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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
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
    W56KGY-18-D-0003/W56KGY-23-F-0023 Capabilities Drop 1 (CD-1) Justification and Approval FAR 16.505(b)(2)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is issuing a delivery order under the base IDIQ contract W56KGY-18-D-0003 for the continued sustainment of annual software maintenance licenses for Capabilities Drop 1 (CD-1) systems. This procurement is crucial for ensuring the ongoing functionality and support of IT and telecom hardware and software, particularly in the area of servers. Interested vendors can reach out to the primary contact, Scott D. Butterfield, at scott.d.butterfield2.civ@army.mil or by phone at 520-538-9143, or the secondary contact, Rachel L. Moresi, at rachel.l.moresi.civ@army.mil for further details regarding this opportunity.
    Oracle Software License and Support
    Dept Of Defense
    The Department of Defense, specifically the Utah Army National Guard, is soliciting proposals for the renewal of Oracle software licenses and support under solicitation number W911YP26QA001. This procurement includes Oracle Advanced Security, Database Enterprise Edition, and Partitioning software, with a total award amount of $34 million, and is designated as a total small business set-aside under NAICS code 541519. The selected contractor will be responsible for providing the necessary software updates and support services, which are critical for maintaining the operational integrity of the Army's IT systems. Interested vendors must submit their quotes by 10:00 AM MST on December 29, 2026, and should direct inquiries to Kris Braun at kristinna.a.braun.civ@army.mil or by phone at 801-432-4145.
    USSOUTHCOM J2 EDA IDIQ
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the USSOUTHCOM J2 Enhanced Domain Awareness (EDA) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This contract aims to provide strategic and technical support services to enhance domain awareness, requiring various IT and data management professionals, including roles such as Cloud Web Developer and Geospatial Solutions Architect. The contract includes a one-month phase-in period followed by a four-month base period, with three optional 12-month extensions, and emphasizes the reimbursement of other direct costs based on actual expenses incurred. Interested contractors must submit their proposals by January 5, 2026, at 11:00 AM, and can direct inquiries to Tonya Johnson at tonya.k.johnson11.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil.
    Oracle Software Maintenance and Support Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to renew Oracle software maintenance and support services through a federal contract. This procurement aims to ensure continued operational efficiency and support for critical IT and telecom service delivery management systems utilized by the Army. The maintenance and support services are vital for the ongoing functionality of hardware and perpetual license software, which play a significant role in the Army's IT infrastructure. Interested vendors can reach out to Darrell May at darrell.e.may.civ@army.mil or Taylor Wellman at hobart.t.wellman.civ@army.mil for further details regarding this opportunity.
    Brand Name Only (BNO) Palo Alto Software Licenses FY26
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Brand Name Only (BNO) Palo Alto software licenses for Fiscal Year 2026 under solicitation FA445226Q0003. The procurement aims to acquire Palo Alto Networks VM-Series licenses, which are essential for enhancing network security and maintaining compliance with security policies, as they are the only certified software compatible with the EACN's architecture. The licenses will support critical functions such as threat prevention and network traffic analysis, thereby reducing vulnerabilities to cyber threats. Proposals are due by 12:00 PM Central Standard Time on October 24, 2025, and must be submitted electronically to the primary contacts, Duncan Bowman and Jordan Butler, with late submissions not being accepted.
    Propeller AeroPoint Ground Control Point Targets
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses from small businesses regarding the procurement of a brand name Annual Propeller AeroPoint Software as a Service Subscription for the Department of Geography and Environmental Engineering at the United States Military Academy in West Point, New York. This sources sought notice aims to gather information to determine if there are at least two qualified small businesses that can meet the requirement, which is crucial for potential set-aside opportunities. The government encourages participation from small businesses across various socioeconomic categories and emphasizes the importance of identifying capabilities at a fair market price. Interested parties must submit their responses by December 16, 2025, at 12:00 PM EST to Dennis Cook at dennis.j.cook8.civ@army.mil, including relevant details such as firm information, past experience, and recommendations for structuring the contract requirements.
    MicroFocus Fortify Software
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure MicroFocus Fortify Software through a limited competition justification. This procurement involves the acquisition of Commercial Off-the-Shelf (COTS) Micro Focus Fortify products, which will be added to an existing option year on Contract W56JSR-22-F-0062. The MicroFocus Fortify Software is critical for enhancing security and compliance in software development processes. Interested vendors can reach out to Larry Wayne Carter at larry.w.carter.civ@army.mil or by phone at 443-861-4883 for further details regarding this opportunity.
    FlowJo Software License Renewals
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is soliciting quotes for the renewal of 25 FlowJo Software Licenses for the United States Army Medical Research Institute of Infectious Diseases (USAMRIID). The procurement requires licenses that support flow cytometric data analysis, accept FCS files from BD and Beckman Coulter cytometers, and provide features such as usage reports and simultaneous user access, among others. This opportunity is a total small business set-aside, with a firm fixed price (FFP) structure, and quotes are due by January 5, 2026, following a release on December 12, 2025. Interested vendors should direct inquiries to Jayme Fletcher or Emily K. O'Hara via their provided email addresses.
    IBM Software Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a firm-fixed-price order for the renewal of maintenance services for IBM software utilized by the U.S. Army Human Resources Command (HRC) at Fort Knox, Kentucky. This procurement is essential for ensuring continued access to software maintenance services and updates, as IBM is the sole provider of these services, which are critical for the operational efficiency of the HRC. Interested vendors should note that the primary contact for this opportunity is JoDeen M. Cuffe, Contracting Officer, who can be reached at jodeen.m.cuffe.civ@army.mil or by phone at 502-624-3513. Additionally, Anthony Johnson is available as a secondary contact at anthony.h.johnson.civ@army.mil or 502-624-8158.
    Parraid Software for Flight Test Support
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure Parraid Software for Flight Test Support through a sole source contract with Enterprise Technology Solutions. The procurement involves a Firm Fixed Price delivery order for one Omega-NExT Professional Network Server Software License Bundle and one Omega Data Environment Single User Standalone Software Bundle, which are critical for aviation technology development. The anticipated award date is February 3, 2023, with a performance period of twelve months. Interested parties must demonstrate their technical capabilities by submitting their responses to Deanna Van Cleaf at deanna.c.vancleaf.civ@army.mil and Bethany Rosser at bethany.r.rosser.civ.army.mil by the specified deadline.