U.S. Senate Jamf Pro Licenses and Support Services
ID: 2026-R-018Type: Solicitation
Overview

Buyer

SENATE, THETHE UNITED STATES SENATE SERGEANT AT ARMSSENATE SERGEANT AT ARMSWashington, DC, 20510, USA

NAICS

Software Publishers (5132)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The United States Senate, Office of the Sergeant at Arms (SAA), is seeking proposals for the renewal of Jamf Pro licenses and support services through Request for Quotation (RFQ) 2026-R-018. The procurement includes brand name Jamf software products such as Jamf Protect High Compliance, Jamf Pro for macOS and iOS, and associated premium support services, with a performance period from February 1, 2026, to January 31, 2027. This software is critical for managing Apple devices within the Senate's IT infrastructure, ensuring compliance and security. Interested vendors must submit their quotations, including a signed pricing table and any applicable agreements, via email to acquisitions@saa.senate.gov by January 16, 2026, at 12:00 PM EST, and are encouraged to reference the RFQ number in the subject line to ensure acceptance.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Senate Office of the Sergeant at Arms (SAA) has issued Request for Quotation (RFQ) 2026-R-018, seeking proposals for Jamf software products and related services. The RFQ requires a Firm-Fixed-Price quotation for items such as Jamf Protect High Compliance, Jamf Pro for macOS and iOS, Jamf Connect, Jamf Premium Support Gold, and Jamf Premium Cloud Plus. The period of performance is from February 1, 2026, to January 31, 2027. Offerors must provide pricing in USD, identify if their quotation is Open Market or subject to a GSA Schedule/NASA SEWP/Other GWAC, and ensure prices are valid until January 31, 2026. The SAA reserves the right to reject non-compliant quotations. Mandatory vendor information, including company name, TAX ID, and DUNS or Unique Entity Identifier, is required.
    This addendum outlines critical terms and conditions for contractors engaging with the U.S. Senate, Office of the Sergeant at Arms (SAA), ensuring compliance with federal law and Senate Procurement Regulations. It supersedes any conflicting terms in commercial license agreements. Key provisions deem unenforceable clauses related to future fees, penalties, or indemnification that could violate the Anti-Deficiency Act. It also modifies third-party claim clauses to ensure the U.S. Department of Justice's authority. The addendum prohibits automatic renewals, contractor audits of the SAA without written request, and SAA responsibility for taxes or additional fees. It restricts the incorporation of external terms by reference, mandates federal law and regulations for venue and choice of law, and disallows mandatory arbitration. Furthermore, it prevents unilateral termination or modification by the contractor, controls advertising, enforces strict confidentiality, and outlines data protection requirements post-contract termination. The SAA retains rights for termination due to default or convenience, and all obligations are contingent on fund availability. This document ensures that all agreements align with the SAA's operational and legal requirements.
    This document outlines the instructions and submission requirements for Request for Quotation (RFQ) 2026-R-018 for Jamf Pro Renewal. Offerors must submit a signed PRICING TABLE and any applicable End User License Agreements (EULA) or contract terms. If EULAs or terms are provided, the ADDENDUM TO COMMERCIAL AGREEMENTS must also be signed and returned. Resellers need to include a current OEM authorization statement. For telecommunications equipment or high/moderate-impact information systems, an OEM Statement of Compliance with Section 208 of the Legislative Branch Appropriations Act, 2020, is mandatory. All documents must be emailed to acquisitions@saa.senate.gov by January 16, 2026, at 12:00 Noon EST, with the correct subject line. Submission requirements include an active SAM registration, sourcing products directly from OEM authorized channels within the USA, and providing Firm-Fixed-Prices on a F.O.B. Destination basis. The Sergeant at Arms (SAA) reserves the right to reject incomplete or non-compliant quotations and will make one award on a Lowest Price Technically Acceptable basis.
    This document outlines the essential clauses governing Purchase Orders issued by the U.S. Senate Sergeant at Arms (SAA). It establishes the SAA Contracting Officer's authority, the order of precedence for contractual documents, and mandates compliance with Senate security regulations. Key provisions cover acceptance criteria for goods and services, pricing adjustments, tax exemptions for the Senate, and detailed invoicing requirements, including rejection of late payment fees and automatic renewals. The document emphasizes strict adherence to Senate data protection, privacy, and cybersecurity protocols, explicitly rejecting the use of Senate data for AI training without prior approval. It also addresses termination conditions for cause or convenience, excusable delays, and outlines the dispute resolution process, rejecting external arbitration. Critical clauses prohibit advertising that implies Senate endorsement, forbid gratuities, and require contractors to declare any conflicts of interest. The document further specifies conditions for assignment, changes in control, and indemnification, asserting the U.S. Government's rights in fraud recovery. It confirms that only federal laws applicable to the U.S. Senate apply, explicitly excluding acts like the Prompt Payment Act.
    The "OEM Statement of Compliance on Limitation on Telecommunications Equipment Procurement" is a crucial document for government RFPs, federal grants, and state/local RFPs. It ensures compliance with Section 208 of the Legislative Branch Appropriations Act, 2020 (P.L. 116-94). This section prohibits the acquisition of specific telecommunications equipment and high- or moderate-impact information systems, as defined by NIST Federal Information Processing Standard Publication 199. The statement requires an Original Equipment Manufacturer (OEM) to certify, to the best of its knowledge, that it adheres to these restrictions. A certifying officer's name, title, signature, and date are required to validate the statement. This document underscores the federal government's commitment to supply chain security and the integrity of its information systems.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Palo Alto renewal
    Senate, The
    The United States Senate, through the Office of the Sergeant at Arms (SAA), is seeking quotations for the renewal of brand name Palo Alto solutions, including various subscriptions and support services. The procurement encompasses a base year from January 31, 2026, to January 20, 2027, along with two one-year option periods, and includes products such as NGFW Strata Logging Service subscriptions, Advanced Threat Prevention, and premium support renewals for specific Palo Alto devices. This renewal is critical for maintaining the Senate's cybersecurity infrastructure and ensuring compliance with federal regulations. Interested vendors must submit their firm-fixed-price quotations by 1:00 PM EST on January 14, 2026, to Acquisitions@saa.senate.gov, and all pricing must remain valid until March 15, 2026.
    Pure Storage
    Senate, The
    The U.S. Senate Sergeant at Arms (SAA) is seeking authorized resellers of Pure Storage to provide data storage solutions as outlined in Request for Quotation (RFQ) 2025-R-072. The procurement includes various configurations of Pure Storage //X70 Series systems for both production and lab environments, supporting multiple operating systems and virtualization platforms. This initiative is critical for the SAA to effectively manage and store its data, ensuring compliance with federal regulations and operational efficiency. Interested vendors must submit their firm-fixed-price quotations by January 12, 2026, with all submissions sent via email to acquisitions@saa.senate.gov. For further inquiries, contact Tonia Courtney at 202-909-9017 or via email at zemirahcourtney@saa.senate.gov.
    Pure Storage as a Service
    Senate, The
    The U.S. Senate Sergeant at Arms (SAA) is seeking an authorized reseller of Pure Storage to provide storage solutions for Senate data through a contract titled "Pure Storage as a Service." The procurement requires offerors to submit firm-fixed-price quotations for various Pure Storage //X70 Series models, which will support multiple operating systems and include a base year followed by four option years. This service is critical for maintaining the Senate's data infrastructure and ensuring compliance with federal regulations, particularly regarding telecommunications equipment. Interested parties must submit their quotes by January 12, 2025, and direct any inquiries to Tonia Courtney at zemirahcourtney@saa.senate.gov or by phone at 202-224-0120.
    Pure Storage as a Service
    Senate, The
    The U.S. Senate Sergeant at Arms (SAA) is seeking proposals from authorized resellers for "Pure Storage as a Service" to manage and store data securely. The procurement aims to establish a reliable storage solution that meets the SAA's data processing and cybersecurity requirements, ensuring compliance with Senate regulations. This service is critical for maintaining the integrity and confidentiality of sensitive Senate data. Interested vendors must submit their proposals by January 12, 2025, including a signed pricing table and proof of authorization as a Pure Storage reseller, with questions due by December 29, 2025. For further inquiries, contact Tonia Courtney at zemirahcourtney@saa.senate.gov or call 202-224-0120.
    Cohesity Backup Storage as a Service
    Senate, The
    The U.S. Senate Sergeant at Arms (SAA) is seeking quotes for Cohesity Backup Storage as a Service, aimed at providing essential data backup services for SAA operations. Offerors must be authorized resellers of Cohesity products and are required to submit a signed pricing table, applicable End User License Agreements, and an OEM statement confirming their authorization for federal sales. This procurement is critical for ensuring the security and reliability of data storage and protection services, with a contract expected to be awarded based on the Lowest Price Technically Acceptable criteria. Interested parties must submit their quotations via email by January 23, 2026, and direct any questions by January 12, 2026, with all submissions adhering to the outlined requirements and compliance standards.
    Cohesity Backup Storage
    Senate, The
    The U.S. Senate Sergeant at Arms (SAA) is seeking proposals from authorized resellers of Cohesity for backup storage solutions to manage SAA data. The procurement aims to secure Cohesity 4-Node Blocks for both production and lab environments, along with necessary subscriptions and support, emphasizing compliance with federal regulations, including an OEM Statement of Compliance with Section 208 of the Legislative Branch Appropriations Act, 2020. This initiative is critical for ensuring the integrity and security of data management within the Senate's IT infrastructure. Interested offerors must submit their signed pricing tables and any required documentation by January 12, 2026, at 5 p.m. ET, with questions due by December 11, 2025. For further inquiries, contact Tonia Courtney at zemirahcourtney@saa.senate.gov or call 202-909-9017.
    QFS SWM
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the renewal of a subscription, maintenance, and support for 20 QF-Test/swing developer licenses from Quality First Software. This procurement is critical as it ensures continued access to specialized software necessary for testing and development, with the license period extending from March 8, 2026, to March 7, 2027. Only authorized resellers are eligible to submit quotes, emphasizing the importance of vendor relationships in government contracts. Interested parties must submit their proposals by January 9, 2025, with an anticipated award date of March 8, 2026; inquiries can be directed to Ashlee Wesley at ashlee.wesley@navy.mil or by phone at 540-742-8849.
    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.
    ManageEngine Service Desk Plus Enterprise Edition
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals for the procurement of ManageEngine Service Desk Plus Enterprise Edition under a firm-fixed-price contract. This procurement involves an annual subscription model for 65 technicians and 4000 nodes, aimed at renewing the government's current software subscription, which is set to expire on April 18, 2026. The software is critical for enhancing IT service management capabilities within the agency's infrastructure. Interested vendors must submit their proposals electronically by 12:00 PM EST on January 8, 2026, to Eric Daly at eric.m.daly6.civ@us.navy.mil, ensuring they meet all outlined requirements and are authorized distributors of the specified software.
    R499--Vocera Software License/Subscription Support and Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for Vocera Software License/Subscription Support and Maintenance at the Michael E. DeBakey VA Medical Center in Houston, Texas. The procurement involves providing a perpetual license, subscription term license, software maintenance updates, and unlimited technical support for the existing Vocera Communications system, with the contract structured as a Firm-Fixed Price for a base year and four optional one-year extensions. This service is critical for maintaining effective communication within the VA medical facility, ensuring operational capabilities as intended by the manufacturer. Quotes are due by January 15, 2026, at 4:00 PM Central Time, and must be submitted via email to Contract Specialist Jeneice Matthews at jeneice.matthews@va.gov, with the requirement that all offerors are registered in the System for Award Management (SAM) and certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs).