Google Cloud Services Renewal
ID: 2025-R-033Type: Solicitation
Overview

Buyer

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

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 United States Senate, through the Office of the Sergeant at Arms (SAA), is seeking proposals for the renewal of Google Cloud Services under Request for Quotation (RFQ) 2025-R-033. This procurement aims to secure ongoing access to Google Cloud Platform solutions, Google Workspace Enterprise Plus subscriptions, and Gemini Code Assist tools, which are critical for the Senate's technological infrastructure and operations. Interested vendors must submit their quotes on a Firm-Fixed-Price basis, ensuring compliance with federal regulations, including adherence to the Legislative Branch Appropriations Act regarding telecommunications equipment. Proposals are due by 12:00 PM EST on May 7, 2025, and should be directed to Charles Blalock via email, with early submissions encouraged to facilitate the review process.

    Point(s) of Contact
    Files
    Title
    Posted
    The document provides instructions for submitting quotes in response to Request for Quotation 2025-R-033 for the renewal of Google Cloud Services. Offerors are required to submit a completed PRICING TABLE in Excel format, along with any relevant End User License Agreements (EULAs) and additional compliance documentation. They must confirm registration in the System for Award Management (SAM) and provide a valid DUNS or Unique Entity Identifier. For resellers, products must be sourced solely from authorized OEMs or their distributors within the USA, as foreign supplies are not acceptable. Offerors must also include a statement verifying compliance with Section 208 of the Legislative Branch Appropriations Act, 2020, which prohibits certain telecommunications equipment acquisitions. Quotations should be firm-fixed prices, delivered with necessary contractual terms and conditions in a specific format. The submission deadline is 12:00 PM EST on May 5, 2025, and late or incorrectly formatted submissions may be rejected. This solicitation adheres to Senate Procurement Regulations, with intent to make one award based on a Lowest Price Technically Acceptable evaluation. Overall, the RFQ outlines the procedural requirements and compliance standards for participating vendors in a federal procurement context, emphasizing documentation and compliance as vital to the submission process.
    The document outlines the instructions for submitting quotes in response to Request for Quotation (RFQ) 2025-R-033 for Google Cloud Services Renewal. Offerors must sign and submit a pricing table in Excel format, attach relevant End User License Agreements (EULAs) or other contractual terms, and ensure compliance with the Legislative Branch Appropriations Act, specifically regarding telecommunications equipment and information systems. Offerors must be registered in the System for Award Management (SAM) and provide details of OEM authorization to supply products. The submission deadline is April 28, 2025, and requires email communication with specific subject line references. Competitive selection will be based on the lowest price technically acceptable, with the option for quotation submission through various federal procurement vehicles. The Senate Acquisition Office reserves the right to reject incomplete submissions and advises that no costs incurred for quote preparation will be reimbursed. This RFQ process aims to procure services while adhering to compliance and competitive bidding standards within government contracting.
    The document outlines the instructions and requirements for quotes in response to Request for Quotation (RFQ) 2025-R-033 for the renewal of Google Cloud Services. Offerors must submit a signed pricing table in Excel, including vendor information, along with any applicable End User License Agreements (EULAs) and contract terms. Resellers must include a statement from the Original Equipment Manufacturer (OEM) confirming their authorization to sell to the Federal Government. Compliance with Section 208 of the Legislative Branch Appropriations Act, 2020, is mandatory, and an OEM statement of compliance is required. Offers must be direct from the OEM or authorized channels in the U.S. and include firm fixed prices listed in the specified format. Failure to meet these requirements may result in rejection of the quote. This RFQ is part of a competitive selection process governed by Senate Procurement Regulations, with a preference for lower-priced acceptable bids. The SAA reserves the right not to compensate for any costs related to quote preparation and emphasizes compliance with all specified terms for submissions.
    The U.S. Senate Office of the Sergeant at Arms (SAA) has issued a Request for Quotation (RFQ) 2025-R-033 for specific technology services and products. The RFQ outlines a pricing table for three categories: access to Google Cloud Platform (GCP) solutions on a monthly basis, Google Workspace Enterprise Plus subscriptions, and Gemini Code Assist tools, with specified quantities for each item. The quotation must be submitted on a Firm-Fixed-Price basis, and shipping costs should be clearly separated. Offerors must indicate if their proposal is for Open Market pricing or in relation to a GSA Schedule or other government-wide acquisition contracts. The pricing quotes are valid until June 19, 2025, and the period of performance is set from June 20, 2025, to June 19, 2026. The document emphasizes compliance with the provided instructions and submission requirements, and it mandates completion of vendor information, including company name, tax ID number, and signature by the offeror. This RFQ represents a formal solicitation for procurement that underscores the U.S. Senate's ongoing investment in modern technology services.
    The document consists of a series of questions and responses related to a Request for Quotation (RFQ) concerning the procurement of Google Cloud Platform (GCP) services for customers operating under multiple Senate domains. Key details include the clarification of resource usage, specifically indicating that the 140,000 points pertains to annual access expenditure for GCP solutions. The government expressed a need for pricing on the initial two line items while directing inquiries to a provided link for comprehensive rate details. Furthermore, there were requests for specific product names regarding the GCP SKU referenced. Overall, the communication aims to ensure a clear understanding of the customer’s requirements and pricing structure for cloud services, fostering transparency and facilitating the procurement process for federal government contracts. The emphasis is laid on annual pricing and the alignment of resources needed for GCP usage.
    This document serves as an addendum to commercial agreements between contractors and the U.S. Senate Office of the Sergeant at Arms (SAA), outlining specific terms and conditions relevant to contract proposals. The addendum emphasizes that the SAA will not accept contractual terms conflicting with federal law or Senate procurement regulations. Key points include prohibitions on unauthorized obligations that could violate the Anti-Deficiency Act, limitations on contractor control over third-party claims, and a requirement for express written approval for automatic renewals and unilateral modifications. Furthermore, it reiterates that the SAA will not be responsible for taxes or financial liabilities beyond the agreed contract price, and confidentiality obligations are set forth concerning contract information. The SAA reserves the right to terminate contracts for default or convenience, emphasizing the requirement for availability of appropriated funds. Overall, this document ensures that any awarded contract adheres strictly to federal requirements, prioritizing security, accountability, and legal compliance in dealings with contractors while establishing clear conditions for contract execution and performance management.
    This Purchase Order document outlines essential clauses for contracts managed by the Sergeant at Arms (SAA) within the U.S. Senate. The primary objective is to establish authority, order precedence, and compliance requirements for contractors. Key topics include security regulations, acceptance procedures for goods and services, invoicing protocols, and conditions for termination—either for cause or convenience. The document specifies that the Contractor must adhere to Senate security rules and cannot disclose sensitive information without prior approval. It also emphasizes that all payments are subject to specific terms, including email invoicing and non-applicability of state or local taxes. Additional clauses address advertising restrictions, conflict of interest verification, and cybersecurity obligations to protect Senate data. Moreover, it incorporates guidelines for data handling, transfer, and destruction following contract termination and prohibits the Contractor from using Senate data for artificial intelligence training without express permission. The clauses aim to safeguard confidentiality, ensure compliance with federal law, and delineate responsibilities regarding incident reporting and dispute resolution. This structured approach facilitates transparency and accountability in federal procurement processes, directly impacting contractor engagement with Senate operations.
    The OEM Statement of Compliance addresses adherence to Section 208 of the Legislative Branch Appropriations Act, 2020, which prohibits the procurement of specific telecommunications equipment and certain information systems categorized as high-impact or moderate-impact by the National Institute of Standards and Technology (NIST). The statement is made by the OEM, confirming compliance, and is required to ensure that federal entities avoid acquiring equipment that may pose security risks. The document includes spaces for the certifying officer's name, title, date, and signature, indicating its formal nature and the accountability of the signatory. This compliance statement is essential within the context of federal requests for proposals (RFPs) and grants, as it underscores the importance of security and integrity in government contracting.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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.
    Cohesity Backup Storage
    Senate, The
    The U.S. Senate Sergeant at Arms (SAA) is seeking an authorized reseller of Cohesity for backup storage solutions to manage SAA data effectively. The procurement aims to secure Cohesity 4-Node Blocks with varying storage capacities, along with associated subscriptions for DataPlatform, Helios, and DataProtect, which are critical for data management and protection within the Senate's IT infrastructure. Interested vendors must comply with specific requirements, including providing an OEM statement of compliance with federal regulations and submitting their quotes by December 19, 2025, at 5 p.m. ET, with questions due by December 11, 2025. For further inquiries, vendors can contact Tonia Courtney at zemirahcourtney@saa.senate.gov or by phone at 202-909-9017.
    Google Workspace Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to renew its contract for Google Workspace services through the office of FA2280 AFRL RGK. This procurement involves the acquisition of business application software under the PSC code 7A21, which is crucial for facilitating communication and collaboration within the department. The renewal of this software license is essential for maintaining operational efficiency and supporting various IT and telecom functions. Interested vendors can reach out to primary contact Sandi Brubaker at sandi.brubaker@us.af.mil or secondary contact Antonia Mykins at antonia.mykins@us.af.mil for further details regarding this opportunity.
    Google Threat Intelligence
    Health And Human Services, Department Of
    The Health Resources and Services Administration (HRSA) is seeking to procure a 12-month subscription to Google Threat Intelligence standard software tier through a sole source purchase order with Thundercat Technology. This acquisition aims to enhance HRSA's capabilities in threat intelligence, which is crucial for maintaining cybersecurity and protecting sensitive health information. The anticipated performance period for this contract is from January 30, 2026, to January 29, 2027, and interested parties may submit a statement of capability within 15 days of the publication notice. For inquiries, contact Imelda Rocha at Irocha@hrsa.gov or by phone at 301-443-2927.
    USAC RFQ: Tableau License Renewal
    Federal Communications Commission
    The Federal Communications Commission (FCC) is seeking quotes for the renewal of Tableau Software licenses through the Universal Service Administrative Company (USAC). This Request for Quotes (RFQ) aims to procure the necessary software to support USAC's administrative functions related to the Universal Service Fund and its associated support mechanisms. The renewal of these licenses is crucial for USAC to effectively manage billing, collection, and disbursement functions under FCC oversight. Interested vendors must submit their quotes by December 29, 2025, at 11:00 AM ET, and can find further details and submission instructions on the USAC procurement website. For inquiries, contact Dania Powers at Dania.Powers@usac.org or Noor Jalal at noor.jalal@usac.org.
    USAC RFQ: EMC All-Inclusive Unity Hardware Support
    Federal Communications Commission
    The Universal Service Administrative Company (USAC), under the direction of the Federal Communications Commission (FCC), is seeking quotes for the purchase or renewal of EMC All-Inclusive Unity Hardware Support. This Request for Quotes (RFQ) aims to secure essential hardware support services that are critical for the administration of the Universal Service Fund and its associated support mechanisms. The RFQ is part of USAC's ongoing efforts to maintain and enhance its operational capabilities, ensuring effective management of the funds allocated for various telecommunications support programs. Interested vendors must submit their quotes by December 29, 2025, at 11:00 AM ET, and can find further details and submission instructions on the USAC procurement website. For inquiries, contact Dania Powers at Dania.Powers@usac.org or Noor Jalal at noor.jalal@usac.org.
    Redacted Brand-Name LSJ for Google Cloud Products in Support of AETC 19 AF Pilot Training Transformation (PTT) Program.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking procurement for a Redacted Brand-Name LSJ to support Google Cloud Products as part of the AETC 19 AF Pilot Training Transformation (PTT) Program. This opportunity involves high-performance computing hardware and perpetual license software, which are critical for enhancing pilot training capabilities and operational efficiency. The place of performance for this contract will be at Joint Base San Antonio Randolph in Texas. Interested parties can reach out to Joseph N. Sitterly at joseph.sitterly.2@us.af.mil for further details regarding this procurement opportunity.
    Ginnie Mae Consolidated Cloud Services
    Housing And Urban Development, Department Of
    The Department of Housing and Urban Development (HUD) is seeking contractors to provide comprehensive cloud services for the Government National Mortgage Association (Ginnie Mae) under the initiative titled "Ginnie Mae Consolidated Cloud Services." The primary objectives include transitioning existing cloud accounts into a single payer account, supporting a multi-tenant AWS environment, and integrating with other major cloud providers such as Microsoft and Google, all while optimizing cloud costs and enhancing financial transparency through a consumption-based pricing model. This modernization effort is crucial for ensuring compliance, improving budgeting and forecasting, and aligning with federal directives on IT consolidation and cybersecurity. Interested parties must respond by December 31, 2025, and provide details regarding their organizational capabilities, relevant cloud partnerships, GSA MAS IT Cloud SIN 518210C status, and experience with financial operations in cloud environments. For further inquiries, contact Cheri Redding at Cheri.L.Redding@hud.gov or Maria Guercio at maria.c.guercio@hud.gov.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Screening Information Request (SIR) 697DCK-25-R-00302, aimed at establishing a strategic sourcing contract for the acquisition of various IT supplies and equipment under the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) initiative. This procurement encompasses a wide range of commercial products, including hardware and software, to support the FAA's IT infrastructure, with a focus on enhancing efficiency and reducing costs across the Department of Transportation. The contract will be awarded as multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a maximum cumulative ceiling of $4.1 billion, and is set to favor small businesses through a partial set-aside. Proposals are due via email by January 16, 2026, with all inquiries directed to Dawn Bloome at Dawn.A.Bloome@faa.gov or Kristin Frantz at Kristin.T.Frantz@faa.gov.