Microsoft Premier Support
ID: 93310025Q0001Type: Combined Synopsis/Solicitation
Overview

Buyer

FEDERAL MEDIATION AND CONCILIATION SERVICEFEDERAL MEDIATION AND CONCILIATION SERVICEFMCSWASHINGTON, DC, 20427, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Federal Mediation and Conciliation Service (FMCS) is seeking proposals from authorized Microsoft partners to provide Microsoft Services Premier Support, specifically targeting 100% Women-Owned Small Businesses (WOSB). The procurement aims to secure a firm fixed price purchase order for comprehensive support services, which include Success Management Services, Problem Resolution Support, and Advisory Services, as detailed in the Vendor Quote Sheet. This initiative underscores the importance of reliable IT support services for government operations, ensuring compliance with federal regulations and promoting small business participation. Interested vendors must submit their quotes using the provided Vendor Quote Sheet, verify their WOSB status, and confirm their Microsoft Authorized Reseller status by contacting Bronson E. Madero at bmadero@fmcs.gov.

    Point(s) of Contact
    Bronson E Madero
    bmadero@fmcs.gov
    Files
    Title
    Posted
    The document is a vendor quote sheet for Microsoft Unified Support, indicating pricing and services offered. It details a quote for various items related to Unified Coverage, including Success Management Services, Problem Resolution Support, and Advisory Services. The quote encompasses different quantities for specified services, presented with placeholders for pricing, implying that the total value is yet to be disclosed. Key components include Proactive Credits and a Flex Allowance, which provide flexibility in purchasing additional or customized services. This quote emphasizes structured service offerings and pricing mechanisms for government agencies considering engagement with Microsoft for Unified Support solutions. Overall, the document serves as a formalized pricing proposal within the context of federal and state procurement processes.
    The document is a combined synopsis/solicitation for Microsoft Premier Support services, specifically aimed at 100% Women-Owned Small Businesses (WOSB) that are authorized Microsoft partners. It outlines the procurement process, including requirements for submitting quotes and verifying WOSB and Microsoft reseller statuses. The file integrates various Federal Acquisition Regulation (FAR) clauses and provisions that potential contractors must adhere to, emphasizing compliance with laws regarding telecommunications, confidentiality, and services covered under federal mandates, particularly concerning cybersecurity and equal opportunity. Key instructions for submission are highlighted, including the necessity for completed quotes using the Vendor Quote Sheet and deadlines for inquiries and submissions. The award decision will be based on the lowest price for technically acceptable quotes. This solicitation reflects the federal government's commitment to supporting small businesses while ensuring compliance with regulatory standards, promoting accountability, and preventing the use of certain restricted telecommunications equipment or services. Adherence to the guidelines provided is crucial for successful contract fulfillment.
    Lifecycle
    Title
    Type
    Microsoft Premier Support
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    USAC RFQ: Splunk Cloud and Enterprise Security Subscription
    Buyer not available
    The Federal Communications Commission (FCC) is seeking quotes for the purchase or renewal of a Splunk Cloud and Enterprise Security Subscription through the Universal Service Administrative Company (USAC). This Request for Quotes (RFQ) aims to secure essential software services that support the FCC's oversight of the Universal Service Fund and its associated support mechanisms. The RFQ is critical for ensuring the effective management of IT and telecom resources, which are vital for the FCC's operations. Interested vendors must submit their quotes by March 31, 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: Palo Alto Hardware & Support
    Buyer not available
    The Federal Communications Commission (FCC) is soliciting quotes for the purchase and renewal of Palo Alto Hardware & Support through the Universal Service Administrative Company (USAC). This Request for Quotes (RFQ) aims to acquire essential IT management tools and products, specifically hardware and perpetual license software, to support the FCC's operations. The selected vendor will play a crucial role in maintaining the infrastructure necessary for the administration of the Universal Service Fund and its associated support mechanisms. Quotes must be submitted by March 28, 2025, at 11:00 AM ET, and interested parties can find further details and submit their proposals electronically at http://www.usac.org/about/procurement. For inquiries, contact Avaneque Johnson at Avaneque.Johnson@usac.org or Noor Jalal at noor.jalal@usac.org.
    Acquisition Support Services Sole Source Notice
    Buyer not available
    The Millennium Challenge Corporation (MCC) is issuing a Sole Source Notice for Acquisition Support Services, aimed at enhancing its administrative and general management consulting capabilities. This procurement focuses on securing professional services that are critical for the effective management and execution of MCC's programs and initiatives. The services sought are vital for ensuring that MCC can efficiently navigate complex administrative processes and maintain high standards in project management. Interested vendors can reach out to Obeng-Duro Mami at obeng-duroma@mcc.gov or call 202-521-7886 for further details regarding this opportunity.
    DEPARTMENT OF STATE WORLDWIDE FACILITY MAINTENANCE SUPPORT SERVICES (FMSS)
    Buyer not available
    The U.S. Department of State is seeking qualified contractors to provide Worldwide Facility Maintenance Support Services (FMSS) for approximately 290 U.S. Embassies and Consulates globally. The procurement aims to ensure the safety, security, and functionality of around 20,500 properties through a range of services, including engineering support, project coordination, and facility management. This contract, structured as an indefinite-delivery, indefinite-quantity agreement with a ceiling price of $50 million, is crucial for maintaining operational integrity in international diplomatic environments. Interested parties should contact Jose Vasquez at vasquezj4@state.gov or call 202-445-3759 for further details, with proposals due by the specified deadlines.
    CORHQ-25-Q-0059 SM- Approva BizRight for FDIC
    Buyer not available
    The Federal Deposit Insurance Corporation (FDIC) is seeking proposals for software maintenance services under the solicitation titled "CORHQ-25-Q-0059 SM- Approva BizRight." The procurement involves ongoing maintenance for four specific software applications, with a total of 7,000 units required across multiple contract periods, including a base period from June 30, 2025, to June 29, 2026, and two option periods extending into 2028. This initiative underscores the FDIC's commitment to maintaining its technological infrastructure, ensuring operational efficacy through consistent software support. Interested vendors can reach out to Ellisha Smith at ellismith@FDIC.gov or call 571-212-4449 for further details regarding the proposal submission process.
    FMxC2/G081 field maintenance data information system.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking small businesses capable of providing sustainment support services for the FMxC2/G081 field maintenance data information system. The procurement focuses on full lifecycle development and system sustainment, including software design, system architecture, administration, and incident response, utilizing agile methodologies. This opportunity is critical for maintaining operational efficiency within the Air Force, with contract performance anticipated from January 2026 to January 2031, primarily based in Oklahoma City. Interested businesses must possess a Secret Facility Clearance and respond with their capabilities by March 20, 2025, to Chasity Revisky at chasity.l.revisky.civ@mail.mil or Christopher Enriquez at christopher.m.enriquez.civ@mail.mil.
    N0025350150394 47QSSC25Q0092 Software
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for software support services under the solicitation titled 'N0025350150394 47QSSC25Q0092 Software.' The procurement specifically requires vendors to provide quotes for eight units of CIMPLICITY V2024 SERVER STANDARD RUNTIME 300, with submissions to be detailed in the provided Excel worksheet, ensuring accurate financial reporting and confirmation of technical specifications via the GSA eBuy system. This initiative underscores the government's commitment to transparency and competitive pricing in acquiring essential IT and telecom application development software. Interested vendors can reach out to Nicole Williams at nicole.e.williams@gsa.gov or 202-304-6270, or Tracy Harper at tracy.harper@gsa.gov for further inquiries.
    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.
    Cellebrite Subscription Maintenance w/Support Services (4 year)
    Buyer not available
    The Federal Deposit Insurance Corporation (FDIC) is seeking proposals for a four-year contract for Cellebrite subscription maintenance and support services, with the contract period spanning from April 6, 2025, to April 5, 2029. The procurement includes various subscription types essential for digital forensic capabilities, emphasizing the need for ongoing support to ensure the functionality of these critical tools for law enforcement and investigative work. This solicitation reflects a significant policy shift in federal contracting, particularly regarding Diversity, Equity, and Inclusion (DEI) initiatives, as outlined in a recent amendment that waives certain DEI provisions. Interested vendors can contact Christina V. Brooks at chrbrooks@fdic.gov or call 571-212-7820 for further details.
    Mental Health Professionals, Clinician Services
    Buyer not available
    The U.S. Department of Agriculture (USDA) Forest Service is seeking licensed Mental Health Professionals (MHPs) to provide Critical Incident Stress Management (CISM) services through a Request for Quotation (RFQ) under solicitation number 1202SC25Q2900. The contract aims to deliver immediate crisis intervention services for federal employees affected by critical incidents, with a performance period extending from the date of award until April 30, 2030, and includes five ordering periods. This initiative underscores the importance of mental health support in emergency situations, ensuring that qualified professionals are available to assist federal personnel. Interested contractors must submit their quotes by April 1, 2025, and direct any inquiries to Lindsey Christian at lindsey.christian@usda.gov, with all vendors required to be registered in the System for Award Management (SAM) to be eligible for the contract.