U.S. Senate Duo Renewal
ID: 2025-R-030Type: Special Notice
Overview

Buyer

SENATE, THETHE UNITED STATES SENATE SERGEANT AT ARMS

NAICS

Computer and Computer Peripheral Equipment and Software Merchant Wholesalers (423430)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    The U.S. Senate, through the Office of the Sergeant at Arms (SAA), is seeking quotes for the renewal of Cisco Duo services, specifically for the Cisco Duo Premier products and related support, covering a performance period from April 15, 2025, to April 14, 2026. Offerors are required to submit their quotations on a Firm-Fixed-Price basis, including mandatory vendor information and compliance with federal regulations, particularly Section 208 of the Legislative Branch Appropriations Act, 2020. This procurement is crucial for maintaining secure telecommunications and information systems within the Senate, ensuring compliance with established security standards. Interested vendors must submit their completed quotes via email by February 14, 2025, and can direct inquiries to Holly McDonald at holly_mcdonald@saa.senate.gov or by phone at 202-224-0657.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as an addendum to commercial agreements for contractors seeking to provide services to the U.S. Senate's Office of the Sergeant at Arms (SAA). It outlines terms and conditions, emphasizing that any contractor agreements must comply with federal laws and Senate procurement regulations. Key provisions include the unacceptability of unauthorized obligations, limitations on indemnification clauses, restrictions against automatic renewals, and the prohibition of third-party claims. The SAA is not liable for taxes outside the agreed contract price, and it forbids unilateral changes to the license terms. Termination rights are clarified, including grounds for default and convenience. Additionally, it mandates confidentiality and proper handling of sensitive data post-contract. The addendum highlights the necessity for any changes to be mutually agreed upon and communicated in writing. Overall, it establishes the legal framework to ensure compliance, protect the interests of the SAA, and maintain the integrity of the procurement process amidst federal contracting requirements.
    This document outlines the requirements and instructions for submitting quotes in response to Request for Quotation 2025-R-030 concerning the renewal of Duo services. Offerors must complete and sign the Pricing Table in Excel and include mandatory vendor information, any applicable End User License Agreements (EULA), and return a signed Addendum to Commercial Agreements if if terms are provided. Resellers must submit an OEM authorization statement confirming they can sell products to the Federal Government. Compliance with Section 208 of the Legislative Branch Appropriations Act, 2020, regarding telecommunications and information systems is mandatory, and Offerors must include a statement certifying compliance. All submissions must be sent via email by February 14, 2025. The submission must include a Firm-Fixed-Price basis and comply with Senate Procurement Regulations. The SAA reserves the right to reject incomplete or noncompliant quotes, with procurement decisions based on a Lowest Price Technically Acceptable basis. This RFQ emphasizes adherence to established regulations and proper channels for government procurement.
    The U.S. Senate Office of the Sergeant at Arms (SAA) has issued a Request for Quotation (RFQ) for Cisco Duo Premier products and related support, with a specified performance period from April 15, 2025, to April 14, 2026. The RFQ requires Offerors to submit quotations on a Firm-Fixed-Price basis, with clarity on whether the prices are from an Open Market or subject to a specific government schedule. The provided pricing table indicates a total of 10,500 users for Cisco Duo Premier Edition and twelve months of Cisco Duo Premium Support, with all prices currently shown as $0.00. Additionally, Offerors must provide mandatory vendor information, including company name, TAX ID, and DUNS number. Shipping costs must be itemized separately, and all price quotes should remain valid until the RFQ's specified date. This document underscores the procedural framework for vendor engagement in government procurement, emphasizing compliance with submission and pricing instructions as a prerequisite for consideration.
    This document outlines the Purchase Order Clauses applicable to contracts issued and administered by the Sergeant at Arms (SAA) of the U.S. Senate. It details the authority of the Contracting Officer, the order of precedence of incorporated documents, and compliance with Senate security regulations. The clauses cover key aspects such as acceptance of goods and services, price adjustments, payment procedures, advertising restrictions, and conflict of interest provisions. Additionally, it emphasizes confidentiality, privacy, and cybersecurity requirements, with specific stipulations for the handling of Senate data, including obligations related to incident notification and data return upon contract termination. The document rejects any conflicting terms from the Contractor’s proposals that violate Senate procurement regulations or applicable federal laws. It includes provisions regarding termination, indemnification, and warranty, underscoring the Senate's rights concerning fraud recovery and clarifying that only applicable federal laws are enforceable. Overall, this document serves as a comprehensive framework for managing contracts involving the U.S. Senate, ensuring compliance with legal standards while protecting sensitive information.
    The OEM Statement of Compliance addresses adherence to telecommunications equipment procurement regulations as outlined in Section 208 of the Legislative Branch Appropriations Act, 2020. It confirms that the Original Equipment Manufacturer (OEM) is in compliance with prohibitions against acquiring certain telecommunications equipment, specifically those categorized as high-impact or moderate-impact information systems. These categorizations are defined by the National Institute of Standards and Technology (NIST) under Federal Information Processing Standard Publication I99. The document requires the certifying officer to sign and date to affirm this compliance. This compliance statement is critical within the context of federal RFPs and grants, ensuring that entities involved in government contracts adhere to security regulations that protect sensitive information systems from unauthorized or potentially harmful telecommunications implementations.
    Lifecycle
    Title
    Type
    U.S. Senate Duo Renewal
    Currently viewing
    Special Notice
    Similar Opportunities
    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.
    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.
    U.S. Senate Information Technology Support Contract (ITSC) V
    Buyer not available
    The United States Senate, through the Senate Sergeant at Arms, is seeking proposals for the Information Technology Support Contract (ITSC) V, aimed at managing essential IT services for Senate operations. The contract will cover a range of services including hardware procurement, software management, help desk support, and maintenance for approximately 140 Senate entities, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) format with a base period of two years and options for four additional one-year renewals. This procurement is critical for ensuring the efficient operation of IT systems within the Senate, reflecting the institution's commitment to maintaining high standards of service delivery and security. Interested contractors should contact Nicole Barnes at nicolebarnes@saa.senate.gov or call 202-224-9321 for further details.
    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.
    FY25 Congressional Online Service
    Buyer not available
    The Department of Defense, specifically the 375th Contracting Squadron at Scott Air Force Base, is seeking quotes for a Congressional Online Service to support the U.S. Transportation Command’s Legislative Affairs Office. The primary objective of this procurement is to provide a reliable and comprehensive news service that delivers up-to-date coverage of U.S. Congressional activities, focusing on legislative events pertinent to Transportation, Defense, and Homeland Security. This service will include detailed member profiles, alerts for key issues, and daily vendor support, ensuring that USTRANSCOM staff remain informed about significant legislative matters affecting their operations. Interested contractors must submit their quotes by 4:00 P.M. CST on February 14, 2025, via email, and can contact Gerson Diaz at gerson.diaztorres.1@us.af.mil or 618-256-9290 for further information.
    GSA FY25 Bluebeam Revu SW License Renewal
    Buyer not available
    The General Services Administration (GSA) is seeking authorized resellers to provide a renewal of Bluebeam Revu software licenses for fiscal year 2025, under Request for Quotation (RFQ) No. 47HAA025Q0022. The procurement will be executed as a firm fixed price contract using a Lowest Price Technically Acceptable (LPTA) evaluation method, focusing on cost-effectiveness while ensuring compliance with specific technical requirements. The renewal encompasses a total of 450 software licenses, which are critical for construction document review and cost estimations, highlighting the unique capabilities of Bluebeam Revu that are essential for GSA operations. Quotations must be submitted electronically by February 20, 2025, and interested vendors can contact Colin Beckford at colin.beckford@gsa.gov for further information.
    549 CTS SVTC
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of Cisco-brand products as part of the 549 CTS SVTC project at Nellis Air Force Base, Nevada. The primary objective is to install a mobile SIPRNet Video Teleconference (VTC) system in a briefing room, which includes the installation of a Cisco Board Pro, ceiling microphones, integrated speakers, and a Cisco POE switch, ensuring compatibility with existing military communication systems. This procurement is crucial for enhancing communication capabilities within military facilities, thereby supporting operational readiness. Interested small businesses must submit their quotes electronically by February 25, 2024, and can contact Avery Irwin at avery.irwin@us.af.mil or 702-652-8458 for further details.
    Information Technology Support Services
    Buyer not available
    The Department of State is seeking qualified vendors to provide Information Technology Support Services for its Bureau of Diplomatic Security (DS), focusing on software design, development, deployment, and maintenance for logistics systems. The contractor will be responsible for enhancing existing systems and developing new applications, ensuring compliance with federal regulations, and providing ongoing operational support across various divisions, including the Defensive Equipment & Armored Vehicle Division and the Office of the Chief Technology Officer. This initiative is crucial for maintaining the security and efficiency of U.S. diplomatic missions worldwide. Interested vendors must submit their capability statements by Noon EST on February 21, 2025, via email to the designated contacts, and must be registered in the System for Award Management (SAM) to participate.
    Local/Long Distance and E911 Telecommunication Services
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force Academy (USAFA), is soliciting proposals for Local/Long Distance and E911 Telecommunication Services through a Request for Quote (RFQ). The procurement aims to establish a reliable telecommunications infrastructure, including the installation of SIP trunks at designated buildings, ensuring high availability and compliance with federal standards. This initiative is crucial for maintaining effective communication capabilities, particularly in emergency situations, and is expected to enhance operational efficiency at military installations. Interested vendors must submit their quotes electronically by February 21, 2025, and ensure compliance with all Federal Acquisition Regulations (FAR), with services anticipated to commence on April 1, 2025. For further inquiries, potential offerors can contact Brianna Morphis at brianna.morphis@us.af.mil or Kenneth Helgeson at kenneth.helgeson.3@us.af.mil.
    Tenable Security Center
    Buyer not available
    The Department of Energy, specifically the Fermilab - DOE Contractor, is seeking proposals for the procurement of a Tenable Security Center, including a scanner and a standard Tenable.sc console, as part of an annual maintenance contract. This procurement is critical for enhancing the security infrastructure at Fermilab, ensuring compliance with federal regulations and maintaining the integrity of sensitive data. The Request for Quote (RFQ-366443-CES) opens on February 13, 2025, with quotes due by February 28, 2025, at 4:00 p.m. Central Time. Interested bidders must submit their qualifications in writing, and any inquiries should be directed to Cathleen Stadler at cstadler@fnal.gov or by phone at 630-840-2763.