subscription for seven user accounts, which will provide essential functionalities such as optical character recognition (OCR) of PDF bank statements and data formatting for analytical purposes, with a firm-fixed price contract for an initial 12-month period and four optional extensions. This software is critical for enhancing operational efficiency and ensuring accurate financial analysis within the Army's investigative processes. Interested vendors must submit their quotes by July 18, 2025, and can direct inquiries to Joshua Polonio at joshua.s.polonio.civ@army.mil or Bradley R. Borek at bradley.r.borek.civ@army.mil.
    Domestic Operations Venue Manager Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Domestic Operations Venue Manager Support Services under a combined synopsis/solicitation notice. The contract, designated as W912JB-25-Q-A071, aims to provide personnel, equipment, and operational oversight for domestic operations, aligning with national training requirements, and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This contract will be structured as a firm-fixed price with a base year and four option years, commencing in August 2025, and requires detailed proposals that meet federal guidelines, including compliance with SAM registration and FAR clauses. Interested parties must submit their quotes by July 23, 2025, and should direct inquiries to Kelli Kelley at kelli.m.kelley3.civ@army.mil or by phone at 517-481-7852. Note that funding for this acquisition is contingent upon future appropriated funds.
    Theater Blood-Mobile (TBLD-M) Continuous Improvement, Enhancement, Testing and Fielding, Maintenance and Support
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from small businesses for the Theater Blood-Mobile (TBLD-M) Continuous Improvement, Enhancement, Testing and Fielding, Maintenance and Support contract. This procurement aims to enhance blood management capabilities for military operations by maintaining and developing a software system that efficiently tracks blood supplies from donors to patients, particularly in challenging environments. The selected contractor will be responsible for providing ongoing support, including Agile software development, testing, training documentation, and ensuring compliance with cybersecurity requirements. Interested parties must submit their proposals by 9:00 a.m. ET on July 18, 2025, and can direct inquiries to Elizabeth M. Ruckwardt or Jena Bowman via their provided email addresses.