U.S. Senate Fleet & Transportation Management Solution & KeyTrack Solution
ID: 2025-R-038Type: Special Notice
Overview

Buyer

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

    The U.S. Senate, through the Office of the Sergeant at Arms, is seeking quotations for a Fleet & Transportation Management Solution and a KeyTrack Solution as outlined in Request for Quotation (RFQ) 2025-R-038. The procurement aims to modernize the Senate's transportation and key management systems, requiring features such as role-based access, automated reporting, cloud-based storage, and secure key transaction management. Interested vendors must submit their quotations in U.S. dollars by the deadline of June 30, 2025, ensuring compliance with federal procurement standards, including the Section 208 compliance regarding telecommunications equipment. For inquiries, contact Nicole Barnes at nicole_barnes@saa.senate.gov or call 202-224-9321.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines an addendum to commercial agreements with the U.S. Senate Office of the Sergeant at Arms (SAA), establishing binding terms that supersede conflicting terms in contractor agreements. Key stipulations include nullification of unauthorized obligations that would violate the Anti-Deficiency Act, limitations on third-party claims and indemnification controlled solely by the U.S. Department of Justice, and rejection of automatic renewal clauses. Additionally, it prohibits auditors from accessing SAA systems directly, and states that the SAA is not responsible for taxes or fees beyond the agreed contract price. There are provisions for termination by the SAA for default or convenience and strict confidentiality obligations on contractors. The terms emphasize compliance with Federal law and specific regulations, ensuring that any agreements are mutually entered and that unilateral modifications or termination are not permitted. Overall, the addendum seeks to safeguard the SAA's interests while ensuring contractors' obligations are clearly defined within the framework of federal procurement regulations. This document serves as a critical reference for compliance and governance in contractor relationships with the Senate.
    The document outlines the instructions for submitting quotes in response to Request for Quotation RFQ 2025-R-038 for Fleet & Transportation Management and KeyTrack Solutions. Offerors must submit a completed PRICING TABLE and include necessary contract documents, such as End User License Agreements (EULAs) and a signed ADDENDUM TO COMMERCIAL AGREEMENTS. If applicable, a statement verifying authorization from the Original Equipment Manufacturer (OEM) is required. Offerors are also instructed to have an active registration in the System for Award Management (SAM) and provide compliance statements concerning Section 208 of the Legislative Branch Appropriations Act, 2020, particularly regarding telecommunications equipment. Quotes must present Firm-Fixed-Prices on a F.O.B. Destination basis and be sent via email by the specified deadline. The document emphasizes that incomplete submissions may be rejected, and procurement will be conducted following Senate Procurement Regulations, potentially resulting in a single award based on the Lowest Price Technically Acceptable basis. Overall, the RFQ establishes clear guidelines for participation in this federal procurement opportunity while ensuring compliance and transaction integrity.
    This document outlines the Purchase Order Clauses applicable to contracts administered by the Sergeant at Arms (SAA) of the U.S. Senate. Key components include the authority of the Contracting Officer to make changes and enforce terms, the order of precedence for contractual documents, and compliance with Senate security regulations. The SAA reserves rights for inspections, acceptance, and modifications of the order, asserting tax exemptions as a federal entity. It includes detailed payment procedures and invoicing requirements, while emphasizing the prohibition of advertising and gratuities in relation to Senate contracts. Confidentiality regulations are paramount, mandating the protection of Senate data and thorough incident notification processes concerning data breaches. The clauses also reject any Contractor Specific Terms that conflict with federal law and Senate regulations. Terminologies around termination for convenience or cause, conflict of interest, and cybersecurity measures are extensively covered, ensuring that contractors maintain high standards of responsibility and ethical conduct. Through these comprehensive guidelines, the document ensures accountability and compliance with the legislative framework governing federal contracts, thus reflecting the Senate's commitment to integrity and transparency in procurement.
    The U.S. Senate Office of the Sergeant at Arms (SAA) has issued a Request for Quotation (RFQ) for a Fleet & Transportation Management Solution and a KeyTrack Solution with specified requirements for performance spanning from May 2025 to September 2029. The RFQ outlines a pricing table for diverse components, including implementation services and training, all on a Firm-Fixed-Price basis. Vendors are required to provide their quotations in U.S. dollars, ensuring compliance with submission instructions or the quotes may be rejected. Key features demanded by the SAA for the Fleet Solution encompass role-based access, automated reporting on vital metrics, cloud-based storage, and automated maintenance scheduling, among others. The KeyTrack Solution must manage secure access to keys through various authentication methods and include functionalities for tracking key transactions. All quotations must be valid until June 30, 2025, and details regarding shipping, vendor information, and compliance with minimum requirements are incorporated within the RFQ. This initiative aims to modernize transportation and key management within Senate operations, enhancing operational efficiency and security compliance.
    The OEM Statement of Compliance on Limitation on Telecommunications Equipment Procurement confirms that the Original Equipment Manufacturer (OEM) complies with Section 208 of the Legislative Branch Appropriations Act, 2020. This section specifically bars the acquisition of certain telecommunications equipment and designated high-impact or moderate-impact information systems, as outlined in NIST's Federal Information Processing Standard. The document requires the certifying officer to acknowledge compliance by providing their name, title, date, and signature. The purpose of this statement is to ensure that vendors meet federal procurement standards, particularly concerning security risks associated with telecommunications systems. This compliance statement is critical within the context of government RFPs and grants, safeguarding federal interests against potential cybersecurity threats posed by prohibited equipment.
    Lifecycle
    Similar Opportunities
    U.S. Senate 35-Passenger Turtle Top Bus
    Buyer not available
    The U.S. Senate, through the Office of the Sergeant at Arms, is seeking quotations for the procurement of a 35-passenger Turtle Top Odyssey XL shuttle bus, as outlined in Request for Quotation (RFQ) 2025-R-036. Vendors are required to provide firm-fixed-price quotations that include shipping charges and must meet specific minimum requirements, such as immediate availability and essential safety features, including a backup camera and USB charging ports. This procurement is crucial for ensuring reliable transportation options for Senate operations. Interested vendors should submit their quotations by June 30, 2025, and can direct inquiries to Nicole Barnes at nicolebarnes@saa.senate.gov or by phone at 202-224-9321.
    U.S. Senate Box Truck Leases
    Buyer not available
    The U.S. Senate, through the Office of the Sergeant at Arms, is seeking quotations for the lease of box trucks as outlined in Request for Quotation (RFQ) 2025-R-037. The procurement aims to secure two box trucks each year for a five-year period, from May 1, 2025, to April 30, 2030, with specific requirements including a maximum weight capacity under 26,000 lbs, climate control, and safety features such as back-up cameras. This initiative is crucial for supporting the operational needs of the Senate, ensuring efficient transportation capabilities. Interested offerors must submit their quotes, including a completed pricing table and compliance documentation, by the deadline of March 28, 2025, and can contact Nicole Barnes at nicolebarnes@saa.senate.gov for further inquiries.
    Emergency Supply Kits
    Buyer not available
    The United States Senate, through the Office of the Sergeant at Arms (SAA), is seeking qualified vendors to provide Emergency Supply Kits under a Request for Quotation (RFQ) for the period from May 2025 to April 2026, with options to extend for four additional years. Vendors are required to submit firm-fixed-price quotations that detail unit prices for various emergency supplies, including gloves, masks, batteries, multitools, and sanitation items, ensuring compliance with SAA submission requirements. These kits are crucial for maintaining preparedness and safety within the Senate, reflecting the importance of having reliable emergency supplies readily available. Interested vendors must submit their pricing tables and other required documentation by March 28, 2025, and can direct inquiries to Nicole Barnes at nicolebarnes@saa.senate.gov or by phone at 202-224-9321.
    US Secret Service Tahoes and Box Trucks
    Buyer not available
    The General Services Administration (GSA) is seeking quotations for the procurement of fourteen Chevrolet Tahoe Police Patrol Vehicles (PPVs) and two Chevrolet 5500 14’ Box Trucks on behalf of the U.S. Secret Service. This request for quote (RFQ) emphasizes the need for new, already manufactured vehicles that are ready for immediate delivery, as part of an urgent acquisition process to enhance operational capabilities for national security purposes. The vehicles will be utilized for critical functions, including transporting essential screening equipment and supporting law enforcement operations. Interested vendors must submit their quotations by March 28, 2025, at 12 PM EST, and ensure they are registered in the System for Award Management (SAM). For further inquiries, vendors can contact John E. (Ed) Hodges at john.hodges@gsa.gov or by phone at 703-603-8586.
    J025-- Fleet Management System (FMS)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to award a sole-source contract to Government Marketing & Procurement, LLC for the implementation of a Fleet Management System (FMS). This system is designed to enhance the management, reservation, and access of government vehicles, transitioning from paper-based processes to a more efficient electronic system that allows VA employees 24/7 access to vehicle keys and a computerized dispatching system. The FMS will be installed at the Columbia VA Health Care System and its seven outpatient clinics, accommodating up to 56 vehicles, and will include a secure key-control system, web-based management tools, and training for VA staff, along with ongoing maintenance and technical support. Interested contractors are invited to submit capability statements by March 13, 2025, and can contact Contract Specialist Stanley Turner at stanley.turner@va.gov or 404-828-5310 for further information.
    USSOCOM Pickups and SUVs
    Buyer not available
    The General Services Administration (GSA) is seeking quotations for the procurement of specialized vehicles, specifically pickups and SUVs, for the United States Special Operations Command (USSOCOM). The procurement includes three vehicle types: the Toyota Tacoma TRD Pro, the Toyota Sequoia TRD Pro, and the Ford Super-Duty F450 XLT, with specific requirements for each vehicle's specifications, delivery schedules, and pricing structures. This initiative is crucial for ensuring that federal agencies have access to reliable and compliant vehicles that meet operational needs. Interested vendors must submit their quotations by March 17, 2025, and can contact John E. (Ed) Hodges at john.hodges@gsa.gov or 703-603-8586 for further details.
    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.
    Request for Quotation for “the Supply of 2025 Toyota Fortuner (Brand name or equal) for U.S. Embassy Phnom Penh
    Buyer not available
    The U.S. Embassy in Phnom Penh, under the Department of State, is seeking quotations for the supply of a new 2025 Toyota Fortuner or an equivalent vehicle. Vendors are required to submit their proposals by 4 PM on March 21, 2025, ensuring compliance with federal anti-discrimination laws and including technical specifications, delivery timelines, and warranty details. This procurement is crucial for enhancing the Embassy's transportation capabilities while adhering to federal standards, with the evaluation based on the lowest price technically acceptable method. Interested vendors must be registered in the System for Award Management (SAM) and can contact Sehee Chung at ChungS@state.gov or Navy Leng at LengN@state.gov for further inquiries.
    Warehouse Transportation Equipment
    Buyer not available
    The Department of the Treasury, specifically the Bureau of Engraving and Printing, is seeking qualified vendors to provide warehouse transportation equipment, including forklifts and pallet trucks, under a total small business set-aside contract. The procurement includes the acquisition of the equipment along with a five-year preventative maintenance plan, emphasizing compliance with specific technical specifications and safety standards necessary for operations at the Bureau's facilities. This equipment is crucial for the efficient handling and transportation of materials within the Bureau, which plays a vital role in the production and management of U.S. currency. Interested vendors must submit their proposals by April 2, 2025, and can direct inquiries to Erica Hemphill at erica.hemphill@bep.gov for further information.
    Request for Information - Motorcoach Bus
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Secret Service (USSS), has issued a Request for Information (RFI) for the acquisition of a motorcoach bus. The USSS seeks industry input on vehicles that comply with Federal Motor Vehicle Safety Standards (FMVSS), with specific requirements including weight capacities, fuel type, and a preference for a black exterior. This RFI is part of the USSS's market research to inform their acquisition strategy, and responses are due by March 31, 2025, with a maximum length of five pages detailing technical capabilities and project estimates. Interested vendors should direct inquiries to Melissa Chabot at melissa.chabot@usss.dhs.gov or Jade Gaston at jade.gaston@usss.dhs.gov.