SailPoint Identity IQ Renewal
ID: 2025-R-031Type: Solicitation
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

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, 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 charles_blalock@saa.senate.gov by the specified deadline, with all proposals evaluated based on Lowest Price Technically Acceptable criteria.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for submitting quotations in response to Request for Quotation 2025-R-031 concerning the renewal of SailPoint Identity IQ. Offerors must submit a completed Pricing Table in Excel format, along with any applicable End User License Agreements (EULA) and an Addendum to Commercial Agreements, if applicable. Resellers must include authorization from the Original Equipment Manufacturer (OEM) to sell products to the Federal Government and provide compliance certifications concerning telecommunications equipment as dictated by the Legislative Branch Appropriations Act, 2020. Submissions must be emailed to a designated contact by the specified deadline, and Offerors must maintain an active registration in the System for Award Management (SAM). The pricing must be provided as Firm-Fixed-Prices on a F.O.B. Destination basis. The Senate will evaluate proposals based on Lowest Price Technically Acceptable criteria. Importantly, the Senate retains the right to reject any quotes that do not comply with the stated requirements, and debriefings will not be provided. This RFQ is structured to ensure compliance with federal procurement standards while soliciting competitive bids for necessary software renewal services.
    The U.S. Senate Office of the Sergeant at Arms (SAA) has issued a Request for Quotation (RFQ) for various products and services related to the SailPoint IdentityIQ platform for the period of April 1, 2025, to March 31, 2026. The RFQ includes a pricing table that specifies multiple items, including Identity Governance, Compliance Manager, Lifecycle Manager, Password Manager, and Privileged Account Management modules, all listed with a quantity of 14,000 internal user licenses. Each item is currently listed at a unit price of $0.00, indicating potential negotiation before final pricing is established. The RFQ highlights that vendor compliance with submission requirements is critical and details the required vendor information, including company name, tax identification number, and identification of the quote as either open market or under a government schedule. Additionally, it specifies firm-fixed-price terms and delivery conditions to the United States Senate. This document reflects the SAA's needs for identity management services, emphasizing procurement transparency and regulatory adherence in government contracting processes.
    The document serves as an Addendum to Commercial Agreements for contractors engaging with the U.S. Senate's Office of the Sergeant at Arms (SAA). It outlines specific terms that are unacceptable to the SAA, such as unauthorized obligations, automatic renewals, third-party claims, indemnification, and audit rights. It emphasizes compliance with federal law and procurement regulations, making clear that any conflicting terms will be rendered void. Key points include the SAA's stance against automatic renewals, the prohibition of unilateral contract modifications by the contractor, and the requirement for contractors to indemnify the SAA against third-party claims. The addendum also delineates clear restrictions on advertisements and the handling of confidential information post-contract termination. It highlights the SAA's commitment to maintaining fiscal responsibility, ensuring compliance, and protecting its interests in contractual agreements. The document ultimately aims to standardize the contractual relationship while protecting the SAA from potential liabilities and ensuring all agreements comply with existing federal statutes and regulations.
    The document outlines the Purchase Order Clauses issued by the Sergeant at Arms (SAA) for government contracting. It delineates the authority of the Contracting Officer to modify orders and the precedence of documentation, from pricing tables to contractor-specific terms. Key points include security compliance, acceptance procedures, and invoicing guidelines. The Contractor must submit invoices electronically and ensure congruence with Order specifications. Clauses addressing advertising, gratuities, and conflicts of interest emphasize ethics and transparency. Additionally, contractors must protect confidential information and comply with cybersecurity standards. Provisions concerning termination rights, data handling, and incident notifications are included, alongside clauses rejecting automatic renewals and indemnification terms contrary to federal law. This document serves as a comprehensive guide to the terms and conditions surrounding government contracts, ensuring compliance with regulations and safeguarding sensitive data throughout the contractual process.
    The OEM Statement of Compliance addresses the procurement restrictions on telecommunications equipment as mandated by Section 208 of the Legislative Branch Appropriations Act, 2020. The statement affirms that the Original Equipment Manufacturer (OEM) is compliant with these regulations, which prohibit acquiring specific telecommunications equipment and designated high-impact or moderate-impact information systems. These definitions are aligned with security categorization standards outlined in NIST's Federal Information Processing Standard Publication I99. The document requires the certifying officer's name, title, date, and signature, ensuring accountability in acknowledging compliance with federal procurement regulations. This compliance is particularly relevant within the context of federal RFPs and grants, where adherence to security standards is critical for ensuring the integrity and security of government communications infrastructure.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    U.S. Senate Duo Renewal
    Buyer not available
    The U.S. Senate, through the Office of the Sergeant at Arms (SAA), is seeking quotes for the renewal of Cisco Duo services, specifically for the Cisco Duo Premier products and related support, covering a performance period from April 15, 2025, to April 14, 2026. Offerors are required to submit their quotations on a Firm-Fixed-Price basis, including mandatory vendor information and compliance with federal regulations, particularly Section 208 of the Legislative Branch Appropriations Act, 2020. This procurement is crucial for maintaining secure telecommunications and information systems within the Senate, ensuring compliance with established security standards. Interested vendors must submit their completed quotes via email by February 14, 2025, and can direct inquiries to Holly McDonald at hollymcdonald@saa.senate.gov or by phone at 202-224-0657.
    U.S. Senate Information Technology Support Contract (ITSC) V
    Buyer not available
    The United States Senate, through the Senate Sergeant at Arms, is seeking proposals for the Information Technology Support Contract (ITSC) V, aimed at managing essential IT services for Senate operations. The contract will cover a range of services including hardware procurement, software management, help desk support, and maintenance for approximately 140 Senate entities, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) format with a base period of two years and options for four additional one-year renewals. This procurement is critical for ensuring the efficient operation of IT systems within the Senate, reflecting the institution's commitment to maintaining high standards of service delivery and security. Interested contractors should contact Nicole Barnes at nicolebarnes@saa.senate.gov or call 202-224-9321 for further details.
    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.
    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.
    Notice of Intent for SAS Software Licenses
    Buyer not available
    The U.S. Secret Service (USSS), part of the Department of Homeland Security, intends to award a sole source delivery order for SAS Software Licenses to Executive Information Systems, LLC. This procurement includes licenses for SAS Analytics and SAS/ETS for ten users each, along with annual maintenance, supporting the Office of Human Resources' Workforce Planning Division. The software is critical for the USSS's analytical operations, and the justification for selecting Executive Information Systems as the sole source is based on their status as the only authorized reseller of the required software. Interested parties who believe they can meet the requirements must submit written evidence of capability by 10:00 AM ET on February 24, 2025, to Theresa Williams at theresa.williams@usss.dhs.gov, as phone submissions are not accepted.
    Jira Maintenance Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, is seeking quotations for the renewal of Jira Service Management licenses, expanding the capacity from 100 to 250 users. This procurement aims to enhance software capabilities essential for operational efficiency within the organization, ensuring that the increased user access aligns with the growing demands of software management. Interested vendors must be authorized Atlassian OEM resellers and provide documentation confirming their status, with all submissions due via email to the primary contact, Cheryl Benthall, by the specified deadline. The procurement is structured as a Firm-Fixed-Price (FFP) contract, and the evaluation will be based on the Lowest Price Technically Acceptable criteria.
    (ITSM) tool-ManageEngine Service Desk Plus Enterprise Edition – Annual Subcription fee-65 Technicians (4000 nodes) 65 licenses.
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals for an Information Technology Service Management (ITSM) tool, namely the ManageEngine Service Desk Plus Enterprise Edition, which includes an annual subscription for 65 technicians covering 4,000 nodes. The procurement aims to enhance service management capabilities within government operations, ensuring efficient support for technical staff. This RFP outlines the need for a robust ITSM software solution that will facilitate improved service management and operational efficiency. Interested vendors can contact Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil or by phone at 240-577-5754 for further details regarding the submission process and requirements.
    United States Capitol Police Request for Proposal: Electronic Security Systems – Installation and Design-Install, Multiple Award Task Order Contract
    Buyer not available
    The United States Capitol Police (USCP) is seeking proposals for a Multiple Award Task Order Contract focused on the installation and design of Electronic Security Systems. This procurement aims to enhance the security infrastructure of the Capitol by engaging qualified contractors who can deliver comprehensive design and installation services. The importance of these systems lies in their role in safeguarding critical government facilities and ensuring the safety of personnel and visitors. Interested contractors must submit their proposals by February 18, 2025, and are required to comply with a Non-Disclosure Agreement and Conflict of Interest provisions to maintain confidentiality throughout the process. For further inquiries, potential offerors can contact Linh Williams at Linh.Williams@uscp.gov or Alexander Cooper at Alexander.Cooper@uscp.gov.
    GPO 5th Floor SID Smartcard Room Design/Build Construction
    Buyer not available
    The United States Government Publishing Office (GPO) is seeking proposals for the design and construction of the Smartcard Room on the 5th floor, as outlined in the solicitation amendment 040ADV-25-R-0001. This procurement aims to clarify submission guidelines and timelines for interested contractors, emphasizing the importance of compliance with federal regulations throughout the proposal process. The Smartcard Room is a critical component for enhancing security and operational efficiency within the GPO, reflecting the agency's commitment to modernizing its facilities. Proposals must be submitted electronically by February 18, 2025, with a site visit scheduled for January 8, 2025, and inquiries due by January 13, 2025. For further information, interested parties can contact Troy D. White at twhite@gpo.gov or Gary Stevens at gstevens@gpo.gov.