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, specifically the Office of the Sergeant at Arms (SAA), is seeking quotations for the renewal of Cisco Duo Premier Edition services, covering a period from April 15, 2025, to April 14, 2028. Offerors are required to submit firm-fixed pricing for services supporting 10,500 users, along with mandatory vendor information and compliance documentation, ensuring adherence to federal procurement regulations. This procurement is crucial for maintaining the Senate's cybersecurity infrastructure and protecting sensitive information systems. Interested vendors must ensure active registration in the System for Award Management (SAM) and submit their quotations by April 15, 2025, 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.
    This document outlines the instructions for submitting quotes in response to Request for Quotation 2025-R-030 for the renewal of Duo services. It specifies that Offerors must complete and return a PRICING TABLE in Excel format along with mandatory vendor information. In addition, Offerors are required to include any relevant End User License Agreements (EULA) and contract terms, signed addenda, and compliance statements from the Original Equipment Manufacturer (OEM) if applicable. Key submission requirements include active registration in the System for Award Management (SAM), direct supply from authorized sources, and strict adherence to prohibitive provisions established in Section 208 of the Legislative Branch Appropriations Act, 2020. Firm-fixed prices must be provided, and missing or mismatched items may lead to rejection of the quotation. The procurement process will focus on obtaining the lowest price that meets technical specifications and complies with Senate Procurement Regulations. The document emphasizes that submitting a quotation does not obligate the Senate to make a purchase. Overall, this RFQ is structured to ensure compliance with federal procurement standards while encouraging competition among vendors for essential services.
    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.
    The U.S. Senate Office of the Sergeant at Arms (SAA) is soliciting quotations for Cisco Duo Premier Edition services and related support, covering a period from April 15, 2025, to April 14, 2028. The request includes a pricing table outlining the quantities, unit prices, and total costs, all documented as $0.00, indicating the need for quoted services rather than pre-established prices. The SAA reserves the right to reject non-compliant quotations, and bidders must specify if their quotes are for Open Market or under GSA Schedule or other agreements. Shipping is designated to occur on a F.O.B. Destination basis to the United States Senate, and all price quotes must remain valid until April 15, 2025. The overall structure of the document consists of a pricing table, mandatory vendor information, and specific submission guidelines, underscoring the formal procurement process needed for government purchasing. This RFQ emphasizes compliance, transparency in bidding, and outlines vendor responsibilities in providing quotes in accordance with federal protocols.
    The U.S. Senate Office of the Sergeant at Arms (SAA) issued a Request for Quotation (RFQ) 2025-R-030 for Cisco Duo Premier Edition services. The RFQ details a firm-fixed-price proposal for supplying 10,500 users and a 12-month premium support package, starting from April 15, 2025, to April 14, 2026. Offerors are required to submit pricing exclusively in USD, indicating any applicable shipping charges while ensuring compliance with the RFQ's submission requirements. They must clarify whether quotes are based on Open Market pricing or under a GSA Schedule or NASA SEWP. Additionally, the RFQ emphasizes the importance of mandatory vendor information, including company details and signatures, to guide the selection process. The overall goal is to ensure procurement aligns with the Senate’s operational needs while maintaining clarity and compliance with federal regulations.
    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
    NetScout Hardware Refresh
    Buyer not available
    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 charlesblalock@saa.senate.gov or 202-841-3876 for further information.
    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.
    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.
    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.
    Cisco Desk Pro VTC
    Buyer not available
    The U.S. Special Operations Command Africa is seeking quotes for the procurement of two Cisco Desk Pro Video Teleconferencing (VTC) systems under a total small business set-aside. This solicitation, identified by the number H92276-25-Q-0006, requires vendors to adhere to specific technical and shipping guidelines, with a focus on delivering technically acceptable bids at the lowest price. The Cisco Desk Pro units are essential for enhancing communication capabilities within military operations, particularly at Camp Lemonnier in Djibouti. Interested vendors must submit their quotes electronically to TSgt Bryton Lawson by March 3, 2025, ensuring compliance with all federal procurement regulations.
    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.
    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 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.
    Gimmal Physical P1 Software Renewal
    Buyer not available
    The Court Services and Offender Supervision Agency (CSOSA) is seeking proposals for the renewal of the Gimmal Physical P1 Software, which is critical for the secure management of physical records related to offenders under its supervision. The procurement aims to secure annual maintenance support for this software, with a subscription period that includes a base period and four option periods extending from March 1, 2025, to February 29, 2030. This brand name justification underscores the necessity of this specific software for maintaining the integrity of CSOSA's operations, as it is the only brand reasonably available for the required support. Interested small businesses must submit their quotes by February 20, 2025, at 11:59 PM Eastern Time, and can direct inquiries to Cathy Collins at catherine.collins@csosa.gov or by phone at 202-220-5354.
    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.